Post on 10-Mar-2020
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 1
अभच क अभयि13त(ईओआई) Expression of Interest (EOI)
आपततथापनथापन एव बह उयीय अतampर आकड़ा ापण एव
मण णाल(एमएमडीआरपीएस) Supply Installation Commissioning and Maintenance of Multi
Mission Meteorological Data Receiving and Processing System (MMDRPS)
एि234स कॉप6रशन 8ल8मटड
ANTRIX CORPORATION LIMITED
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 2
वषय सची सारणीTable of Contents
म स SlNo
वषय-सची Content
पठ स Page No
1 सगठन वहगमावलोकनOrganisation Overview 3
2 उयObjective 4
3 ईओआई आवयकता =याEOI Requirement Process 5
4 अनलgtनक-कAnnexure-A एमएमडीआरपीएस क
तावत आवयकताProposed requirement of
MMDRPS
7
5 अनलgtनक-खAnnexure-B दयDeliverables 14
6 अनलgtनक-गAnnexure-C ईओआई उCतर-पितकाEOI
Response Sheet
46
7 अनलgtनक-घAnnexure-D ईओआई हत सामा2य
अनदशGeneral instructions for EOI
47
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 3
1 सगठन वहगमावलोकन Organisation Overview
एि-13स कॉप0रशन लमटड
28 8सतGबर 1992 मJ गKठत एि234स कॉप6रशन 8ल8मटड (एि234स) (कपनी अLधनयम 1956 क
अतगत) भारत सरकार क एक पण वा8मCव वाल कपनी ह िजसका शासनक नयSण अतampर
वभाग(अव) क अधीन ह एि234स भारतीय अतampर अनसधान सगठन (इसरो) का वाVणिWयक
अग ह एि234स भारतीय अतampर कायम क उCपादX तथा सवाओ क चार-सार एव
वाVणिWयक उपयोग क 8लए उCतरदायी ह वष 2008 मJ कपनी को lsquo8मनीरCनrsquo क िथत स
सGमानत =कया गया था
ANTRIX Corporation Limited
ANTRIX Corporation Limited (ANTRIX) incorporated on 28 September 1992 (under the
Companies Act 1956) is a wholly owned Government of India Company under the
administrative control of Department of Space (DOS) ANTRIX is the commercial arm of
Indian Space Research Organisation (ISRO) ANTRIX promotes and commercially markets
the products and services emanating from the Indian Space Programme In the year 2008
the Company was awarded lsquoMINIRATNArsquo status
एि-13स क वत5मान वा6णि7यक 8याकलाप 9ननल6खत हlt
कa वभ-न =यो13ताओ क लए सचार उपह =षानकर का =ावधान Provisioning of communication satellite transponders to various users
खb ाहक उपहB क लए =मोचन सवाए =दान करनाProviding launch services
for customer satellites
गc भारतीय सदर सवदE उपह तक पहच =दान करनाProviding access to
Indian remote sensing satellite
घd भारतीय एव वदशी सदर सवदE उपहB क आकड़B का वपणनMarketing of
data from Indian and foreign remote sensing satellites
डe उपहB क साथ-साथ उपह उप=णालयB का 9नमा5ण एव वपणनBuilding and
marketing of satellites as well as satellite sub-systems
चf अतIरJ अन=योग क लए भ-अवसरचना क KथापनाEstablishing ground
infrastructure for space applications औरand
छg उपहB क लए मशन सहायता सवाएMission support services for
satellites
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4
The current business activities of ANTRIX include
a Provisioning of communication satellite transponders to various users
b Providing launch services for customer satellites
c Providing access to Indian remote sensing satellite
d Marketing of data from Indian and foreign remote sensing satellites
e Building and marketing of satellites as well as satellite sub-systems
f Establishing ground infrastructure for space applications and
g Mission support services for satellites
2 इस ईओआई का उNOय Objective of this EOI
एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE
(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय
अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी
इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए
या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क
लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा
=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`
क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा
अनलaनक-ख मR =दय क सची ह
ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and
Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the
reception and processing of data from all Indian Meteorological Satellites
The objective of this EOI is to identify appropriate industries who either independently or in
coordination with other industries takes up the responsibility for end to end activities for the
establishment of MMDRPS This will involve establishment of earth station integration of
hardware and software data processing and storage systems integration of proprietary
hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The
system details are in Annexure-A and list of deliverables is in Annexure B
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5
3 EOI Requirements Process
To respond to this EOI the vendor(s) are required to do the following
a) Send a Letter of Interest
b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)
c) Make a presentation to ANTRIX to showcase competency in carrying out the work
at no cost no profit basis
d) Submit a detailed proposal to cover the system requirements in Annexure-A and
deliverables as listed in Annexure-B
e) Submit a compliance table to all the points sections of this EOI
31 EOI Contact
For assistance and questions regarding this EOI you are welcome to contact EOI Contact No
080-22178340 22178323
32 Participation to EOI
All vendors confirming their participation shall send a Letter of Interest in a sealed
envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the
earliest probably within 10 days of release of this EOI
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
33 EOI Response
Responses to this EOI in prescribed format (Appendix A) must include two original hard
copies and one soft copy (in CD format) and should be enclosed in a sealed envelope
super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6
34 EOI Submission Guidelines amp Schedule
It is necessary for vendors to submit all information as per schedule mentioned below All
responses to EOI must be on official letter heads duly signed and stamped
EOI key dates are the following
Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017
Last date for submission of EOI 25 October 2017 (1600 Hrs) IST
Date of opening of EOI 26 October 2017 (1100 Hrs) IST
Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors
Date will be decided based on mutual convenience
35 Liabilities of Agency
This EOI is only a request for information about potential products services and no
contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process
This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission
of response to the EOI Information received will be considered solely for the purpose of
identifying suitable interested vendors and for conducting a competitive procurement A
determination by ANTRIX not to compete this requirement based upon responses or lack
thereof to this notice is solely within the discretion of ANTRIX
36 Confidentiality amp EOI Ownership
Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX
so that necessary information can be shared between both the parties so as to clearly
understand the business requirement of ANTRIX and the possible solutions that may be
delivered by the vendor
EOI Ownership All responses to the EOI will become the property of the ANTRIX and will
not be returned
37 Disclaimer
ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI
response
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 2
वषय सची सारणीTable of Contents
म स SlNo
वषय-सची Content
पठ स Page No
1 सगठन वहगमावलोकनOrganisation Overview 3
2 उयObjective 4
3 ईओआई आवयकता =याEOI Requirement Process 5
4 अनलgtनक-कAnnexure-A एमएमडीआरपीएस क
तावत आवयकताProposed requirement of
MMDRPS
7
5 अनलgtनक-खAnnexure-B दयDeliverables 14
6 अनलgtनक-गAnnexure-C ईओआई उCतर-पितकाEOI
Response Sheet
46
7 अनलgtनक-घAnnexure-D ईओआई हत सामा2य
अनदशGeneral instructions for EOI
47
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 3
1 सगठन वहगमावलोकन Organisation Overview
एि-13स कॉप0रशन लमटड
28 8सतGबर 1992 मJ गKठत एि234स कॉप6रशन 8ल8मटड (एि234स) (कपनी अLधनयम 1956 क
अतगत) भारत सरकार क एक पण वा8मCव वाल कपनी ह िजसका शासनक नयSण अतampर
वभाग(अव) क अधीन ह एि234स भारतीय अतampर अनसधान सगठन (इसरो) का वाVणिWयक
अग ह एि234स भारतीय अतampर कायम क उCपादX तथा सवाओ क चार-सार एव
वाVणिWयक उपयोग क 8लए उCतरदायी ह वष 2008 मJ कपनी को lsquo8मनीरCनrsquo क िथत स
सGमानत =कया गया था
ANTRIX Corporation Limited
ANTRIX Corporation Limited (ANTRIX) incorporated on 28 September 1992 (under the
Companies Act 1956) is a wholly owned Government of India Company under the
administrative control of Department of Space (DOS) ANTRIX is the commercial arm of
Indian Space Research Organisation (ISRO) ANTRIX promotes and commercially markets
the products and services emanating from the Indian Space Programme In the year 2008
the Company was awarded lsquoMINIRATNArsquo status
एि-13स क वत5मान वा6णि7यक 8याकलाप 9ननल6खत हlt
कa वभ-न =यो13ताओ क लए सचार उपह =षानकर का =ावधान Provisioning of communication satellite transponders to various users
खb ाहक उपहB क लए =मोचन सवाए =दान करनाProviding launch services
for customer satellites
गc भारतीय सदर सवदE उपह तक पहच =दान करनाProviding access to
Indian remote sensing satellite
घd भारतीय एव वदशी सदर सवदE उपहB क आकड़B का वपणनMarketing of
data from Indian and foreign remote sensing satellites
डe उपहB क साथ-साथ उपह उप=णालयB का 9नमा5ण एव वपणनBuilding and
marketing of satellites as well as satellite sub-systems
चf अतIरJ अन=योग क लए भ-अवसरचना क KथापनाEstablishing ground
infrastructure for space applications औरand
छg उपहB क लए मशन सहायता सवाएMission support services for
satellites
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4
The current business activities of ANTRIX include
a Provisioning of communication satellite transponders to various users
b Providing launch services for customer satellites
c Providing access to Indian remote sensing satellite
d Marketing of data from Indian and foreign remote sensing satellites
e Building and marketing of satellites as well as satellite sub-systems
f Establishing ground infrastructure for space applications and
g Mission support services for satellites
2 इस ईओआई का उNOय Objective of this EOI
एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE
(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय
अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी
इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए
या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क
लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा
=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`
क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा
अनलaनक-ख मR =दय क सची ह
ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and
Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the
reception and processing of data from all Indian Meteorological Satellites
The objective of this EOI is to identify appropriate industries who either independently or in
coordination with other industries takes up the responsibility for end to end activities for the
establishment of MMDRPS This will involve establishment of earth station integration of
hardware and software data processing and storage systems integration of proprietary
hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The
system details are in Annexure-A and list of deliverables is in Annexure B
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5
3 EOI Requirements Process
To respond to this EOI the vendor(s) are required to do the following
a) Send a Letter of Interest
b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)
c) Make a presentation to ANTRIX to showcase competency in carrying out the work
at no cost no profit basis
d) Submit a detailed proposal to cover the system requirements in Annexure-A and
deliverables as listed in Annexure-B
e) Submit a compliance table to all the points sections of this EOI
31 EOI Contact
For assistance and questions regarding this EOI you are welcome to contact EOI Contact No
080-22178340 22178323
32 Participation to EOI
All vendors confirming their participation shall send a Letter of Interest in a sealed
envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the
earliest probably within 10 days of release of this EOI
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
33 EOI Response
Responses to this EOI in prescribed format (Appendix A) must include two original hard
copies and one soft copy (in CD format) and should be enclosed in a sealed envelope
super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6
34 EOI Submission Guidelines amp Schedule
It is necessary for vendors to submit all information as per schedule mentioned below All
responses to EOI must be on official letter heads duly signed and stamped
EOI key dates are the following
Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017
Last date for submission of EOI 25 October 2017 (1600 Hrs) IST
Date of opening of EOI 26 October 2017 (1100 Hrs) IST
Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors
Date will be decided based on mutual convenience
35 Liabilities of Agency
This EOI is only a request for information about potential products services and no
contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process
This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission
of response to the EOI Information received will be considered solely for the purpose of
identifying suitable interested vendors and for conducting a competitive procurement A
determination by ANTRIX not to compete this requirement based upon responses or lack
thereof to this notice is solely within the discretion of ANTRIX
36 Confidentiality amp EOI Ownership
Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX
so that necessary information can be shared between both the parties so as to clearly
understand the business requirement of ANTRIX and the possible solutions that may be
delivered by the vendor
EOI Ownership All responses to the EOI will become the property of the ANTRIX and will
not be returned
37 Disclaimer
ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI
response
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 3
1 सगठन वहगमावलोकन Organisation Overview
एि-13स कॉप0रशन लमटड
28 8सतGबर 1992 मJ गKठत एि234स कॉप6रशन 8ल8मटड (एि234स) (कपनी अLधनयम 1956 क
अतगत) भारत सरकार क एक पण वा8मCव वाल कपनी ह िजसका शासनक नयSण अतampर
वभाग(अव) क अधीन ह एि234स भारतीय अतampर अनसधान सगठन (इसरो) का वाVणिWयक
अग ह एि234स भारतीय अतampर कायम क उCपादX तथा सवाओ क चार-सार एव
वाVणिWयक उपयोग क 8लए उCतरदायी ह वष 2008 मJ कपनी को lsquo8मनीरCनrsquo क िथत स
सGमानत =कया गया था
ANTRIX Corporation Limited
ANTRIX Corporation Limited (ANTRIX) incorporated on 28 September 1992 (under the
Companies Act 1956) is a wholly owned Government of India Company under the
administrative control of Department of Space (DOS) ANTRIX is the commercial arm of
Indian Space Research Organisation (ISRO) ANTRIX promotes and commercially markets
the products and services emanating from the Indian Space Programme In the year 2008
the Company was awarded lsquoMINIRATNArsquo status
एि-13स क वत5मान वा6णि7यक 8याकलाप 9ननल6खत हlt
कa वभ-न =यो13ताओ क लए सचार उपह =षानकर का =ावधान Provisioning of communication satellite transponders to various users
खb ाहक उपहB क लए =मोचन सवाए =दान करनाProviding launch services
for customer satellites
गc भारतीय सदर सवदE उपह तक पहच =दान करनाProviding access to
Indian remote sensing satellite
घd भारतीय एव वदशी सदर सवदE उपहB क आकड़B का वपणनMarketing of
data from Indian and foreign remote sensing satellites
डe उपहB क साथ-साथ उपह उप=णालयB का 9नमा5ण एव वपणनBuilding and
marketing of satellites as well as satellite sub-systems
चf अतIरJ अन=योग क लए भ-अवसरचना क KथापनाEstablishing ground
infrastructure for space applications औरand
छg उपहB क लए मशन सहायता सवाएMission support services for
satellites
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4
The current business activities of ANTRIX include
a Provisioning of communication satellite transponders to various users
b Providing launch services for customer satellites
c Providing access to Indian remote sensing satellite
d Marketing of data from Indian and foreign remote sensing satellites
e Building and marketing of satellites as well as satellite sub-systems
f Establishing ground infrastructure for space applications and
g Mission support services for satellites
2 इस ईओआई का उNOय Objective of this EOI
एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE
(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय
अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी
इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए
या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क
लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा
=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`
क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा
अनलaनक-ख मR =दय क सची ह
ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and
Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the
reception and processing of data from all Indian Meteorological Satellites
The objective of this EOI is to identify appropriate industries who either independently or in
coordination with other industries takes up the responsibility for end to end activities for the
establishment of MMDRPS This will involve establishment of earth station integration of
hardware and software data processing and storage systems integration of proprietary
hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The
system details are in Annexure-A and list of deliverables is in Annexure B
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5
3 EOI Requirements Process
To respond to this EOI the vendor(s) are required to do the following
a) Send a Letter of Interest
b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)
c) Make a presentation to ANTRIX to showcase competency in carrying out the work
at no cost no profit basis
d) Submit a detailed proposal to cover the system requirements in Annexure-A and
deliverables as listed in Annexure-B
e) Submit a compliance table to all the points sections of this EOI
31 EOI Contact
For assistance and questions regarding this EOI you are welcome to contact EOI Contact No
080-22178340 22178323
32 Participation to EOI
All vendors confirming their participation shall send a Letter of Interest in a sealed
envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the
earliest probably within 10 days of release of this EOI
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
33 EOI Response
Responses to this EOI in prescribed format (Appendix A) must include two original hard
copies and one soft copy (in CD format) and should be enclosed in a sealed envelope
super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6
34 EOI Submission Guidelines amp Schedule
It is necessary for vendors to submit all information as per schedule mentioned below All
responses to EOI must be on official letter heads duly signed and stamped
EOI key dates are the following
Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017
Last date for submission of EOI 25 October 2017 (1600 Hrs) IST
Date of opening of EOI 26 October 2017 (1100 Hrs) IST
Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors
Date will be decided based on mutual convenience
35 Liabilities of Agency
This EOI is only a request for information about potential products services and no
contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process
This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission
of response to the EOI Information received will be considered solely for the purpose of
identifying suitable interested vendors and for conducting a competitive procurement A
determination by ANTRIX not to compete this requirement based upon responses or lack
thereof to this notice is solely within the discretion of ANTRIX
36 Confidentiality amp EOI Ownership
Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX
so that necessary information can be shared between both the parties so as to clearly
understand the business requirement of ANTRIX and the possible solutions that may be
delivered by the vendor
EOI Ownership All responses to the EOI will become the property of the ANTRIX and will
not be returned
37 Disclaimer
ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI
response
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 4
The current business activities of ANTRIX include
a Provisioning of communication satellite transponders to various users
b Providing launch services for customer satellites
c Providing access to Indian remote sensing satellite
d Marketing of data from Indian and foreign remote sensing satellites
e Building and marketing of satellites as well as satellite sub-systems
f Establishing ground infrastructure for space applications and
g Mission support services for satellites
2 इस ईओआई का उNOय Objective of this EOI
एि-13स नई PदQलE मR सम-नत बह उNOयीय अतIरJ आकड़ा =ापण एव =मण =णालE
(एमएमडीआरपीएस) सवधा क Kथापना कर रहE ह यह एमएमडीआरपीएस सवधा सभी भारतीय
अतIरJ उपहB स =ाWत आकड़B का =ापण और =मण =बधत करगी
इस ईओआई का उNOय उचत उYयोगB क पहचान करना ह जो एमएमडीआरपीएस क Kथापना क लए
या तो Kवत[ प स या दसर उYयोगB क साथ सम-वय Kथापत करक श स अत तक क 8याकलापB क
लए उ]तरदा9य]व 9नभा सक इसमR भ-Kटशन क Kथापना हाड5वयर तथा सॉ^टवयर का एककरण आकड़ा
=मण एव भ_डारण =णालE एि-13स Yवारा =द]त सापि]तक हाड5वयर तथा सॉ^टवयर का एककरण 3 वष`
क आOविKत अवध क उपरात वाष5क अनरJण सवदा इ]याPद शामल हlt अनलaनक-क मR =णालE ववरण हlt तथा
अनलaनक-ख मR =दय क सची ह
ANTRIX is establishing a state-of-art Multi Mission Meteorological Data Receiving and
Processing System (MMDRPS) facility in New Delhi The MMDRPS facility will cater to the
reception and processing of data from all Indian Meteorological Satellites
The objective of this EOI is to identify appropriate industries who either independently or in
coordination with other industries takes up the responsibility for end to end activities for the
establishment of MMDRPS This will involve establishment of earth station integration of
hardware and software data processing and storage systems integration of proprietary
hardware software supplied by ANTRIX AMC after post warranty period of 3 years etc The
system details are in Annexure-A and list of deliverables is in Annexure B
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5
3 EOI Requirements Process
To respond to this EOI the vendor(s) are required to do the following
a) Send a Letter of Interest
b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)
c) Make a presentation to ANTRIX to showcase competency in carrying out the work
at no cost no profit basis
d) Submit a detailed proposal to cover the system requirements in Annexure-A and
deliverables as listed in Annexure-B
e) Submit a compliance table to all the points sections of this EOI
31 EOI Contact
For assistance and questions regarding this EOI you are welcome to contact EOI Contact No
080-22178340 22178323
32 Participation to EOI
All vendors confirming their participation shall send a Letter of Interest in a sealed
envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the
earliest probably within 10 days of release of this EOI
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
33 EOI Response
Responses to this EOI in prescribed format (Appendix A) must include two original hard
copies and one soft copy (in CD format) and should be enclosed in a sealed envelope
super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6
34 EOI Submission Guidelines amp Schedule
It is necessary for vendors to submit all information as per schedule mentioned below All
responses to EOI must be on official letter heads duly signed and stamped
EOI key dates are the following
Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017
Last date for submission of EOI 25 October 2017 (1600 Hrs) IST
Date of opening of EOI 26 October 2017 (1100 Hrs) IST
Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors
Date will be decided based on mutual convenience
35 Liabilities of Agency
This EOI is only a request for information about potential products services and no
contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process
This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission
of response to the EOI Information received will be considered solely for the purpose of
identifying suitable interested vendors and for conducting a competitive procurement A
determination by ANTRIX not to compete this requirement based upon responses or lack
thereof to this notice is solely within the discretion of ANTRIX
36 Confidentiality amp EOI Ownership
Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX
so that necessary information can be shared between both the parties so as to clearly
understand the business requirement of ANTRIX and the possible solutions that may be
delivered by the vendor
EOI Ownership All responses to the EOI will become the property of the ANTRIX and will
not be returned
37 Disclaimer
ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI
response
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 5
3 EOI Requirements Process
To respond to this EOI the vendor(s) are required to do the following
a) Send a Letter of Interest
b) Provide details wrt EOI RESPONSE SHEET in prescribed format (Annexure-C)
c) Make a presentation to ANTRIX to showcase competency in carrying out the work
at no cost no profit basis
d) Submit a detailed proposal to cover the system requirements in Annexure-A and
deliverables as listed in Annexure-B
e) Submit a compliance table to all the points sections of this EOI
31 EOI Contact
For assistance and questions regarding this EOI you are welcome to contact EOI Contact No
080-22178340 22178323
32 Participation to EOI
All vendors confirming their participation shall send a Letter of Interest in a sealed
envelope and super scribed ldquoLetter of Interest MMDRPS projectrdquo and submit at the
earliest probably within 10 days of release of this EOI
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
33 EOI Response
Responses to this EOI in prescribed format (Appendix A) must include two original hard
copies and one soft copy (in CD format) and should be enclosed in a sealed envelope
super scribed ldquoEOI Response MMDRPS projectrdquo and submitted to
The Purchase and Stores Officer ANTRIX Corporation Limited Antariksh Bhavan Campus New BEL Road Bengaluru 560 094 India Email purchaseantrixgovin
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6
34 EOI Submission Guidelines amp Schedule
It is necessary for vendors to submit all information as per schedule mentioned below All
responses to EOI must be on official letter heads duly signed and stamped
EOI key dates are the following
Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017
Last date for submission of EOI 25 October 2017 (1600 Hrs) IST
Date of opening of EOI 26 October 2017 (1100 Hrs) IST
Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors
Date will be decided based on mutual convenience
35 Liabilities of Agency
This EOI is only a request for information about potential products services and no
contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process
This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission
of response to the EOI Information received will be considered solely for the purpose of
identifying suitable interested vendors and for conducting a competitive procurement A
determination by ANTRIX not to compete this requirement based upon responses or lack
thereof to this notice is solely within the discretion of ANTRIX
36 Confidentiality amp EOI Ownership
Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX
so that necessary information can be shared between both the parties so as to clearly
understand the business requirement of ANTRIX and the possible solutions that may be
delivered by the vendor
EOI Ownership All responses to the EOI will become the property of the ANTRIX and will
not be returned
37 Disclaimer
ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI
response
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 6
34 EOI Submission Guidelines amp Schedule
It is necessary for vendors to submit all information as per schedule mentioned below All
responses to EOI must be on official letter heads duly signed and stamped
EOI key dates are the following
Submission of Letter of Intent Probably within 10 days after release of EOI Last date for seeking any clarification 10 October 2017
Last date for submission of EOI 25 October 2017 (1600 Hrs) IST
Date of opening of EOI 26 October 2017 (1100 Hrs) IST
Meeting for clarification queries Within 15 days after release of EOI Presentation to ANTRIX to demonstrate the capability as a proof of concept by vendors
Date will be decided based on mutual convenience
35 Liabilities of Agency
This EOI is only a request for information about potential products services and no
contractual obligation on behalf of ANTRIX whatsoever shall arise from the EOI process
This EOI does not commit ANTRIX to pay any cost incurred in the preparation or submission
of response to the EOI Information received will be considered solely for the purpose of
identifying suitable interested vendors and for conducting a competitive procurement A
determination by ANTRIX not to compete this requirement based upon responses or lack
thereof to this notice is solely within the discretion of ANTRIX
36 Confidentiality amp EOI Ownership
Non- Discloser Agreement Vendor shall execute Non-Discloser Agreement with ANTRIX
so that necessary information can be shared between both the parties so as to clearly
understand the business requirement of ANTRIX and the possible solutions that may be
delivered by the vendor
EOI Ownership All responses to the EOI will become the property of the ANTRIX and will
not be returned
37 Disclaimer
ANTRIX may at its sole discretion alter the EOI before the due date for receiving EOI
response
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 7
Annexure-A
Proposed System Requirement of
Multi-Mission Meteorological Data Receiving amp Processing System (MMDRPS)
10 Introduction
This EOI is for identification of interested and suitable vendors for a complete near real-time
Ground System Data Reception System Data Processing and Dissemination system to
acquire process image visualization and data analysis of all meteorological data
transmitted by the sensors of INSAT-3D series sensor of INSAT-3A KALPANA-1 satellites
and centralised AWS stations reception and processing system along with associated
electronics computers networking power systems furniturefixtures installation and
commissioning
The proposed system will acquire raw data from serial data streams process the data and
generate various quantitative products from processed data for operational utilization by
various users
The MMDRPS system and Work Package will consist of the following major
SegmentsActivities
1 RF Segment with outdoor Antenna(s) and associated RFIF Receivers
2 Baseband Reception Systems for (a) Satellite Met Sensors Data Streams (b) AWS channels Data Stream(s)
3 Data Processing systems
4 Data Dissemination systems
5 Data Archival systems (Raw and Processed)
6 All associated elements like NetworksLANWAN Powering Systems UPS Gensets CablingConduiting and officecomputer furniture
7 Installation commissioning operationalization and operations (for pre-determined required period)
8 Project management documentation project activities like technical reviews schedule management and staff deployment etc
9 Embedded warranty for 3 years and option for both comprehensive and non comprehensive AMC after warranty period for 2 years
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 8
The complete End to End systems shall be supplied installed and commissioned and
operated as a turnkey project with a pre-decided Schedule for the activities
20 A brief description of the segments and requirements follows
21 RF Segment (Earth Station)
Three RF chains are required for the satellite data reception
bull 1st for INSAT-3D (IMAGER SOUNDER DRT Kalpana)
bull 2nd for INSAT-3DR (IMAGER SOUNDER DRT Kalpana)
bull 3rd for Hot-Standby (IMAGER SOUNDER DRT Kalpana)
This segment will include
bull Suitable dishparabolic antenna for Geo Satellite Reception (gt7 meter
elevationazimuth mounted steerable motorized auto tracking (Beacon) extended C
band (up to 49 GHz) with polarization and polariser drive motor as required
compliance to relevant ITU specs gain as required)
bull LNA Down converter subsystem with mainredundant configuration for extended C
band
bull IF subsystem consisting of BPSKQPSK demodulators DRTAWS burst
demodulatorsreceivers and decodersbit synchronizers (in redundant configuration)
bull Control Systems Network Management Software Remote monitoringmanagement
systems and Software RF cabling Instrument racks Power Systems
bull Antenna installation and commissioning operations and comprehensive support
22 Base band Data Reception Segment
Raw data from ground station for each of the data streams will be input to this system
Single data stream will be processed in each DR system It will include methods and
technologies (hardware andor firmwaresoftware) specifically developed by ISRO or
Bidders for receiving re-formatting the sensor(s) data streams as well as the DRTAWS
data streams
Major modules of this segment are
bull Bit synchronization
bull Frame synchronization
bull De-randomization De-commutation of data-stream
bull DRT receivers
bull Processing of various fields of data
bull Display of the Satellite Instrument HK data Quick look display
bull Raw data Archival
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 9
The methodology of the data acquisition and raw data storage will be such that failure of
acquisition-link elements does not result in the loss of raw data This segment does not
contain any detailed image processing functions The de-commutated band-separated
time-tagged video data will be transferred to the Data Processing computer through a well-
defined protocol along with auxiliary data for data products generation All interfaces of data
transfer protocols and the data formats shall be providedoutlined out in advance
Fig Indicative Configuration of One chain of Data Reception System for Met Sensor
VHRRCCDIMAGER
SOUNDER Serial Data Stream
To other
servers
through NW
Bit
Synchronizer
Data Acquisition
System
Data
Reception
Server
with
Software
Data
Processing
System RF
Section
Display System
for PQLD
Raw Data
Archival System
Hardware
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 10
Fig OVERALL LINE DIAGRAMFIGURE FOR MMDRPS
23 Data Processing
The ldquoData Processing Systemrdquo will cater to the requirements of processing of INSAT-3DR
INSAT 3D SounderImager INSAT-3A VHRR CCD and KALPANA-1 VHRR data The pre-
processed Data and other ancillary information will be archived on the central storage
system The Application Generation system uses this data from the central storage system
for retrieval of various meteorological parameters and images Further the system
configuration has multiple servers which will handle other conventional types of data and
AWSARGAMSGTS data with customized packages
The main ldquoData Processing Systemrdquo with complete redundancy will accept real time imaging
data of five streams from data acquisition system The front-end system will consist of five
Database
Management
System Applications GIS
Image Analysis
systems Backup Archival System
RF Receiver
+
Base Band
Data Reception
System
for All Sensors
+
P- QLD
+
RAW Archival
System
Data Processing
System
for IMAGER
SOUNDER CCD
VHRR
Antenna + LNA
Centralized
Storage
Applications
Product
Generation
Systems
Ancillary Data
Acquisition and
Processing System
Data
Dissemination
System
Aux Data
Product
Monitoring
amp
Management
System
IMD WEB
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 11
Linux-based servers All five servers will have four processors each For each set of main
and redundant data streams one processed data stream will be selected as prime for
parameter retrieval The data of the other stream will be purged All these machines will be
networked to a common 1(One) PB (Petabyte) Unified storage (both SANNAS partition)
through FC switches An additional 1 Petabyte will be used as back up and will be synced
with main 1 PB storage based on archive policy This configuration provides back-up
storage and redundancy
Kalpana-1 VHRR
redundant DP system
OFFLINE
(Tape Based)
ARCHIVAL
SYSTEM
IP Based SIDS
System amp
Display Units
Color Network Printer
BW Network Printer
5 Remote Image Analysis Client
Systems
LAN Switches
1G Copper
20 Image Analysis Client
Systems
1 PB
PRIMARY
STORAGE
Ethernet
Network
Network
SECONDARY
STORAGE
Insat-3A
DP System
Insat-3D Imager
DP System
BackupArchival
Server
PMMS Server
Data
Dissemination System
Kalpana-1 VHRR DP
System
Insat-3D IMG SND
DP System
Insat-3DR IMGSND
DP System
Database Management
System
Ancillary Data
Processing System
On line digital
processed data supply
server
RAPID
SERVER
Redundant
Backup
Archival Server
Redundant Data
Dissemination System
Insat-3A
Redundant DP
System
Insat-3D Imager
Redundant DP
System
Redundant
PMMS Server
Insat-3D IMGSND
Redundant DP
System
Insat-3DR IMGSND
Redundant DP System
Redundant Database
Management System
Redundant Ancillary
Data Processing
System
Redundant On line
digital processed
data supply server
Redundant RAPID
SERVER
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 12
Fig Data Processing Application Product Generation Centralized Storage System
24 Data Dissemination systems
As part of dissemination of imagesproducts to other systems the data products system will
use the ldquoData Dissemination Systemrdquo to transfer the images in the required format
Following Data Dissemination modes are planned as part of data dissemination activity
bull Transfer of Imagery to web site
bull Conversion of products to HRITLRIT format for dissemination to remote stations
bull Conversion of products to GTS format and transmission to Meteorological
communications computer
bull Encodingdecoding of products and AWSARGAMS data in WMO format and
transmission to Meteorological communications computers
bull Transfer of imagery to IP based SIDS system
bull GUI based and script based software for format conversion (NetCDF GeoTIFF
ASCII) of multiplebunch data files for offline supply data
bull Onlineoffline visualization and analysis of meteorological data through RAPID
25 Data Archival systems (Raw and Processed)
A suitable data archival system (Raw and Processed) shall be proposed by the vendors for
MMDRPS system This shall take into account the software and hardware for following
Base-band Data Reception System (DRS)
bull Software for archival replay
bull Raw data Archival in DP format
bull Disk archival
bull Additional raw data archive of two selected chains
bull Data Archive Disks for each base band chain with usable storage of 6TB or higher
bull Secondary archive drives of latest version
bull Raw Data Archival and management with secondary archival (back-up)
bull Digital Recording (Raw Archival)
bull Raw Archival server with storage system
Database Management System
bull Archival of Metadata for all Pre-processed data and Retrieval Parameters
bull Archival of AWSARGAMS and GTS Data
Ancillary Data Processing
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 13
bull Transfer Processing and Archival of Automatic Weather Station (AWSARGAMS)
Data
bull Transfer Processing and Archival of data received on Global Telecommunication
System (GTS)
26 All associated elements like NetworksLANWAN Powering Systems UPS Gensets
CablingConduiting and officecomputer furniture
27 Installation commissioning operationalization and operations (for pre-determined
period)
28 Project management documentation project activities like technical reviews
schedule management and staff deployment etc
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 14
Annexure-B
Deliverables
The MMDRPS system and Work Package will consist of the following major
segmentsactivities
(i) RF Segment with outdoor Antenna(s) and associated RFIF Receivers
Ground System comprising of the following elements
SlNo Particular Qty
72 m Antenna System
1 Foundation 3
2 Antenna Subreflector and Pedestal 3
3 Feed System 3
4 Control System 3
5 Antenna Control Unit 3
6 Beacon Tracking Receiver 3
RF Downlink System
1 LNA 6
2 LNA Control 3
3 Down Converters 15
Baseband System
1 Demodulator (Tunable) 15
Timing System
1 GPS Receiver 1+1
2 Time Code Reader 1+1
3 Networking Server 1+1
M amp C System
1 M amp C System (Hardware amp Software) 3
Interface elements
1 Cables
Lot as per
requirements
2 Racks
3 Patch Panels Jacks Couplers
Test Instruments
1 VSA NFA Handheld Spectrum Analyzer with
Oscilloscope Rack Mounted Spectrum Analyser
Signal Generator Power Meter
One each
Common for all
antenna
2 Oscilloscope
3 PC amp Color Printer
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 15
Overall system descriptions is in Annexure A
(ii) Baseband Reception Systems for (a) Satellite Met Sensors Data Streams
(b) AWS channels data stream(s)
a Deliverable
Name of Units No of Units
Bit Synchronizer 14 Data Acquisition System 14 Data Reception Server 18 Raw Data Archival Server and Storage System
2
Workstations for network PQLDRaw Archival
14
Network Elements 10 TCG with NTP 2 Rack mounted MSO 2 DR Software 7 sets AWS front end Receivers 4 sets Instrument Racks cabling accessories and LAN networking
as required
b Computer Configurations for DR Server (Broad Specifications)
Specification Quantity Configuration ndash 1 (Server) 9+9 2U Rack mounted 2-CPU server 8 Core Intel Xeon E5 V4 series CPU with minimum 3 GHz or better 25 MB cache or better Intel C610 Chipset or better
256 GB 2400 MHz DDR4 RDIMM with minimum 8 DIMMs
bull 2 x Enterprise 600GB SAS 6Gbs 10K RPM or Better
bull 10 x 4 TB SAS 7200 RPM hot plug HDDs in RAID-105 Minimum 4 nos of 1001000Mbps RJ ports and 2 x 10GbE RJ45 copper ports At-least 2 x PCI-E 30 (x16) Full-height 1 x PCI-E 30 (x8) Full-height Graphics port 1280 x 1024 (1 No) Graphics adaptor 17rdquo Rack mounted console DVDCD-writer OS Windows Server 2012 R2
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 16
c Workstations for Networked PQLD
Specification Quantity Configuration ndash 2 (Workstation) 12 2-CPU 14 core Intel Xeon E5 V4 series CPU with 25 GHz or better minimum 35 MB cache Intel C612 Chipset or latest
128 GB DDR4 RAM (as per latest speed and standards) 2 x 1000 GB HDD 2 x 2 TB Images storage HDDs Minimum 1 nos of 1001000Mbps RJ ports and 1 x 10GbE RJ45 copper port 1x Graphics adaptor with 4GB memory 30rdquo32rdquo Hi-resolution colour display monitor 4K resolution compatible with graphics card DVDCD-writer OS Windows Server 2012 R2 or Windows 10
d Raw Archival Server with Storage System
Specification Quantity Configuration ndash 3 (Server) 2 Intel Xeon E5 V4 series CPU or better as per latest series gt25 GHz
128 GB RAM 2x 1000 GB HDD 4x1000 TX network port 2 x10GbE RJ45 copper port Add on NASDAS with Raid Controller ndash 400 TB (As required) 27rdquo colour display monitor DVDCD - writer OS Windows Server 2012 R2 or Windows 10
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 17
(iii)Data Processing system(s) amp Data Dissemination system(s)
a Deliverables
SlNo Name of Units No of Units
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR
3ACCD 3DIMG 3DSND 3DRIMG 3DRSND)
5+5
2 Data Ingest Servers 4
3 Database Server 2
4 Image Analysis Server 2
5 Data Dissemination Server SIDS Server 3
6 Web Server 3
7 Web Applications Server (GIS Web based
Visualisation and Analysis)
4
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
9 Calibration and Validation Server 2
10 Image Analysis Clients 25
11 Central Data Flow Monitoring and Management 2
12 Web Monitoring 1
13 Data Quality Check 1
14 Backup and HSM 2
15 Data Visualisation Nodes 2
16 Video Wall 2
Centralised Hardware
1 1G10 G Switches and Networking (setspackages) 4
2 100 1000 LAN Switches and Networking 6
3 High Speed SSD Storage (50 TB) 1
4 Multi-Tier Data Storage System (1 PB and expandable) 1
5 125 KVA UPS (with redundant controllers plus
batteries for 30 minutes backup)
2
6 SIDS terminal along with STB 25
7 Multi monitor video wall 1
b Computer configurations
Data Processing and Applications Systems
1 Data Processing Servers (K1VHRR 3A VHRR 3ACCD 3DIMG 3DSND 3DRIMG
3DRSND)
5+5
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 18
SN Item Description of Requirement 1 Processor 6 x Intelreg Xeonreg Platinum series processors
with min 27GHz Min 33MB Cache 24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C602J Chipset or Better
3 Memory Min 1TB DDR4 1866 MHz Registered Memory amp Upgradeable to 3TB of Memory
4 Memory Slots Min 96 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 2 x Gen 2 min4 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 8 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 6 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 6 USB ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 4U Rack Mountable
18 Redundant FAN Hot Plug redundant fans with N+1 Redundancy
19 Power Supply Redundant hot plug platinum min1400W power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management software
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 19
2 Data Ingest Servers 4
3 Database Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 16 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256 GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management software
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 20
22 Warranty 3 years Comprehensive onsite warranty for Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
4 Image Analysis Server 1
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E7-8890v4 processors with
min 24GHz Min 25MB Cache24 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots
5 Memory Features Advanced ECC Mirrored Memory Online Spare Memory
6 Network Controller Min 2 x 1GbE Network ports and Min 2 x 10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 21
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
5 Data Dissemination Server SIDS Server (Tower model) 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 23GHz Min 45MB Cache 18 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024
15 Operating System Redhat Enterprise linux 7x with 3 years subscription
16 Operating System support
Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management Management
21 Manageability Features
Should be able to manage systems through a web-browser
OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 22
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
6 Web Server 2
SN Item Description of Requirement 1 Processor 2 x Intelreg Xeonreg E5-2600v4 processors with
min 32GHz Min 25MB Cache 8 core or better
2 Motherboard OEM (DellHPOracleSGILenovoCISCO) Motherboard with Industry Standard Intel C612 Chipset or Better
3 Memory Min 256GB DDR4 1866 MHz Registered Memory amp Upgradeable to 15TB of Memory
4 Memory Slots Min 24 memory slots 5 Memory Features Advanced ECC Mirrored Memory Online
Spare Memory 6 Network Controller Min 2 x 1GbE Network ports and Min 2 x
10GbE network ports with Failesafe and Link Aggregation support
7 Expansion Slots 6 x PCIe Gen3 min2 x16 slots should support 2 x Double Wide FLFH GPGPU Intel Xeon Phi Accelerator up to 300W
10 Storage Bays 16 SFF 25 Hot Plug drive bays RAID Controller 12Gbps SAS RAID Controller with RAID 015
support with 2GB Flash Backed Cache 11 Hard Disk Drive 2 x 600GB 12G SAS 10K rpm SFF (25-inch)
Dual Port Enterprise HDDs for OS in RAID-1 14 x 18TB SAS 10K HDD in RAID-5
12 Optical Drive DVD RW Drive 13 Interfaces KBD VGA port 1 Mouse 4 USB 30 ports 14 Graphics Integrated with Min Resolution 1280 x 1024 15 Operating System Redhat Enterprise linux 7x with 3 years
subscription 16 Operating System
support Should be certified and support Windows Server as well as Linux Operating Systems
17 Form Factor 2U Rack Mountable 18 Redundant FAN Hot Plug redundant fans with N+1
Redundancy 19 Power Supply Redundant hot plug platinum min1300W
power supply input voltage range 100-240V AC 50Hz60Hz
20 Manageability Dedicated Ethernet port for Management 21 Manageability
Features Should be able to manage systems through a web-browser OEM to provide its own systems management
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 23
software 22 Warranty 3 years Comprehensive onsite warranty for
Hardware and OS with advance part replacement Vendor should have local New Delhi service and support office with service engineers to support on site and vendor should give proof of the same
7 Web Applications Server (GIS Web based Visualisation and Analysis) 4
SN Item Description
1 Make amp Model
2 CPU 4 x Intel Xeon Processor E-7 8890 V4 34 GHz or higher 24 core 60 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 1TB GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs 4 16TB SSD in RAID1
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 24
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
8 Ancillary Data Processing Server (GTS AWS BUFR) 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 256 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 25
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
9 Calibration and Validation Server 2
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 26
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel)
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
10 Image Analysis Clients 25
SN Item Description
1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-7 4830 V4 28 GHz or higher 14 core 25 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P2000 5 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 27
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 20-inch IPS LED backlit LCD panel - FUll HD resolution from Same OEM
18 Power Supply 900 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
11 Central Data Flow Monitoring and Management 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 28
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
12 Data Visualisation Nodes 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled ( Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 29
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation (EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
13 Backup and HSM Server 2
SN Item Description 1 Make amp Model
2 CPU 2 x Intel Xeon Processor E-5 2600 V4 26 GHz or higher 16 core 40 MB Cache turbo enabled (Or Better CPU)
3 Chipset and Motherboard
Intel C612 Chipset (or Latest) based compatible with CPU offered (Motherboard should be from same OEM as Workstation)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 30
4 Memory 128 GB ECC - RDIMM DDR4 2133 MHz
5 HDD 2 nos 4TB 72K rpm HDDs
6 Drive Controller
Integrated SATA 6Gbs controller RAID 015 capable
7 Optical Storage
DVD ROM DVD+-RW
8 Bays Minimum 2 nos HDD additional capacity
9 Video Card NVIDIA Quadro P4000 8 GB Memory
10 PCI Slots 6 PCI express including 4 PCI express X16 2 slot FLFH min
11 Ports Minimum 2 USB 20 Minimum 2 USB 30 1 Head phoneSpeaker
12 Network 1 Integrated Dual port 1Gbps network ports 2 10GbaseT network port
13 Audio Integrated Audio
14 Keyboard Standard USB Keyboard from Same OEM
15 Mouse Standard USB Optical Scroll Mouse from same OEM
16 Form Factor Tower
17 Monitor 30-inch WQXGA IPS LED backlit LCD panel - 2560 X 1600 resolution 5-ports USB Hub (1 x USB30 w Battery Charge 12 2 x USB30 2 x USB20) - VGA Dual-Link DVI-D HDMI14 DP12 connections - DaisyChain support - Detachable tool-less stand (Lift Tilt Pivot Swivel) -
18 Power Supply 1300 W minimum 80 efficiency
19 Bundle Software
System Health monitoring available with hardware
20 Warranty 3 year comprehensive onsite warranty for HW and OS
21 OS Redhat Linux Workstation 7x 3 years subscription
22 OS Certification
Windows 8RedHat
23 Application Certification(At least one from each category is mandatory
i Digital Content Creation(DCC) Adobe Premiere Photoshop Illustrator ii Electronic Design Automation(EDA)Cadence Mentor Graphic Synopsys iii Geographic Information System (GIS) ERDAS Imagine ESRI ArclnfoArc View iv Mechanical Computer Aided Design(MCAD) Inventor UG‐NXProENGINEER Catia Ideas v Mechanical Computer Aided Engineering (MCAE) ANSYS HyperWorks Nastran
14 Video Wall 2x2 configuration (LCD and Controller) 2+1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 31
A LCD Group Specification Item Detailed Specification
System
Display wall It shall be made up of multiple LCD modules stacked up in 2(R )rows and 2(C) columns to achieve a video wall
Display technology Liquid Crystal Display
Display size and resolution
The diagonal size of each display unit module shall be 55rdquo with a native resolution of at least 1920x1080 pixels
Combined bezel gap Should be 35 mm Light source LED Brightness 700 Cdm2 plusmn 10 or better Color Shall offer in excess of 16 million colors Response time 8ms Viewing angle H178deg V178deg Contrast ratio should be minimum 40001
Architecture
The control box and power supply should be in the same housing to ensure quick swapping of module for repair with minimum downtime
Signal Interface
Input terminals
1x Digital DVI-I ( include Analog RGB ) 1x Digital HDMI 1x BNC CVBS video 1x RS232C Dsub-9 1x RS422 RJ45 1x Ethernet RJ45 Micro USB ( WiFi connect port )
Output terminals 1x Digital DVI-D 1xRS422 RJ-45
Component input compatibility
480i 480P 720P 1080i 1080P
Scan rate Fh 30~75KHz Fv 50~85Hz
Video compatibility NTSC PAL SECAM
Timing compatibility
720x400 70Hz 85HZ VGA 60Hz 72Hz 75Hz 85Hz SVGA 60Hz 70Hz 75Hz 85Hz XGA 60Hz 70Hz 75Hz 85Hz SXGA+ 60 Hz 75 Hz UXGA 60 Hz HDTV 50 Hz60 Hz
User controls
Power control 1 AC power ONOFF switch Wire control RS232C RS422 input
LED indicator System indicator display to show system status
IR remote IR remote OSD style list type OSD format
On Screen display Input selection picture image and tiling should be adjusted using OSD
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 32
Colour adjustment User should able to adjust the primary amp secondary colours for color alignment and fine tuning
OSD Languages English
Wall control amp monitoring
Videowall should equipped with a wall control amp monitoring system System should be based on Python- Django framework with web browser architecture Should able to control amp monitor individual LCD module multiple LCD modules and multiple video walls System should able to schedule the system parameter properties in daily sequentially and periodically mode Should provide a virtual remote on screen to control the videowall Status log file should be downloadable in CSV format as per user convenience
Electrical AC power input range 90~240VAC 5060Hz 5A max
Power consumption Normal operating should be lt 209 W Standby mode lt 2 W at 110VAC
System Reliability
Operating temperature 0~40degC Operating relative humidity
20~80
MTBF gt= 50000 hours
B CONTROLLER Group Specification Item Display amp Controller Display amp Controller should be from the
same manufacturer Reputed Company The OEM should be an established
multinational in the field of video walls and should have installations around the world
Display controller Controller to control 20 displays with 24 DVI outputs 12 DVI HDMI input along with necessary softwarersquos
Chassis 19rdquo industrial Rack mount Lockable front door to protect drives
Operating System Platform
Window 7- 64 bit
Processor options Xeon i3i5 i7 RAM Std 4 GB DDR3 higher on request HDD Support upto minimum 2 HDD
Std 500 GB can be upgraded on request Networking Dual-port Gigabit Ethernet Controller inbuilt
Supports Add on copper optical fiber adapters
Input Output supported
Serial ATA LAN
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 33
2x RJ45 LAN ports USB 20 port
RAID RAID 0 1 5 10 support Power Supply ( 1+1) Redundant hot swappable Cooling Forced cooling Indicators LEDrsquos for HDD activity and Power status Switches Power OnOff and System Reset
Monitoring options CPU FAN Temperature Accessories DVD +RW Keyboard and mouse Voltage 100-240V 5060 Hz Redundancy support Power Supply
HDD Cooling FAN
LAN ports Scalability Display multiple source windows in any size
anywhere on the wall Control functions Brightness contrast saturation Hue
Filtering Crop rotate Outputs 24 DVI Resolution support DVI 1920x1200 RGB 2048x1536 Inputs 12 DVI HDMI Accessories DVD-RDVD+RW Keyboard mouse Power Supply (1 + 1) Redundant AC-DC high-efficiency
power supply AC Voltage 100 - 240V 50-60Hz
Operating Conditions Operating Temperature 10deg to 40degC (50deg to 95degF) Non-operating Temperature -40deg to 70degC (-40deg to 158degF) Humidity 10 ndash 90 non-condensing
Wall management SW Scaling and display Software tp enable the user to display
multiple sources in any size and anywhere on the display wall
Auto Source Detection Software should support for auto source detection
Layout Management Should support for Video RGB DVI Internet Explorer Desktop Application and Remote Desktop Monitoring Layouts
Scenarios Software should able to Save and Load desktop layouts from Local or remote machines
Layout Scheduler All the Layouts can be scheduled as per user convenience Software should support auto launch of Layouts according to specified time or event by user
Layout Preveiw Software should support layout preview option
Launch Application Software should be able to support
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 34
Integration with 3rd party devices
System should offer interface to enable control from 3rd party devices like Creston AMX etc
Live Preview Software should able to provide live preview of video wall
Work space allocation System should provide functionality to the administrator to define and allocate work space for a particular operator or a group of operators when working on a Video wall
Authentication Software should offer 4 levels of Authentication (User accounts Permissions for functionality amp Roles etc)
Offline Layouts It should be possible to create offline layouts User friendly Software should be user friendly Ticker Ticker message can be positioned anywhere
on the display wall Inside the ticker window font size colour and background can be set
Ticker Type Software should able to prepare three kinds of tickers text ticker RSS ticker and time ticker
SNTP System should support SNTP function Protection System should have Hardware License key to
protect the software from unauthorized access
Pre- Qualification Requirements
OEM should be present in India with their own manufacturing unit from last 5 years All product must be BIS certified Display and controller should be from same OEM to avoid integration issues during setup or later OEM should have service center facility in India
(iv) Data Archival system(s) (Raw and Processed)
SN Name of Units No of Units
Centralised Hardware
1 High Speed SSD Storage (50 TB) 1
2 Multi-Tier Data Storage System (1 PB and expandable)
Primary and Secondary each
bull Unified storage device
bull Provision for online replication of luns
bull Provision for Fibre 10g (min 40g)
1
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 35
bull Provision for expansion should be there
3 LTODisk Based Library 1
4 SIDS terminal along with STB
Minimum 32 inch LED Screens having support for
following
AV HDMI USB RJ-45 along with built in Wifi
STB
Set top box should have programming support
Should have RJ-45 1Gbps and Wifi connectivity
Should have adequate support for python
Should have linux flavoured Operating system and provide
support for protocols like telnet ssh scp and ftp
25
(v) All associated elements like Network(s)LANWAN Powering Systems UPS
Gensets CablingConduiting and officecomputer furniturersquos
1 3 Phase 125 KVA Modular UPS Scalable up to 200 kVA (with redundant
controllers plus batteries for 30 minutes backup)
2
a) 125 kVA Modular UPS with minimum expandable up to 200 kVA Chassis
b) SMF Battery for 30 Min Battery backup on 100 kVA UPS Load (minimum
VAH 90000)
c) Rectifier amp Inverter IGBT Based and 125 kVA External Isolation
Transformer for Input Side (Delta to Star Transformer Required)
Sr No
Description Parameters required
1 General Specifications 11 UPS topology On line double conversion VFI
SS 111 12 Architecture of the UPS Modular scalable redundant
based on Available kVA Power Modules
121 InOut phase Configuration
Three phase-Three phase single phase
122 Neutral Neutral Passing through
123 Output wave form on mains run
Sinusoidal
124 Output wave form on battery run
Sinusoidal
125 Bypass type Static and electro mechanic
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 36
126 Transfer time Zero
127 UPS Module 100 kVA
128 UPS Chassis 120 kVA
13 Input
131 Nominal Voltage
400 V three phase 230V single phase
132 Voltage range -20 +15
133 Maximum current drawn (in Amps) during battery charging amp inverter with nominal power
To be furnished by the vender
134 Frequency
50 Hz to 60Hz (autosensing)
135 THDIin lt 3 al 100 of nominal load
136 Power Factor
gt 099 from 50 to 100 of nominal load
141 Output with mains
142 Nominal voltage 400 V three phase
143 Nominal power 100
144 Active power 100
145 Output waveform Sinusoidal
146 Voltage variation (static)
plusmn 1
147 Voltage variation (dynamic 0-100 100-0)
plusmn 1
148 Output voltage variation at unbalance load
plusmn 1
149 Phase displacement-100 unbalance load
120degplusmn 1deg
1410 Short circuit capability 300(p-p) for 1-sec
1411 THDv on nominal power (linear load)
lt 05
1412 THDv on nominal power (not linear load PF=07)
lt 1
1413 Frequency
50 Hz o 60 Hz (autosensing or selectable)
1414
Frequency tolerance Synchronized with input frequency or
plusmn 1 free run
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 37
1415 Current Crest Factor
31 accordingly with IEC 62040-3
1416 Overload capability unity PF
bull 5 minutes or higher
bull 30 seconds or higher
110 (or higher) load rate with no bypass intervention 135 load rate with no bypass intervention
15 Battery
151 Type
Lead Acid sealed free maintenance VRLA
152 Make
Exide Amco Panasonic Amara Raja
153 Model
To be furnished by the vendor
154 Nominal UPS Battery Voltage
252 Volt DC
155
Battery Backup time
30 Minutes (vendor has to furnish calculation for backup time considering number of batteries under full load condition)
156 Battery charger type
PWM hi efficiency one in each power module
157 Charging Cycle
Intelligent with boost charge and advanced management
159 Required VAH (12V x No of Battery x Battery AH)
Minimum 90000 VAH
1510 Weight of battery
To be furnished by the vendor
1511 Weight of battery cabinet
To be furnished by the vendor
1512 Dimensions of battery cabinet
To be furnished by the vendor
1513 Battery guaranty
2 years or more (free replacement)
16 Environmental specifications
161 Noise level 1m 42 divide 46 dBA
162 Working temperature range
from 0degC to +40degC
163 Stock temperature range
from -20degC to +50degC (excluded batteries)
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 38
164 Humidity range 20-80 not condensing
165 Protection degree IP21
17 Communication Interface
2 serial port RS232 1 logical level port 4 Dry contacts port
18 External Isolation Transformer required at Input Side
OEM Make 120 kVA
19 Standards
ENIEC 62040-1 ENIEC 62040-2 ENIEC 62040-3
20 Protection
201 Overload (OL) To be complied [YesNo]
202 Short circuit (SC) To be complied [YesNo]
203 Input low voltage
To be complied [YesNo]
204 Output overvoltage
To be complied [YesNo]
205 Battery overcharging
To be complied [YesNo]
206 Battery over discharging
To be complied [YesNo]
21 Recommended Copper cable size in sq mm
To be furnished by the vendor
22 Recommended breaker rating in Amps
To be furnished by the vendor
23 Rectifier DC voltage ripples
lt1
24 Static bypass arrangement
241 Rated voltage (3 phase with neutral)
400V
242 Voltage variation plusmn20
243 Nominal frequency 50 Hz
244 Maintenance bypass switch
Inbuilt
25 Factory Test Certificate CE ISO 9001 amp ISO 14001
26 UPS Make Emerson Socomec Riello
AROS APC (Schneider) Numeric
27 UPS Model To be furnished by the vendor
28 Dimension and Weight of UPS
To be furnished by the vendor
29 3 years Warranty for total solution offered
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 39
2 10 G Switches and Networking (setspackages)
Copper 10g Fiber 10g and FC SAN Switch
6
Features Specifications
Switching Architecture and Performance (Fibre10g Switch)
Interface Required
Minimum 48 ports of 10G SFP+ ports on day 1
Should have 6 ports of 40GbE QSFP+ from day 1 Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
shiwtch should also support Multi-chassis link aggregation (MC-LAG) from day 1
Standards Support
Support for 1000BASE-SX 1000BASE-LX and 101001000BASE-T copper interfaces 10GBASE SFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE 8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC addrress
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 40
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 41
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies from day 1
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
Features Specifications
Switching Architecture and Performance (copper 10g switch)
Interface Required
Minimum 48 ports of 10GbaseT Rj45 ports
Should have 6 ports of 40GbE QSFP+ Each QSFP+ port can be configured as a 4 x 10GbE interface as break out interfaces
HA Features
Should have stacking ports with min stack bandwidth of 160 Gbps Switch stack should support 9 switches in stack Switch should support Non-Stop Bridging (NSB) Non-stop Routing (NSR) and non-stop software upgrade (NSSU) in stacking
switch should also support Multi-chassis link aggregation (MC-LAG)
Standards Support
Support 100100010GBASE-T copper interfaces 40GBASE QSFP+
Switching Architectur
e
Should have non-blocking architecture and all ports should strictly work at line rate performance Switch should also have modular OS for better resiliency Switch should support verifying the configuration before commiting the new configuration Switch should also support 50 rollback configurations and should be able to rollback to any configuration file whenever required
Switching Capacity
Minimum 14 Tbps or more
Forwarding Rate
Minimum 1 Bpps or more
Layer 2 Features
Layer 2 Standards
IEEE 8021Q (VLAN) IEEE 8021P (CoS priority) IEEE 8021d (STP) IEEE 8021w (RSTP) IEEE 8021s (MSTP) IEEE 8023x (full-duplex flow control) and backpressure low control (half-duplex) IEEE
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 42
8023ad (link aggregation) and inter-board link aggregation IEEE 8021x Port Access Control
No of Vlans
Switch should have minimum support for 4000 active vlans
MAC Address
Scalability Switch should support upto 200k MAC address
ARP ARP entries upto 48000
Jumbo Frames
Jumbo frames up to 9000 bytes or more
Layer 3 Features
Routing Protocols
Should have support for static routing Intervlan routing RIP on Day 1 Should have support for OSPF VRRP OSPFv3 RIPng in future with optional upgrade license without any change in hardware All switches with or without additional license should work in single stack
Switch should support IPv6 protocols
Quality of Service (QoS) Features
8021P Switch should support 8021P for classification and marking
Diffserv Switch should support Classification and marking based on IP Type of Service (TOS) and DSCP
Hardware Queues
Switch Should support 8 queues per port in hardware
Rate Limiting
Switch shall provide traffic shaping and rate limiting features
Queue scheduling
Switch should support Queue scheduling mechanisms including SP WRR
Security Features
MAC Address Filtering
Switch should support MAC address based filters access control lists (ACLs) on all switch ports
Authentication
AAARADIUSTACACS authentication
Multicast routes
IPv4 multicast routes 100k 50K IPv6 multicast routes
8021x Support
Multiple 8021x users per port
Access Control
Lists Upto 4000
Anti-Spoofing Features
Switch should have support to prevent MACIP Spoofing
IP Source Guard
Switch should support IP Source Guard
CPU DOS Protection
Switch should have built in features to protect against Denial of Service (Dos) attacks
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 43
Multiple Preivilege
levels
Switch should support multiple privilege levels to provide different level of access
Storm Control
Switch should support per-port broadcast multicast and unicast storm control
Other Security Features
SSH SNMPv3
Management and Maintenance Features
Switch Manageme
nt Configuration through the CLI console Telnet
SNMP Support
SNMP v1v2v3
RMON RMON 4 groups Stats History Alarms and Events
Configuration Files
Switch should support multiple configuration files
Configuration Backup
Configuration Backup via FTPTFTPSecure Copy
Rollback Should support ability to roll back to alternate configuration or firmware image in case of software corruption
Monitoring Switch should support Sflow or equivalent technology for monitoring traffic
Event Logging
Switch should support event logging and should be able forward logs to external syslog server
Mirroring Port mirroring functionality for measurements using a network analyzer Switch should support 4 Mirroring destination ports per switch
Troubleshooting
Switch should support comprehensive troubleshooting tools to anlayze the network issues
Power amp Environment
Power Supply
Redundancy
Switch should have inbuilt redundant hot swappable power supplies
Voltage Auto-ranging 90-240VAC 50-60 Hz
Air Flow Relatively negligible air flow environments
Operating Temperatu
re 0deg C to 40deg C (32deg F to 104deg F)
Operating Humidity
10 to 80 relative humidity non-condensing
48 Port FC SAN Switch Specifications
SNo Specifications
1 Non-blocking architecture with 48 ports in a single domain concurrently active at 16 Gbitsec full duplex with no oversubscription 24 Active ports out of 48 ports
2 The switch should support auto-sensing 2 4 8 10 and 16
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 44
Gbitsec capabilities
3
The switch shall support different port types such as F_Port M_Port (Mirror Port) EX port and E_Port self-discovery based on switch type (U_Port) D port ( Diagnostic port)
4 The switch should be rack mountable
5 Non disruptive Microcode firmware Upgrades and hot code activation
6 The switch shall provide a minimum Aggregate bandwidth of 768 Gbitsec 48 ports times 16Gbitsec (data rate) end to end
7
Should support Quality of Service (QoS) to help optimize application performance in consolidated virtual environments It should be possible to define high medium and low priority QOS zones to expedite high priority traffic
8 The Switch should be configured with the Zoning and ISL Licenses
9
The switch shall be able to support ISL trunk up to 128 Gbitsec between a pair of switches for optimal bandwidth utilization and load balancing through hardware based Trunking
10 Support for web based management and should also support CLI
11 The switch shall support advanced zoning and ACL to simplify administration and significantly increase control over data access
12
It shall be possible to configure the switches with alerts based on threshold values for temperature fan status Power supply status port status
13
Switch shall support POST and onlineoffline diagnostics including RAStrace logging environmental monitoring non-disruptive daemon restart FCping and Pathinfo (FC traceroute) port mirroring (SPAN port)
14 Should provide enterprise-class availability features such as redundant and hotpluggable components
15 Should have Front-to-back airflow and Back-to-front airflow
16 Port to Port latency should be 700 ns
17 The switch should support Inflight Compression and Encryption
18 The switch should have an option for DC power supply also
3 CablingConduiting
4 officecomputer furniturersquos
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 45
(vi) Installation commissioning operationalization and operations (for pre-
determined period)
(vii) Project Management Documentation Project activities like Technical
Reviews Schedule Management and Staff deployment etc
(viii) Cabling conduiting as required
(ix) Office furniturersquos computers
(x) Embedded warranty for 3 years and comprehensive non comprehensive
AMC for 2 years
The complete End to End systems will be supplied installed commissioned and operated
as a turnkey project within pre-decided schedule The system requirements are listed in
Annexure-A
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 46
Annexure-C
EOI Response Sheet
Requirement Response
Vendor Information
1 Name of Person and Organisation responsible for the information contained in EOI
2 Postal AddressTelephoneFaxemail address
3 ExperienceExpertise in A Meteorological system development and
deployment B Satcom system development and deployment C Server and network system development D Ground Station (Antenna RF and related
field) E Data storage and management F Software design and development
Attach as required
4 Capability in indigenous development of data reception and processing facility (hardware and software)
Attach as required
5 In the past has the firm as an OEM supplier installed and commissioned of systems having similar sensor configuration
Attach as required
6 Is the firm experienced in providing comprehensive AMC support for similar systems Specify the numbers maintained and tenure
Attach as required
7 Provide reference of earlier work carried out (similar type of high volume work) Include reference of ContractsPOMOUs
Attach as required
8 Highlight core competence of your company and explain how it matches with the proposed scope of workdeliverables
Attach as required
9 Describe any third party alliances relationships and dependencies
10 Provide details of company registration Annual Turnover Revenue debts and liabilities etc
Attach as required
11 Provide IT returns audited statement of profit and loss balance sheet for last 3 years along with schedules
Attach as required
12 Provide information on proposed methodology of carrying out the work
13 Details of deliverables and services offered as part of the EOI
14 Compliance matrix to the EOI Attach as required
15 Technical Proposal clearly providing specification of deliverables schedule of activities timelines etc
Attach as required
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 47
Annexure-D
GENERAL INSTRUCTIONS FOR EOI
1 We invite your proposal duly signed single part in a sealed envelope marked as
follows
Response to EOI MMDRPS Project
2 EOI Bidder related
21 BiddersService Providers may form a Consortium with the services expertise capabilities of partners clearly defined The details of such consortia members along with their capabilities experience financial standings and expertise in a similar workfield needs to be included as a part of this response The mainprincipal contractorbidder will be required to have a significant role expertise and contributions to at least one or more segments as mentioned above
22 The Bidders along with their subcontractors will be expected to provide details of their proposed tie-ups with OEM(s) for the sourcing of the major equipments like Antenna RF instruments Computer Servers Workstations Electronics Hardware Networking Storage in terms of their previous associations with such OEM(s) for the extant projects already executed by them
3 Your EOI response should reach us on or before the due date and time Late
proposals received after the due date and time will not be considered
4 Meeting
In order to provide a better understanding of the requirement it is proposed to have a
meeting with the prospective vendors at ANTRIX Bangalore Vendors who are
desirous to attend the meeting may provide details of the representatives attending
the meeting in advance
5 VendorBidder shall discuss among others system engineering aspects design
optimum utilization of satellitecommunication resources the installation plan amp
methodology operations plan training plan warranty amp comprehensive AMC
methodology acceptance procedures and plans etc
6 Vendor shall prepare a detailed specifications document based on the selected
configurationoptionssystemscommitments and make presentation to ANTRIX The
draft specification document shall also include all aspects described above in para
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 48
7 Delivery Schedule
The desired delivery schedule for the complete system is 7 to 8 months from the
placement of the purchase order Bidder shall provide the delivery schedule being
proposed along with milestones (like supply of hardwaresoftware installation testing
amp acceptance etc) in the EOI response
8 Any other system or sub system which is relevant for fulfilling implementation of the
scheme shall be brought to the attention by the vendor and detailed in EOI response
9 The vendor submitting response to this EOI and found technically suitable will only be
issued RFP at a later stage
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document
ईओआई एमएमडीआरपीएसEOI MMDRPS पठPage 49
Disclaimer 1 This EOI document is neither an agreement nor an offer by ANTRIX Corporation Limited
(hereinafter referred to as ANTRIX) to the prospective Applicants or any other person
2 ANTRIX does not make any representation or warranty as to the accuracy reliability or completeness of the information in this EOI document and it is not possible for ANTRIX to consider particular needs of each party who reads or uses this document ANTRIX includes statements which reflect various assumptions and assessments arrived at by ANTRIX in relation to the deliverables Such assumptions assessments and statements do not purport to contain all the information that each Applicant may require Each prospective Applicant should conduct its own investigations and analyses and check the accuracy reliability and completeness of the information provided in this EOI document and obtain independent advice from appropriate sources
3 ANTRIX will not have any liability to any prospective Applicant Firm or any other person
under any laws (including without limitation the law of contract tort) the principles of equity restitution or unjust enrichment or otherwise for any loss expense or damage which may arise from or be incurred or suffered in connection with anything contained in this EOI document any matter deemed to form part of this EOI document the award of the Assignment the information and any other information supplied by or on behalf of EOI or their employees or otherwise arising in any way from the selection process for the Assignment ANTRIX will also not be liable in any manner whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon any statements contained in this EOI
4 The issue of this EOI does not imply that ANTRIX is bound to select an Applicant or to
appoint the Selected Applicant as the case may be for the supply and services and ANTRIX reserves the right to acceptreject any or all of proposals submitted in response to EOI document at any stage without assigning any reasons whatsoever ANTRIX also reserves the right to withhold or withdraw the process at any stage without intimation to all who submitted EOI Application
5 ANTRIX accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein 6 ANTRIX reserves the right to change modify amend cancel any or all provisions of this
EOI document