ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4....

46
CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL SPECIFICATION AND TENDER TERMS & CONDITIONS FOR PROCUREMENT AND INSTALLATION OF TIER - III/ RATED - III DATA CENTRE Introduction 1. Bangladesh Air Force (BAF) is planning to establish a Tier - III/ Rated – III Data Centre. A Data Centre Complex along with hardware and software and other accessories would be required for this purpose. Scope of work includes commissioning of new state of the art world class Tier - III/ Rated - III/ Fault Redundant Standard Data Centre Complex, required equipment and relevant network & security appliances. Bidder is to handover Data Centre along with all accessories and whole Data Centre Complex to BAF on a Turnkey basis. 2. For better understanding and to evaluate all bidders, tender specification has been divided into three parts: a. Part – I: General Information and Bidder’s Responsibility. b. Part – II: Technical Specification. c. Part – III: General Terms and Conditions. PART – I:GENERAL INFORMATION AND BIDDER’S RESPONSIBILITY General Information 1. Bidder is to comply with all requirements, terms and conditions mentioned in Part – I, Part – II and Part – III of tender specifications. Bidder is requested to provide details explanation of technical matters wherever necessary and cross-reference to relevant pages of their offer/ original supporting documents. Bidder is also to provide performance data, technical data, specific figures and information as asked against each condition. 2. In Part-II, there may be essential and optional features of proposed Tier - III/ Rated - III Data Centre. Bidder failing to comply with essential features will be considered as disqualified. Bidder is to quote price of all optional features/ items/ spares separately and BAF reserves right to accept or discard some or all optional features of proposed Tier - III/ Rated - III Data Centre as per BAF requirement. Cost of optional features/ items of proposed Tier - III/ Rated - III Data Centre will not be considered for determining lowest bidder. If any other feature/ item not listed in technical specification is found by bidder, which is necessary to run the system, bidder must mention that item with remarks and quote price separately in local currency. Bidder failing to quote optional item will be considered as disqualified. 3. Only technically accepted offers’ corresponding financial offers will be opened for financial evaluation. During process of technical evaluation, a three members BAF team may visit bidder’s premises or their designated places for evaluating and assessing their system and capability, if required at BAF expenses. Report of evaluation team will determine final technical acceptance. Final selection of bidder will be done on basis of financial competitiveness amongst technically accepted bidder. 1 CONFIDENTIAL

Transcript of ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4....

Page 1: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

ANNEX ‘A’ TOTENDER NO. 06.06.0000.275.07.234.19DATED: 25 MARCH 2020

TECHNICAL SPECIFICATION AND TENDER TERMS & CONDITIONS FOR PROCUREMENT AND INSTALLATION OF TIER - III/ RATED - III DATA CENTRE

Introduction

1. Bangladesh Air Force (BAF) is planning to establish a Tier - III/ Rated – III Data Centre. A Data Centre Complex along with hardware and software and other accessories would be required for this purpose. Scope of work includes commissioning of new state of the art world class Tier - III/ Rated - III/ Fault Redundant Standard Data Centre Complex, required equipment and relevant network & security appliances. Bidder is to handover Data Centre along with all accessories and whole Data Centre Complex to BAF on a Turnkey basis.

2. For better understanding and to evaluate all bidders, tender specification has been divided into three parts:

a. Part – I: General Information and Bidder’s Responsibility.

b. Part – II: Technical Specification.

c. Part – III: General Terms and Conditions.

PART – I:GENERAL INFORMATION AND BIDDER’S RESPONSIBILITY

General Information

1. Bidder is to comply with all requirements, terms and conditions mentioned in Part – I, Part – II and Part – III of tender specifications. Bidder is requested to provide details explanation of technical matters wherever necessary and cross-reference to relevant pages of their offer/ original supporting documents. Bidder is also to provide performance data, technical data, specific figures and information as asked against each condition.

2. In Part-II, there may be essential and optional features of proposed Tier - III/ Rated - III Data Centre. Bidder failing to comply with essential features will be considered as disqualified. Bidder is to quote price of all optional features/ items/ spares separately and BAF reserves right to accept or discard some or all optional features of proposed Tier - III/ Rated - III Data Centre as per BAF requirement. Cost of optional features/ items of proposed Tier - III/ Rated - III Data Centre will not be considered for determining lowest bidder. If any other feature/ item not listed in technical specification is found by bidder, which is necessary to run the system, bidder must mention that item with remarks and quote price separately in local currency. Bidder failing to quote optional item will be considered as disqualified.

3. Only technically accepted offers’ corresponding financial offers will be opened for financial evaluation. During process of technical evaluation, a three members BAF team may visit bidder’s premises or their designated places for evaluating and assessing their system and capability, if required at BAF expenses. Report of evaluation team will determine final technical acceptance. Final selection of bidder will be done on basis of financial competitiveness amongst technically accepted bidder.

1CONFIDENTIAL

Page 2: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

4. Bidder shall quote all main equipment as mentioned in part – II (technical specifications) in local currency.

5. The offered composition of equipment of proposed Tier - III/ Rated - III Data Centre is to operate satisfactorily in environment of buyer and climatic conditions of Bangladesh. Further, system is to be capable of satisfying future BAF requirement with least modifications.

Bidder’s Responsibility

6. Bidder may visit site for preparation of their offers/ proposals with prior permission and on pre-agreed schedule from Directorate of CW&IT (Cyber Warfare & Information Technology), Air Headquarters. They may also request for clarifications on any issue relating to information contained intender specification from Directorate of CW&IT in writing with an information copy to DGDP and apply for a pre-bid meeting at DGDP (If felt necessary) on pre-agreed schedule from Directorate of CW & IT and DGDP.

7. The proposed Tier - III/ Rated - III Data Centre is to be integrated and must be easily interlinked with BAF network. Bidder must fully understand scope of work and BAF requirement. If any other item (tools, parts, hardware, software etc.) is required to fulfil BAF requirements in configuration and software arrangement, that must also be provided by bidder free of cost even if it is not quoted.

8. Bidder is to submit their offer in two envelopes:

a. Technical offer.

b. Financial offer.

9. Evaluation Procedure. The offers submitted by bidders shall be evaluated on basis of following elements (Not in any priority order):

a. Compliance to eligibility criteria for bidding.

b. Compliance to Technical Specifications, General Terms and Conditions.

c. Financial competitiveness.

10. DGDP/ BAF reserves right to accept or reject any bid or to annul bidding process and reject all bids at any time prior to contract award (without thereby incurring any liability to bidders).

11. Others :

a. Project Schedule . Project schedule including structure preparation to be mentioned by bidder. However, total project completion duration must not exceed 09 months after awarding work order including construction of proposed Data Centre Building.

b. Bidder Experiences . Bidder must have functional experience on installation & service support of at least one Tier - III/ Rated - III or Higher Data Centre. Bidder must also have minimum 10 years of experience on Data Centre maintenance & support service. Bidder must submit all required certificates/ documents in support of experience criteria. Bidder will also submit list of their clients/ users.

c. Bidder Service Support Capability . Bidder must be capable to provide service support 24 × 7. In this regard, bidder is to provide service support certificate mentioning response time.

d. Equipment Warranty . Minimum 02 years from date of acceptance by BAF for all items if not mentioned specifically.

2CONFIDENTIAL

Page 3: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

e. Maintenance and Service Support . Contractual agreement will be signed between bidder and purchaser for minimum 12 months after TST period finishes.

f. Shipping Weight . To be mentioned.

g. Certificate provided by bidder . Following certificate to be provided by bidder:

(1) Warranty/ Guaranty Certificate for all items.

(2) OEM Authorization Certificate by manufacturer to bidder for all major items (Server, SAN Storage, PAC, Next Generation Firewall, Core Router, Core Switch etc.).

(3) A certificate to effect that same/ similar hardware and software will be available for next 05 years.

(4) Service support.

(5) Bidder’s experience.

(6) Year of production.

(7) Hardware and software validity.

(8) Any other certificate, which is not mentioned above, but required for smooth functioning of system, must be given within the quoted price.

h. Pre-Bid Meeting . Bidder may be request for a pre-bid meeting with purchaser's representative to be held at Air Force Headquarters, Dhaka Cantonment. Date and time of Pre-Bid meeting will be informed to all concerned on receiving request for the said meeting.

PART – II:TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS FOR PROCUREMENT AND INSTALLATION OF TIER - III/ RATED - III DATA CENTER

Technical specification of Infrastructure for proposed Tier - III/ Rated – III Data Centre:

General Information

1. Name of Main Systems/ Equipment/ Software/ Services . Proposed Tier - III/ Rated – III Data Centre System comprising of:

a. Construction of Data Centre Complex (Quantity – 01)

b. 01 × Network Monitoring system (NMS)

c. 04 × High Configuration Server

d. 04 × Server Rack & Accessories

e. 02 × SAN Storage

f. 02 × Next Generation Firewall

g. 04 × Core Router

3CONFIDENTIAL

Page 4: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

h. 04 × Core Switch

j. 02 × Precision Air Conditioner

k. Standard Air Conditioner

l. 04 × Dehumidifier

m. 01 × Gas Based Fire Suppression & Detection System (01 set)

n. 02 × EMS (Environment Monitoring System)

p. 01 × Access Control System

q. 01 × IP Based CCTV Camera System (PTZ Camera with NVR)

r. Workstation for NOC, Access Control System, EMS & IP CCTV System (Quantity – 10):

s. 01 × Video Wall System

t. 02 × Generator (200 KVA each)

u. 04 × Modular Online UPS

v. 02 × Automatic Voltage Regulator

w. 01 × Lightning Arrester, Surge Protection& Earthing System

x. Electrical Works (For ATS, STS & all others): (Quantity – 01 Job)

y. Structured Cabling (Quantity – 01 Job)

z. Raised Floor (Quantity – 01 Set)

a. Cable Ladder (Quantity – 01 Set)

b. Furniture, Office Equipment and Services for NOC and Others Area (Quantity – 01 Job)

c. Pest Control System (Quantity – 01 Set)

d. VMware Licenses for Virtualization (Quantity – 01 Set)

e. Oracle Database License (Quantity – 01 Set)

f. Microsoft Active Directory System(Quantity – 01 set)

g. 04 × Red Hat Enterprise LINUX License

h. Server Security/ Deep Security (Quantity-1 set)

j. Anti-APT/ Deep Discovery Inspector (Quantity – 1 with High Availability)

k. Mail Server License and Configuration (Quantity- 01 set)

l. Software & Hardware Configuration (Quantity – 01 Job)

4CONFIDENTIAL

Page 5: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

m. General Equipment and Accessories, Details provided in subsequent sections (Quantity – 01 set)

n. Operation and Maintenance Support (Quantity – 01 Job)

2. Name and Address of Bidder .To be mentioned.

3. Make & Model . To be mentioned separately for each equipment/ component.

4. Country of Origin . USA/ Canada/ UK/ EU Countries/ Turkey/ Japan/ Singapore/ Australia/ Taiwan for all components.

5. Country of Manufacturer/ Assembly . USA/ Canada/ UK/ EU Countries/ Turkey/ Japan/ Singapore/ Australia/ China/ Taiwan/ Malaysia/ Hong Kong if not mentioned in technical specification for all main items.

6. Year of Production . Not earlier than one year of work order awarding.

7. General Description . The proposed data centre will be in modular concept, which has 08 × 42U cabinets and in future expandable up to 16 cabinet capacities. Main power and other necessary arrangement must consider future provision and up gradation facilities. Proposed Tier - III/ Rated - III Data Centre must have:

a. 01 × Tier - III/ Rated - III Complied Data Centre Complex Building in BAF premises including separate 02 × Generator sheds and separate parking shed.

b. Provision for multiple data communication links with redundant networking devices.

c. Provision to accommodate at least 20 × Server, 04 × SAN Storage, 04 × Firewalls, 08 × Core Switches and 10 × Other Rack Mountable Equipment in minimum of 16 × 42U Racks in future.

d. Dedicated generator for emergency power supply along with modular online UPS and commercial power supply arrangement to ensure (1+1) power supply for uninterrupted svc.

e. Precision air conditioning (1+1) for Server room keeping one system as main and another as standby for precision environment control. Cooling system has to be minimum two as per TIA – 942B, EPI or Uptime Institute guidelines with redundant cooling system (1+1 at least), DX cooling (1+1 at least) and piping system.

f. Gas based fire extinguishing and detection system, IP security camera system with network video recorder, access control system, pest control system, etc.

g. VMware virtualization solution along with other useful virtualization tools and devices.

h. Network Operation Centre (NOC) adjacent to server and power room for round the clock operation and monitoring. Facility must include DCIM monitoring panel, access control monitoring panels, environment monitoring system panel, Security Camera System monitoring panel, Fire Control Alert indicators (both light and sound), etc.

j. All required hardware and licensed software (along with other accessories) are to be incorporated to comply with TIA – 942, EPI/ Uptime Data Centre Certification compliance requirements.

5CONFIDENTIAL

Page 6: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

8. Capability of the System . The proposed Data Centre and its equipment must be capable of handling following features:

a. Virtualization capability of servers for adequate no of virtual machines/ servers with associated storage device.

b. Fault tolerant server, storage, networking equipment, etc.

c. Redundancy in network equipment and connectivity.

d. Redundancy in power supply arrangements.

e. Structured electrical & network cabling arrangements.

f. Environment monitoring.

g. Next Generation Firewalls with all available features.

h. Fire alert and suppression system.

j. 24/ 7 Security Surveillance.

k. Round the clock monitoring, etc.

Technical Parameters of Major Equipment/ Services/ Provisions That Comprise Whole System

9. Construction of Proposed Data Centre Complex(Quantity– 01):

a. All the civil works including utilities are to be finished within 1 year from the date of getting approved design from BAF.

b. Type: Proposed Data Centre Building is to be built as per BNBC standard except data Centre floor. Data Centre floor will have 13 feet clear height from roof beam.12 feet Security wall with barbed wire on top of it around perimeter is to be constructed. Secured main gate is to be constructed along with a guard post. Internal roads within the complex along with site development will also be considered in this project. Roads will be 12 feet wide, concrete made.

c. Design and Layout: In appendices, design and layouts of buildings are shown. Proposed Data Centre will be installed on first floor. Ground floor will accommodate mainly administrative offices. There will be two separate 01-storied buildings for Substation& generators, parking shed of 05 cars/ SUVs and parking shed for bicycles.

d. Bidder may offer alternative diagram/ design with revised layout keeping space/ area requirement intact complying Tier - III/ Rated - III Data Centre standard.

e. Structure Type: Beam, column and slab system.

f. Structure Requirements: The Structural systems shall have an exposed RC finish. Loading capacity shall be 400 kg/ square meter. Height of raised floor shall be 2 feet. Height clearance from raised floor to roof (beam) shall be 11 feet.

g. Service Lift: The proposed Data Centre Building must have a service lift for lifting heavy items like server racks, UPS sets, etc. Detail specification must be provided by bidder. Location and arrangement of space for elevator in schematic diagram also to be highlighted. Usable area inside service lift will be 10 ft × 8 ft and weight capacity will be minimum 1200kg.

6CONFIDENTIAL

Page 7: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

h. Foundation Type: Column footing for 03-Storied Building with each floor area approx.4,000Square Feet.

j. Earthquake Tolerance: Building shall be able to withstand 8.0 magnitude earthquakes on Richter scale.

k. Utility Lines: All lines for gas, sanitation, water, electricity, etc. shall be available and have standard arrangements.

l. Bidder must submit their complete building plan with all necessary details of utility lines.

m. The civil construction for entire Data Centre building, including floors as planned is to be done in one phase. raised flooring, false ceiling, laying of the power, lighting, data and fire sensing cables, laying of air conditioning and fire suppression pipes, space allocation and stands for the Precision Air Conditioning (PAC) system etc. are to be completed for the full planned area of the Data Centre in one phase.

n. Fittings and Fixtures:

(1) All fittings must be best quality.

(2) Bidder must mention brand name, model and quantities of accessories to be used for bathroom/ washroom/ kitchen fittings that include commode, toilet pans, water faucets, gas stove/ burners.

p. Epoxy Paint (Interior & Exterior):

(1) Berger paint must be used.

(2) Epoxy paint for server room, power room wall and ceiling: Approved colour of epoxy paint to interior wall/ column, server room, power room, battery room, MMR etc. Two coats over a brand specific primer/ scalar collapsing coat is to be given. Cleaning and standard time gaps are to be maintained in different phases of painting.

q. Normal Painting (External Walls & Others):

(1) Brand: To be mentioned.

(2) Other requirements: Approved colour of normal paint to interior wall/ column, of the NOC, staging, open area etc. of two coats are to be given over a coat of brand specified primer/ scalar collapsing. Cleaning and standard time gaps are to be maintained in different phases of painting.

r. Other Accessories: All standard items/ accessories, pipes, channels or any other items needed to complete the proposed Data Centre Complex building shall be provided by bidder that are of reputed brands.

s. Fire Rated Metal Door:

(1) Quantity: To be mentioned.

(2) Brand: Any International Reputed Brand

(3) Country of Origin: To be mentioned

7CONFIDENTIAL

Page 8: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(4) Model: To be mentioned

(5) Standard: UL Listed Fire door NFPA 251 Standard

(6) Fire Door Test standard: BS Standard

(7) Shutter Materials: MS sheet

(8) Other specifications: It should be two-hour fire resistivity, 2 vertical Fire Resisting jamb and 1 Fire Resisting horizontal jamb. Door shutter sheet should have at least 3mm thickness. Vision panel should be Fire Rated glass vision panel, Hinge, bolt and screw must be fire rated, Honeycomb core insulation, built in mortise lock, Fire Rated MS Metal single Door (dimension as per design), Fire Rated MS Metal double Door (dimension as per design), Fire Rated MS Metal Emergency Exit Door height (dimension as per design) mm red colour.

t. Tempered Glass Partitions with Related Accessories:

(1) No of Partitions and dimensions: To be mentioned.

(2) Brand: To be mentioned

3. Scope and Details of Work: Supply, fitting & fixing glass partition made of 10 mm clean glass of approved colour and quality with accessories like sealant, neoprene, other hardware etc. Supplying and pasting of best quality frosted paper after cleaning glass properly as per approved design & direction.

u. SS Metal Frame for CRAC & Server Room Tempered Glass partition: bidder must offer SS metal frame for CRAC room partition to be mentioned.

v. Tempered Glass Door: Supply and installation of 10mm thick tempered glass swing door fitted with concealed best quality door closer, key locks, handle etc. all complete as per direction. Brand: To be mentioned.

w. Accessories & Installation: All required accessories must be provided by bidder.

x. BOM: Details to be provided in Bill of Material by bidder. All offers of construction are to be quoted in local currency.

10. 01 × Network Monitoring System(NMS):

Vendor independent NMS having 500 nodes licensed version, which must support remote and local network real time monitoring.

11. 04× High Configuration Server:

a. Brand: Dell

b. Model: To be Mentioned

c. Country of Origin: USA

d. Chassis: Chassis for 16 SSD/ SAS/ SATA HDD

e. Processor: 02 × 3.6 GHz Intel Xeon 6158 Series or better

f. Memory: Minimum 08 × 64GB RDIMM/ LRDIMM

8CONFIDENTIAL

Page 9: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

g. Disk Drives: Minimum 06 × 480GB SSD SAS Write intensive 12Gbps 512e 2.5in Hot – Plug PM5-V Drive, 3 DWPD, 2628 TBW

h. License: Lifetime iDRAC9 Enterprise License

(j) Power Supply: 750W redundant power supply (1+1) with necessary power cords.

j. Network Cards:01 × Dual Port 10GbE BASE-T, 01 × Quad Port 1GbE BASE-T and 02 × Dual Port 16G FC HBA.

k. Server Farm Switch:02 × Server Farm Switches (same OEM of server is preferred) must be provided with minimum 24 × 1/ 10 GE SFP+ and 04 × 40/ 100 GE QSFP ports enabled from day one. All transceivers must be OEM original. Bidder must mention full specification.

l. Optical Drive: Internal DVDRW Drive

m. Accessories: All standard accessories including raid controllers, rack rails, LCD Bezel, power cords for dual power supply, configuration cable, etc. are to be provided.

(p) OEM Warranty: 03 years for all items.

12. 04 × Server Rack & Accessories:

a. Brand: To be mentioned

b. Model: To be mentioned

c. Country of Origin: To be mentioned

d. Height: 42U Closed Rack

e. Capacity: Minimum 42U × 800mm W × 1000mm D with all door ergo form handle lock insert with unique key cabinet shall come complete with plain top cover, bottom cover. 1500 KG weight bearing capacity. Each rack will be consisting2 × IPDU,1 × IPKVM+Console+monitor,1 × intelligent ATS. All components must be same OEM of Rack.

f. Intelligent Power Distribution Unit (PDU): Quantity 02 for each rack with each port power monitoring capacity with software. Power capacity 16A.Each IPDU must have 36 × C13 port 6 × C19 Ports. PDU is designed with a 1.8" colour LCD display. It provides a sharp and highly visible reading for local individual outlet level reading of current(Amp), voltage(Volt), power(kVA, kW), energy consumption(kWh), power factor, as well as temperature and humidity. With use of an IP dongle via a simple, secure web-based GUI management interface, this allows remote individual socket monitoring.PDU can be cascaded up to a maximum of 16 PDUs using a low cost Cat6 patch cord allowing access control and monitoring via a single IP address over an Ethernet network. Real time monitoring provided by PDU can help users with capacity planning and improving overall efficiency of proposed Data Centre.

g. Each rack must have one IP KVM switch with 17’’ TFT monitor. IP KVM must have remote management of Multi-function Devices. KVM Ports will be16 × RJ45 connector. KVM compatibility is vendor and OS independent.

h. Each rack must have one Intelligent rack ATS. It must have minimum 08 × output and 2 × input port. Must have IP based circuit level remote monitoring capacity.

9CONFIDENTIAL

Page 10: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

j. Warranty: 03 Years Parts & Replacement Warranty.

13. 02 × SAN Storage:

a. Brand: Dell

b. Series & Model: To be Mentioned

c. Country of Origin: To be mentioned

d. Storage Capacity: 12 × 1.92 TB Write Intensive SSD (Solid State Drive)

e. Dual Controller: Active – Active.

f. Raid Support: RAID 0, 1, 5, 6, RAID 10, and RAID 10 DM (Dual Mirror); any combination of RAID levels can exist on a single array

g. Software License: Raid Tiering, Thin provision, Thin clone, Data progression

h. Port: Min 2 × 16 Gbps FC ports each controller

j. Power Supply: Redundant, 1485W, C14: 200-240 VAC

k. Jumper Cord: 12A, 2M, C13/ C14

l. LC-LC Optical Cable: 3M

m. Other Licenses: Storage Centre Core Software Bundle Base License, Live Volume+ Remote Instant Replay, Software License, Storage Centre Drive License

n. SAN Switch: 02 × Brocade 6505 / Connectrix DS6505with each SAN storage with minimum 12 ports activate license with Transceiver (Minimum 16 Gbps).

p. Accessories: All standard accessories are to be provided for quoted SAN storage and SAN switches.

q. Installation & Commissioning: By bidder as per BAF requirement.

r. OEM Warranty: 03 years.

14. 02 × Next Generation Firewall

a. Brand: Cisco/ Fortinet/ Sophos

b. Model: To be mentioned

c. Interface: at least 12 × 10M/ 100M/ 1GBASE-T Ethernet interfaces (RJ45), 4 × 10 Gigabit (SFP) Ethernet interfaces with 2 × 10GE Multi-Mode SFP Transceiver from day one.

d. Firewall Throughput(FW+AVC): Min 8.4 Gbps.

e. Threat Prevention Throughput: Min 8.0 Gbps.

f. IPsec VPN Throughput: Min 3 Gbps.

10CONFIDENTIAL

Page 11: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

g. Minimum Sessions: 2,800,000.

h. New Session per Second: 55,000.

j. URL Filtering: More than 280 million.

k. Licensing: Full feature licensing (web filter, inbound &outbound mail filter, IPS, malware protection, AVC, basic firewall, etc.) for 03 years with pro support.

l. Warranty: 03 years.

15. 04 × Core Router:

a. Brand: Cisco.

b. Model: ASR 1001 – X.

c. Ports: At least 6 × 1 GE SFP ports with 2 × 1G Copper SFP module. Router must also have 10G backbone capacity and quote 2 x10GE interfaces with 2 × 10G multimode SFP+ module from day one. Modules must be OEM original.

d. Hardware Performance: Minimum 8GB DRAM, All Modules must be OEM original. Power supply must be redundant from Day one.

e. Forwarding Throughput: Minimum 5 Gbps (Full-Duplex) from day one and it can be upgradable up to 20 Gbps in future if required without any additional hardware change requirement

f. Core Router features:

(1) Must have on board VPN acceleration mechanism withIPv6 encryption.

(2) Must have Advanced IP Feature License from day one.

(3) Must have Operating System Redundancy/ Routing Engine.

(4) Redundancy from day one.

(5) Must have modular software images

(6) The router must support firewall stateful switchover between two routers.

(7) Router must support hardware encryption capabilities with minimum 1Gbps crypto IPsec/ crypto throughput.

(8) Must have site-to-site and remote access VPNs, GRE VPN, Dynamic routing protocols: Open Shortest Path First (OSPF),Border Gateway Protocol (BGP) over VPN tunnels and dynamic routing.

(9) Must have min 950,000 Ipv4 and Ipv6 routes from day one.

(10) The router must support Enterprise Services feature set with support for protocols like Multiprotocol Label Switching (MPLS), Ethernet over MPLS (EoMPLS) & Virtual Route Forwarding(VRF).

11CONFIDENTIAL

Page 12: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

g. Accessories: All standard accessories of quoted model with power cords must be provided.

h. Warranty: 03 years.

16. 04 × Core Switch:

a. Brand: Cisco

b. Model: Catalyst 9500 series or upgraded

c. Ports: minimum 24 × manageable Gbe Ports, 04 × SFP Ports and02 × 10G ports.

d. Performance:

(1) The Switch must have redundant power supply from day one.

(2) Switch must have non-blocking architecture and must support switching bandwidth up to 500 Gbps and 700 Mbps Forwarding rate from day-1.

(3) Switch must have minimum DRAM 16GB & FLASH 16GB.

(4) It must possible to connect switches in virtual stack to increase performance and active-active performance.

e. L2 Features:

(1) Switch must support at least 60K Mac address

(2) Switch must support Ethernet standards like IEEE802.1p, IEEE802.1Q, Flow control, Jumbo frame, 802.1D, 802.1w, 802.1s, Jumbo frames, 802.3ad, private VLAN, Macsec-128

(3) Switch must support 4000 VLANs and 4000 SVI

(4) Switch must support VLANs based on ports, MAC address, IP-Subnet based VLAN, support UDLD, CDP or LLDP

f. L3 Features:

(1) Switch must support 64K IPv4 and 32K IPv6 entries and support up to 15K multicast routes.

(2) Switch must support routing protocols like BGPv4, OSPF, ISISv4, RIP, Static, ECMP, LISP, VXLAN, PIM,SSM, DVMRP, BFD, and VRF aware BFD.

(3) Switch must support VRRP/ HSRP, VRF, MPLS and policy based routing.

(4) Switch must support VRF, MPLS, policy based routing and RFC.

(5) Accessories: All standard accessories of quoted model with power cords must be provided.

g. Licensing: Full feature license for lifetime

h. Warranty: 03 years.12

CONFIDENTIAL

Page 13: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

17. 02 × Precision Air Conditioner:

a. Brand: Any reputed international brand

b. Model: To be mentioned

c. Country of Origin: USA, EU, England, Switzerland, Japan

d. Country of Manufacture: To be mentioned

e. Type: DX Type Down flow Computer Room Air Conditioner (CRAC)

f. Total Cooling Capacity: Minimum 50 KW

g. Operation Limits: Ambient Temperature 40°C

h. Fan type: Fans must be EC Fan

j. Number of Fan indoor unit: To be mentioned

k. Air Flow: Minimum 13500 m3/ h

l. Refrigerant: R410A

m. Compressors type: Compressor must be industrial type

n. Number of Compressor: To be mentioned

p. Circuit: To be mention

q. Electrical heater capacity: to be mentioned

r. Number of Fan: To be mentioned

s. Required Power for total solution: To be mentioned

t. Power supply:400V, Three phase, 50 Hz

u. Microprocessor Controls: Room temperature, humidity, Supply fan working status, Compressor working status, Electric heaters working status, Manual/ Auto unit status, Temperature set point, Humidity set point, Working hours of main component, Unit working hours, etc. must be displayed.

v. Indoor Unit Dimensions (W × D × H) mm: To be mentioned

w. Outdoor Unit Dimensions (W × D × H) mm: To be mentioned

x. Other Features: CRAC must be Gas type. Outdoor must be installed outside of rooftop. Capacity of CRAC must be able to cool server room area and maintain temperature of 18 to 27 Deg. In cold zone. System must be capable to dynamically start and stop according to required cooling. Proposed set of CRAC must be capable of providing sufficient cooling through under raised floor. Must be capable of maintain uniform temperatures throughout proposed data Centre. System must be capable to dynamically start and stop according to required cooling. Humidification and Dehumidification functionality must be built-in with proposed system. Expansion valve must be Electronic. The unit must be Network manageable with proper GUI base management and

13CONFIDENTIAL

Page 14: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

monitoring software. Units must run in sequencing mode for N+1.Remote condenser unit must not obstruct building’s future expansion. Condenser unit must have differential pressure switch and other standard accessories. Accessories & Installation: All required accessories must have to be provided by bidder for installation of air conditioners. All installation accessories like MS pipe, copper pipe must be consider as best quality available products

y. Warranty: 03 Years.

18. Standard Air Conditioner: Quantity & capacity may vary as per approved design. Bidder may propose changed quantity & capacity as per their proposed design. Proposed Single Air Conditioner must not exceed 2 Ton capacity.

a. Brand: To be mentioned

b. Model: To be mentioned

c. Country of Origin: USA/ Japan

d. Type: Split Type Inverter Air Conditioner with wireless remote control & clock

e. Quantity: Total 20 out of which 08 × 2 Ton, 12 × 1.5 Ton (It may be changed depending on proposed design of building. Quantity will be finalized by Air HQ.)

f. Accessories & Installation: All required accessories must be provided by bidder for installation of air conditioners as per Tier- III compliances.

g. Warranty: 03 Years.

19. 04 × Dehumidifier

a. Brand: To be mentioned

b. Country of Origin: To be mentioned

c. Dehumidification Capacity: 18 litre/ 24 Hour

d. Display: HR reading

e. Power: 220/ 240V 50 Hz

f. Current:1.6 A

g. Power Consumption: 290W

h. Working Environment: 5⁰-35⁰Cj. Bucket Volume: 4L

k. Warranty: 03 years.

20. Gas Based Auto Fire Suppression & Detection System: (Quantity:01 Set)

14CONFIDENTIAL

Page 15: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

a. General Requirements: Supply, install, test and put in operation NOVEC 1230/ NAFS125/ HFC227ea(FM200) based fire suppression system. fire suppression system shall include and not be limited to gas release control panel, seamless cylinders, discharge valve (with solenoid or pneumatic actuator) as case may be, discharge pipe. Bidder may offer different cylinder size and gas quantity as per their proposed design.

b. Cylinder &Accessories:

(1) 02 × 120 LTR. Cylinder, Origin: To be mentioned

(2) 04 × 30 LTR Cylinder, Origin: To be mentioned.

(3) Suppression gas, Origin: To be mentioned(Quantity – 260 kg).

(4) 06 × Cylinder Back Rack.

(5) 06 × Cylinder Front Strap.

(6) 04 ×Hose pipe.

(7) 04 × Gas Discharge Nozzle (1" dia),Origin: To be mentioned

(8) 04 × Gas Discharge Nozzle (1/ 2" dia), Origin: To be mentioned

(9) Any other required accessories to be provided by bidder.

c. Detection System: Alarm and detection system are required for entire complex. Bidder is to propose dry ABC power based fire extinguisher along with quantity for those area, which are not under gas suppression. All the quantity below may vary as per design.

(1) 04 detection zones with Two Extinguishing area Control Panel, Origin: To be mentioned

(2) 04 × Lead-Acid Battery, 12V each, Origin: To be mentioned

(3) 20 × Heat Detector, Origin: To be mentioned

(4) 20 × Photo electric smoke detector, Origin: To be mentioned

(5) 06 × Flashing light / Light Indicator, Origin: To be mentioned

(6) 06 × 24V DC Bell, Diameter 6", Origin: To be mentioned

(7) 04 × Exit Sign.

(8) 04 × Manual Release or Break Glass, Origin: To be mentioned.

(9) 02 × Megaphone.

d. Others:

(1) Schedule 40 pipe 2" Dia – As required

(2) Schedule 40 pipe 1.25" Dia – As Required15

CONFIDENTIAL

Page 16: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(3) Schedule 40 pipe 1" Dia – As required

(4) Schedule 40 pipe 1/ 2" Dia – As required

(5) GI Fittings/ MS fitting/ MSC Channel telephone cable – As required

(6) PVC Conduit 1", 3/ 4" & accessories – 1 lot

(7) Flexible cable, 2 × 40/ 0.0076 – As required

(8) Flexible cable, 3 × 40/ 0.0076 – As required

e. VESDA (Very Early Smoke Detection Aperture)

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Country of Origin: To be mentioned

(4) Features: air sampling based smoke detection, configurable alarm levels, High efficiency aspirator, per sampling pipe, Clean air barrier optics protection

(5) Coverage: Up to 2000 SFT

(6) Minimum no of Sensors: 04

(7) Warranty: 03 years

f. Installation and Testing: All of the systems must be installed, configured and tested by bidder.

21. 02 × EMS (Environment Monitoring System):

a. Main EMS System

(1) Brand: To be mentioned

(2) Country of Origin: To be mentioned

(3) Model: To be mentioned

b. Water sensing cable: 2 × 50 feet

c. Temperature/ humidity combination sensor: (Quantity –4)

(1) Brand: To be mentioned.

(2) Origin: To be mentioned.

d. GSM Modem:(Quantity – 1)

(1) Brand: To be mentioned.

(2) Origin: To be mentioned.

16CONFIDENTIAL

Page 17: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

e. All required items and accessories for all above must be provided. Bidder must mention full technical details with quantity.

f. Installation and commissioning: By bidder.

g. Warranty: 02 years.

22. Access Control System

a. 11 × Door Access Control (Number may vary as per bidder’s design):

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Country of Origin: To be mentioned

(4) Authentication (PIN, Card)

(5) Identification Method: FP, Card

(6) Identification Time: ≤1 second

(7) Register Method: Fingerprint, Card

b. Associated Devices (All quantity may vary):

(1) 11 × Finger print & RFID exit reader

(2) 11 × EM locks

(3) 11 × U' bracket for glass door

(4) 11 × Z-L' bracket

(5) 11 × Push button-for exit

(6) 11 × Software: Must include software control

(7) 30 × RFID card

(8) 22 × Power adapter

(9) Other Items: All other items must be provided including power & UTP Cable for power supply with PVC conduit lot for total system

c. Installation, testing & commissioning – 1 job

d. Warranty: 02 years

23. IP Based CCTV Camera System (PTZ& Dome Camera with NVR):Quantities below may change as per approved design of the complex.

a. IP camera (Dome type, POE): Quantity-24

(1) Brand: To be mentioned

17CONFIDENTIAL

Page 18: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(2) Model: To be mentioned

(3) Origin: To be mentioned

(4) Pixel Density: Minimum 5MP

(5) Type: IP Dome Camera with IR

(6) IR Range: Minimum 30m

b. IP camera (PTZ type, POE): Quantity-24

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Origin: To be mentioned

(4) Pixel Density: Minimum 3MP

(5) Type: IP PTZ Camera with IR

(6) IR Range: Minimum 30m

c. NVR: Quantity-03

(1) Brand: To be mentioned.

(2) Model: To be mentioned.

(3) Country of Origin: To be mentioned

(4) No of Channels: Minimum 16

(5) Storage:4 TB HDD.

d. Monitors: Quantity-03

(1) Brand: To be Mentioned

(2) Model: To be mentioned.

(3) Country of Origin: To be mentioned

(4) Display Panel Type: Flat LED.

(5) Size: Minimum. 42 Inches

e. Installation & Configuration: By bidder. Bidder must also provide IP based CCTV camera layout diagram.

f. Warranty: 02 years.

24. Workstation for NOC, Access Control System, EMS & IP CCTV System: (Quantity-10)

a. Brand: Dell

18CONFIDENTIAL

Page 19: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

b. Model: To be mentioned

c. Processor: Core i7, 3.0 GHz or better.

d. RAM: 08 GB, DDR4 or better.

e. Hard Disk: Minimum 400GB M2 or SSD drive

f. Graphics: Minimum 02GB dedicated graphics

g. Accessories& Others: All other standard accessories must be provided including DVD RW. Casing, mouse, keyboard, LAN Card, wireless adapter, video adapter, minimum 21” LED display, Genuine Licensed Windows 10 Professional Operating System, etc. Preferable workstation type is All-in-One PC.

h. Warranty: 02 years.

25. 01 × Video Wall System

a. Brand: Samsung or Equivalent

b. Model: To be mentioned

c. Country of Origin: USA/ EU/ UK/ Japan/ South Korea

d. Feature: Key Features Narrow Bezel, ACM Support, Auto Source Switching & Recovery, Haze 44%,Plug and Play (DDC2B), Video Wall (15 × 15{OSD}), Video Wall Daisy Chain(10 × 10), Pivot Display.

e. Display:4 × 55’’display

f. Type: D-LED DID

g. Resolution: FHD.

h. Brightness (Typical): 500 nit

j. Other Technical Features: Contrast Ratio: 3500:01, Viewing Angle(H/ V): 178/ 178, Response Time(G-to-G): 8ms, Display (m).

k. HD digital Display Wall Processor (Quantity-01): Controller for Up to sixteen video windows per display. Control software must run on windows operating system. Brand, Model and other features are to be specifically mentioned by bidder.

l. Accessories: Quick Setup Guide, Warranty Card, Power Cord, Remote Controller, Batteries, etc. are to be provided.

m. Warranty: 02 years.

26. 02 × Generator (200 KVA)

a. Type: Diesel Generator

b. Capacity: Minimum 200 KVA

19CONFIDENTIAL

Page 20: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

c. Country of Origin: USA / UK / Germany / France/ Italy / Japan

d. Generator Engine Brand: Perkins/ Cummins

e. Generator Engine Model: To be mentioned.

f. Main Alternator:

(1) Voltage 400±10%, 3 phase, 50 Hz and 220-230VAC, Single phase, 50Hz

(2) Output rated current per phase: To be mentioned.

(3) Frequency: Filtered 50 Hz

(4) Rated RPM: To be quoted by bidder

(5) Duration of Operation: 12 hours continuously at rated load.

(6) Power factor: 0.8

(7) Operating Temperature: (-100C to 50ºC) (ambient)

(8) Voltage Regulation: Auto

(9) Input Voltage 12V-24V DC

(10) Excitation: Brushless

g. Generator Engine:

(1) Type: 4-cylinder, 4-stroke, vibration free, in line, compression ignition type.

(2) RPM: To be mentioned by bidder.

(3) Cooling system: Water Cooled.

(4) HP (Horsepower) at rated RPM: To be mentioned.

(5) Duration of Operation: 12 hours continuously with rated load.

(6) Operating Temperature: (-100C to 50ºC) (ambient)

(7) Fuel: Diesel.

(8) Fuel Consumption per Hour: To be mentioned.

(9) Fuel Tank: Size of tank must be sufficient to run minimum 12 hours of operation (The bidder is to mention tank capacity in litre).

h. Construction: Engine and generator must be coupled and integrated on a common shaft and be placed on a fixed base with hosting and lifting provision, heavy duty and maintenance free/ low.

20CONFIDENTIAL

Page 21: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

j. Starting System: Auto and manual starting system along with auto transfer switch (ATS) and necessary fittings must be incorporated.

k. Control System:

(1) ON/ OFF switch or Push button

(2) Low and high voltage warning light with audio system.

(3) Emergency indication lamp with shutdown push switch.

(4) Separate selector switch for output voltmeter, ammeter and phase (LCD display on controller).

(5) Having Automatic Voltage Regulator (AVR) and mechanical governor for maintaining required Voltage.

(6) Generator must have automatic fault display system.

(7) Controller must have remote monitoring capability(SNMP card) as well synchronous running with other generator.

l. Control Panel:

(1) Separate LCD display for fuel level. Engine oil pressure and engine water temperature.

(2) Separate gauges for output, AC current, watt and frequency.

(3) Engine RPM gauge: LCD display

(4) Running time gauge (LCD display).

m. Chassis and Body:

(1) The Generator must be secured & placed on a fabricated steel chassis frame, which is to be installed on concrete floor, vibration free.

(2) The Generator including all equipment must have standard factory colour / painting.

(3) The Generator with all fittings must be standard and from same company / country.

(4) Shield standard power cable to connect generator output with commercial power supply network.

n. Special Features:

(1) The generator must be Mobile version (wheel mounted), Canopy type, Sound proof.

(2) Operation & Maintenance Manual: 2 Copies.

(3) Parts Catalogue: 1 Copy

p. Maintenance Tools Set:

Regular maintenance toolbox with minimum 52 tools must be provided.21

CONFIDENTIAL

Page 22: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

q. Installation Operational Check:

Full Generator set must be installed and configured by bidder. Functional check for 07 days will be done before acceptance.

r. Warranty & Service Support: 01-year full parts replacement guaranty and 03 years’ service warranty must be provided.

27. 04 × Modular Online UPS

a. Brand: To be mentioned

b. Model: To be mentioned

c. Country of Origin: USA, UK, England, Switzerland, Japan, Italy

d. Country of Manufacturer: To be mentioned

e. Technology: IGBT or to be mentioned

f. Power factor: 1

g. Total Capacity: 50KVA, Expandable up to 125KVA

h. Each Module Capacity: 20/ 25 KVA Complete UPS module

j. Module quantity: N + 1

k. Input Voltage: Three Phase, 360/ 400/ 420Vac

l. Output Voltage: Three Phase, 380/ 400/ 415Vac (1% deviation)

m. Backup Time: 20 Minutes with full load.

n. Number of Batteries (12V): To be Mentioned.

p. Battery Brand: To be mentioned.

q. Battery’s Country of Origin: To be mentioned.

r. Accessories: SNMP card, bus bar for battery-to-battery connection, bus bar insulator, Cat 6 Cable and accessories for SNMP card, DC cable, lux, cable tie, battery set casing, all battery set related accessories, etc. All other power cables, power sockets and related accessories needed to install UPS sets are to be provided by bidder.

s. Warranty: 03 years including battery set.

28. 02×Automatic Voltage Regulator:

a. Brand: To be mentioned

b. Model: To be mentioned

c. Country of Origin: USA/ UK/ EU Countries/ Japan

22CONFIDENTIAL

Page 23: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

d. Country of Manufacture: USA/ UK/ EU Countries/ Japan

e. Rated Power Capacity: Minimum 200 KVA (Continuous duty)

f. Input voltage: 3PH+N, 400 VAC, 3PH, 4 wires

g. Input voltage range: +/ - 20% (from 3x 320V up to 3x 480V L - L)

h. Output voltage: 3PH+N 400VAC, 3PH, 4 wires

j. Output voltage accuracy: ± 0.5 % RMS stabilized

k. Frequency: 50/ 60 Hz +/ - 5%

l. Admitted load variation: 0 to 100%

m. Admitted load unbalance: up to 100%

n. Operation Type: Unit sensed by electronic servo technology to control a motorized variable transformer

p. Accessories: All power cables, power sockets, SNMP card for remote monitoring and any other related accessories are to be provided by bidder.

q. Installation & Commissioning: By bidder

r. Warranty: 03 years.

29. 01 × Lightning Arrester, Surge Protection & Earthling System:

a. 01 × Early Streamer Emission Air Terminal (ESEAT) Set

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Country of Origin: USA/ UK/ France/ Germany/ EU

(4) Country of Manufacture: USA/ UK/ France/ Germany/ EU

(5) Withstand Peak Lightning Current: 100 KA or more

(6) Weather Condition of Work: All weathering conditions.

(7) Radius of Protection:90 – 97 meters at 5meters, Height from proposed Data Centre Complex Building top.

(8) Product Certification and Standards: IEC 62305-2 and NFC 17102, (UL Listed).

b. 01 × Lightning Event Counter Set

(1) Brand: To be mentioned

(2) Country of Origin: USA/ UK/ France/ Germany/ EU

(3) Country of Manufacture: USA/ UK/ France/ Germany/ EU

23CONFIDENTIAL

Page 24: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(4) Register capacity:0-999 mechanical counting without external power supply

c. Surge Protection System

(1) General Description: Surge Protection Device

(2) Type: Surge Protection Device (SPD): Quantity-14

(3) Brand: ABB/ Schneider or Equivalent

(4) Model: To be mentioned by bidder

(5) Country of Origin: USA/ UK/ France/ Germany/ EU

(6) Type of Low Voltage Distribution System: TT, TN-S

(7) Nominal AC Voltage of the System: 230/ 400 V, 50 Hz

(8) Number of Protected Poles: 4

(9) Short Circuit Withstand ICC (Short Circuit Current): 100 kA

(10) Response Time: ≤ 25 ns

d. Earthing System (Quantity04) : Complete earthing provisioning of all equipment and devices are to be done by bidder in 04 earthing blocks. Each earthing must have 63A DIN rail-based earthing monitoring system. Complete details are to be provided by bidder.

e. Boring Works (ESEAT & SPD)

(1) Supply of Earthling System: 01 set for ESEAT and14 ×SPD with minimum 100 feet Length or as required.

(2) Earthing Electrode: Minimum 8 mm diameter Solid Copper Rod

(3) Earth Resistance: Less than 1 Ohm.

(4) Supply and Fitting: fixing of Nut Bolt, Cable Socket, Join Socket, Cross Joint Clamp, Steel Clip, Hooks, Steel String, and String Clip etc. as required and others required installation materials will be borne by bidder.

(5) Installation & Commissioning: By bidder. Bidder must provide any other accessories/ items required for job completion.

f. Power & Equipment Earthing Boring Work : Boring down the earth surface by tube well sinking method with 38mm diameter& 3mm thickness GI pipe with 25rm bare copper wire and 1m long 16mm dia meter copper rod thermo- welded at the bottom of GI pipe, up to grounding resistance result less then (than) 1 ohm.

g. Installation and Testing :01 set ESEAT and 14 × SPDs must be installed and tested by bidder with complete accessories set and standard arrangement. If any item required for the job completion is not mentioned, then those also must be supplied by bidder.

h. Earth Test Report & Functionality Test: By bidder

24CONFIDENTIAL

Page 25: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

j. Warranty: Minimum 03 years.

30. Electrical Works (For ATS, STS & all others): (Quantity- 01 Job)

a. Scope of Work: All necessary Electrical Cable, DB Box, Circuit Breaker, STS, ATS, Socket, etc. must be best quality and quantity / capacity must be designed by bidder and vetted by BAF.

b. General Requirement: Total electrical cabling and power related setup must be redundant (dual arrangement for all devices) and as per TIA-942, EPI or Uptime Institute Tier - III/ Rated - III standard. Bidder must mention details of work along with a quantity of different items (BOM).

c. Circuit breaker: Schneider/ ABB/ equivalent

d. Installation and Commissioning of Electrical Works: By bidder.

e. Warranty: 03 years.

31. Intelligent Structured Cabling by CAT6A U/ UTP:(Quantity- 01 Job)

a. Brand: To be mentioned

b. Country of Origin: USA/ EU/ UK/ Japan/ Switzerland/ EU

c. Scope of Work: For all of servers, storage, networking equipment of server and NOC room.

d. Accessories: Bidder must provide fibre raceway, sliding patch panel, patch cord, cat-6A U/ UTP LSZH cable/ OM3 Fibre cable/ pre terminated fibre patch cord / ODF and all other related cables and items needed.

e. Bidder must provide complete specification of items and Bill of Material. Intelligent cabling hardware and software for 300Nodes or more.

f. Installation, Testing and Commissioning: Splicing work, Velcro, Accessories, Labelling paper, Copper cable installation and permanent link testing through Network analyser tools. Fibre cable installation and Link testing through Network analyser tools. All jobs must be completed by bidder.

32. Raised Floor:

a. Solid Panel Type: Calcium Sulphate

b. Brand: To be mentioned

c. Country of Origin: To be mentioned

d. Area: 1248 SFT/ as per design

e. Perforated Panel Type: Calcium Sulphate

f. Brand: To be mentioned

g. Country of Origin: To be mentioned

h. Panel thickness: 30 mm minimum

j. High pressure laminate

25CONFIDENTIAL

Page 26: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

k. Uniform Load: To be mentioned

l. Rolling Load: To be mentioned

m. Other Requirements: panel shall meet high requirements regarding dimensional accuracy acc. to RAL-GZ 941 to guaranty high air tightness.

n. Panel size: 600 × 600 mm

p. Server Room (Height: 16")

q. Area: As per server room requirement

r. Double Cup Raised Floor Lifter: Quantity-02

s. Air Grommet: Quantity-07

t. Insulation Work: As per design requirement

(1) Country of Origin: To be mentioned

(2) Flat conductor, copper Size: 15 × 2 mm ( w × h )

(3) Flat conductor in coils with Cross-connector for flat conductor

u. Metal RAMP for Server Room Area: Dimension (Approx.):H-16" × W-5'-0" × L-7'-0" slop approx. 17 degree◦

v. Metal Stair: Details to be mentioned by bidder.

w. Accessories: Pedestal glue, locking glue, bottle for filling, Foam tape, Aluminium pads, Application device for pedestal glue.

x. Installation, Testing & Commissioning: By bidder.

33. Trucking Channel, Cable Ladder/ Tray System:

a. Type: 16-gauge MS/ Aluminium cable ladder Size (W × H):300 × 50 mm including Ladder jointer, Ladder supporter, Ladder Hanger.

b. Brand: To be Mentioned

c. Country of Origin: To be mentioned

d. Quantity: 750rft/ as per design requirement

e. Miscellaneous Items/ Accessories (Quantity: 01 Lot):Any type of installation accessories of any item must be considered, Screw, GI wire, Royal Plug, Royal Bolt, Clump, PVC Tape, Masking Tape, Rivet, High Quality nylon Fastener, etc. and any other items required must be provided by bidder.

f. Supply, Installation, Testing & Commissioning: By bidder.

34. Furniture, Office Equipment and Services for NOC and Others Area: (Quantity-01 set)

a. 08 × Customized Work Station metal frame table for NOC room and other area26

CONFIDENTIAL

Page 27: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

b. Tempered glass top for table

c. 08 × Revolving Chair for NOC and other area

d. 02 × Modern Tea Table for open waiting area

e. 02 × Two Seated Sofa for waiting area

f. 02 × Full height Metal rack for Store room Size(D× W): (750 × 2100) mm

g. Required work Service for NOC room display area with high grade board and MS metal frame

h. Metal False ceiling work for NOC and other area

j. Accessories & Installation: All required accessories must be provided by bidder

k. Details BOM must be submitted by bidder

35. 01 × Pest Control System

a. Brand: Any international reputed brand

b. Country of origin: To be mentioned

c. Model: To be mentioned

d. Controller type: To be mentioned by bidder

e. No of Transducers: Minimum 20

f. Other Specifications: Must be mentioned by bidder.

g. Accessories: Cable for transducers (2 × 0.4rm),Power Cable (110/ 76mm2 Flexible), etc. along with all other accessories must be provided by bidder.

h. Installation, Testing & Commissioning: By bidder

36. Other Equipment and Accessories:

a. Monitors For NOC (Quantity – 03):

(1) Brand: Sony/ Samsung

(2) Model: To be mentioned

(3) Type: LED

(4) Screen Size: Min 55 Inches

b. Notebook Computer for Administrators (Quantity-05):

(1) Brand: Dell/ HP/ Microsoft

(2) Model: To be mentioned

(3) Screen Size: Min 14 Inches

27CONFIDENTIAL

Page 28: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(4) Main Specification: Min 3.0 GHz Core i7 Processor, 250GBSSD/ M2, USB Type C port, 16GB DDR4 RAM with Genuine Windows 10 Professional OS

(5) Accessories: All standard accessories must be provided

(6) Warranty: 02 years.

c. Wheeled Trolley (Quantity-01):

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Load Carrying Capacity: 500 Kg

d. Contamination Control Mats Anti-Static Mat:

(1) Brand: To be mentioned

(2) Country of Origin: To be mentioned

(3) Quantity: 100 SFT

e. Power Analyser Meter (Quantity: 01)

(1) Brand: To be mentioned

(2) Model: Please mention

(3) Country of Origin: To be mentioned

(4) Other Specifications: To be mentioned by bidder.

(5) Included Accessories: Power supply adaptor, Voltage test lead, load current clamp sensor 1 set, Flexible clamp sensor 1 set, Power cord, USB cable, SD card 2GB, Carrying case, Input terminal plate × 6, software, Quick manual, Alkaline size AA battery (LR6) × 6.

f. Network Analyser Tools for Copper Cable and Fibre Optic Cable (Quantity:01):

(1) Brand: To be mentioned (ii) Model: To be mentioned

(2) Country of origin: To be mentioned

(3) Features: device must capable to test Copper CAT6A Permanent link test, channel test, POE test, speed test with testing response of 6millisecond. For Fibre Optic Cable, device must capable to test fibre optic Multi mode OM3 cable link, dB loss test etc. device must have features to set specific cable manufacturer brand name, model, type etc. device must have master and slave option for both testers. Easily it could be able to set main and remote device. Both Devices must be touch screen display.

g. 01 × Labelling Printer:

(1) Brand: To be mentioned

(2) Model: To be mentioned

28CONFIDENTIAL

Page 29: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(3) Country of origin: To be mentioned

(4) Labelling Cartridge: 8 meters for storing. Brand and Model to be mentioned.

h. 01 × Clamp Meter:

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Country of Origin: To be mentioned

j. 01 × Digital Multi Meter:

(1) Brand: To be mentioned

(2) Model: To be mentioned

(3) Country of Origin: To be mentioned

k. 01 × Basic Tools Set: Tools set including Electric Tester, Slide Range (6Inch, 8 Inch, 10 Inch, 12 Inch), Combination pillars, Nose pillars, Cutting pillars, GT Cutter, Spanner Set, Box range, Anti cutter, Hammer, Chisel, Scissor, etc.

l. Logo, Labels and Sign (Quantity-01 Set):

(1) Labelling cartridge 8 meters white& yellow colour

(2) Inkjet PVC labelling paper for power Cable labelling

(3) Inkjet PVC paper labelling for DB Panels

(4) Inkjet PVC paper labelling for Circuit breakers

(5) Inkjet paper with PVC board labelling for Room name

(6) Inkjet PVC paper labelling for Equipment’s

(7) Inkjet PVC paper labelling for path

(8) Inkjet PVC paper labelling for Mechanical pipes and equipment’s

(9) Inkjet PVC paper labelling for Server & Network Racks

(10) Inkjet PVC paper printed with PVC board Cautions sign

(11) Inkjet PVC paper printed with PVC board Warning Sign

(12) Inkjet PVC paper printed with PVC board Alert Sign

(13) Inkjet PVC paper printed with PVC board Danger Sign

(14) Inkjet PVC paper printed with PVC board Emergency Sign

(15) Inkjet PVC paper printed with PVC board Operational Sign

29CONFIDENTIAL

Page 30: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

m. Complete Set of Technical Documentations:

(1) As-built Drawing (A1, A2, A3 Paper)

(2) Commissioning Documents each equipment’s

(3) Testing report each equipment’s

(4) Label drawing each equipment’s

(5) Components Manual each equipment’s

(6) Short Operational Manual each equipment’s

(7) Operational procedure each equipment’s

37. VMware Licenses for Virtualization: (Quantity- 01 set)

a. 08 × VMware vSphere 6 Enterprise for 1 processor (VS6-STD-C)

b. 08 × Production Support/ Subscription VMware vSphere 6Enterprise for 1 processor for 3 year (VS6-STD-3PSSS-C)

c. 02 × VMware vCenter Server 6 Enterprise for vSphere 6 (Per Instance, VCS6-STD-C)

d. 02 × Production Support / Subscription for VMware vCenter Server 6 Enterprise for vSphere 6 (Per Instance) for 3 years, VCs6-STD-3P-SSS-C

e. Installation and Configuration: By bidder as per BAF requirement.

38. Microsoft Active Directory System: (Quantity- 01 set)

a. General Requirement: Bidder must submit complete offer for MS AD setup for 1500 users. All software licenses, additional hardware required for AD implementation and any other items required must be mentioned in offer. Windows server 8 core licenses will be quote including AD license.

b. Installation and Configuration: By bidder.

39. Oracle Database License:(Quantity- 01 set)

a. 02 × Oracle Database Enterprise Edition (12c) License for single CPU with Oracle Software Update and Support for 02 Years

b. 02 × Diagnostic Pack License with Oracle Software Update and Support for 02 years

c. 02 × Tuning Pack License for Oracle with Oracle Software Update and Support for 02 Years

d. Installation & Configuration: By bidder.

40. 04 × Red Hat Enterprise LINUX License: Premium License for 05 years. License will be activated immediately after finishing Operation and Maintenance Support period given by bidder.

41. 04 × Server Security/ Deep Security

a. Brand: To be mentioned.30

CONFIDENTIAL

Page 31: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

b. Origin: To be mentioned.

c. Complete protection from a single integrated platform for server over physical, virtual (server/ desktop), & cloud. Complete protection from a single integrated platform: Protecting a wide range of platforms: Windows, Linux, Solaris, HP – UX, AIX, VMware, Citrix, Hyper – V, Amazon etc.

d. Monitors inter-VM traffic and protects Hypervisor.Solution must be able to integrate with VMware vRealize Operations, Splunk, HP ArcSight, or IBM QRadar.

e. Layered defence against advanced attacks and shields against known vulnerabilities in web and enterprise applications and operating systems. Coverage of all IP-based protocols (TCP, UDP, ICMP, GGP, IGMP, etc.) and all frame types (IP, ARP, etc.), basic prevention of denial of service (DoS) attack, policies per network interface.

f. The solution must have option of integrating with sandbox/ Anti-APT/ ATP/ solution for advanced analysis of Zero-day malwares. Solution must not send file outside of customer's network for sandboxing.

g. The solution must be able to be managed from central management system &reports can be generated related to server security.

h. The same server protection agent must not be used for protecting endpoints.

j. Providing a line of defence at server: firewall, Anti-Malware, HIPS etc. Providing "Alerts" on main menu to view administrator notifications concerning system or security events.

k. Providing access to DPI Events to view security-related DPI activities. Section must display exploits detected, either resulting in dropped traffic (Prevent Mode) or logging of events (Detect Mode).

l. Must be ABLE to operate in detection or prevention mode to protect operating systems and enterprise application vulnerabilities. Must provide detailed events with valuable information, including who attacked, when they attacked, and what they attempted to exploit. Administrators can be notified automatically via alerts when an incident has occurred. Protection can be pushed out to thousands of virtual/ physical servers in minutes without a system reboot.

m. Including out-of-the-box vulnerability protection for over 100 applications, including database, Web, email, and FTP services.

n. Must automatically shield newly discovered vulnerabilities within hours, pushing protection to large number of servers in minutes without a system reboot.

p. Must be able to monitor critical operating system and application files, such as directories, registry keys, and values, to detect and report malicious and unexpected changes.

q. Platform: Microsoft Windows, Solaris, Linux, UNIX, VM.

42. Anti-APT/ Deep Discovery Inspector(Quantity – 1with High Availability)

a. Brand: To be mentioned.

b. Origin: To be mentioned.

31CONFIDENTIAL

Page 32: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

c. Must offer comprehensive client/ server security by protecting enterprise networks. Solution must clean computers of file-based and network viruses plus virus and worm remnants (Trojans, registry entries, viral files)—through a fully automated process.

d. Must be able to reduce risk of virus/ malware entering network by blocking files with real-time compressed executable files. Real-time spyware/ greywater scanning for file system to prevent or stop spyware execution.

e. To address threats and nuisances posed by Trojans. Terminating all known virus processes and threads in memory, Repairing registry, deleting any drop files created by viruses, removing any Microsoft Windows services created by viruses, restoring all files damaged by viruses, Includes Clean-up for Spyware, Adware etc.

f. Must provide Outbreak Prevention to limit/ deny access to specific shared folders, block ports, and deny write access to specified files and folders on selected clients in case there is an outbreak.

g. Must provide Real – time lock down of client configuration allow or prevent users from changing settings or unloading/ uninstalling software.

h. The solution must have behaviour monitoring capability to identify common behaviour& processes of ransomware and block the same.

j. Must have a manual outbreak prevention feature that allows administrators to configure port blocking, block shared folder, and deny writes to files and folders manually.

k. Must provide Web threat protection by following ways: protect endpoints from Web threats by blocking access to and from malicious sites based on URL's reputation ratings, extend Web threat protection to endpoints even when they disconnect from network, capabilities to define Approved URLs to bypass Web Reputation policies.

l. Configure Web reputation policies and assign them to individual, several, or all end users’ machine.

m. The solution must have DLP & application control feature from day one & protect sensitive data at rest, in motion & in use.

n. The solution must have capability of blocking Zero-day attacks by integrating with sandbox solution. Sandbox must be able to analyse more than 100 network protocols. Solution must be able to see & analyse East-West traffic along with North-South traffic. End-point AV must have option of integration with on premises sandbox/ anti – apt appliance.

p. Client Installation: Windows 7, Windows 10, Windows 2008 Server, Windows 2012, 2016, 2019 server versions. MAC OS (Mojave, High Sierra, Sierra or more).

q. Must be able to send notifications whenever it detects a security risk on any client or during a security risk outbreak, via E-mail, SMS, and SNMP trap.

r. Deep Discovery Inspector(Key Benefit): Targeted Attack Protection, 360-Degree Visibility and Detection, Rapid Analysis and Response, Lower Cost of Ownership, Cornerstone of a Custom Defence.

32CONFIDENTIAL

Page 33: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

s. Deep Discovery Inspector(Key Features): Comprehensive Threat Detection, Malware, C&C, Attacker Activity, Custom Sandboxing, Smart Protection Network Intelligence, Broad System Protection, Single Appliance Simplicity and Flexibility, Custom Defence Solution.

t. Deep Discovery Inspector Specification:

(1) Capacity: min 500 Mbps

(2) Form Factor: To be mentioned

(3) Mgt. Port: 10/ 100/ 1000 BASE-T RJ45 Port × 1

(4) Data Port: 10/ 100/ 1000 BASE-T RJ45 Port × 4

(5) Hard Drive: 2 × 500GB 3.5-inch SATA (RAID 1 Configuration)

(6) Power Supply: To be mentioned

43. Mail Server License and Configuration: (Quantity- 01 set)

a. General Requirements: Bidder must submit complete offer for mail server setup for 2500 users (Enterprise/ Professional/ Premium version). All software licenses, additional hardware required for server implementation and any other items required must be mentioned in offer.

b. Brand: Zimbra

c. Model: To be mentioned

d. License Features: Full feature license must be offered.

e. Server Configuration: On Premise (Active-Active)

f. Previous Mailbox Backup: To point backup (from Zimbra collaboration suite presently used) needs to be restored by bidder to new mail servers.

g. Installation and Commissioning: By bidder.

44. Software & Hardware Configuration: All hardware and software (including equipment of existing Data Centre) must be configured by bidder technical experts even if not mentioned in other sections.

45. Operation and Maintenance Support:

a. Duration: 01 year.

b. Support Schedule: 8hrper working day, 05 days in a week excluding holidays.

c. No of Network Expert : minimum 01 × CCNA certified network expert with capability to maintain SAN, core router & switches and firewalls.

d. No of Database Expert : Minimum 01×Oracle Certified DBA having practical experience on Linux, MySQL and PHP.

Optional Items

46. Web Application Firewall Solution (Optional item, bidder must quote):

33CONFIDENTIAL

Page 34: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

a. Brand: To be mentioned by bidder

b. Model: To be mentioned by bidder

c. Country of origin: To be mentioned by bidder

d. Manufacturing Country: To be mentioned by bidder

e. Quantity: 02 (Two)

f. Architecture Requirement :

(1) Solution Architecture Requirement: The proposed solution as dedicated appliance-based Next Generation Web Application Firewall (WAF) with Application Layer Encryption considering as Data Centre Application Delivery Controller on single OS and Hardware platform.

(2) Proxy support: The solution must support both Forward Proxy, Reverse proxy, IPv6 for Reverse Proxy deployments mode, IPv6 and IPv4 Dual Stack as a full proxy architecture

(3) Traffic Segmentation: Proposed device should be multi- tenanted Appliance with VRF-instances or partitions, VXLAN, IPv6 VXLAN multipoint tunnels for complete isolation of Network partition.

(4) Management System:Must have a GUI based management system to manage WAF Security Policy, Application (L7) DDOS Policy, reporting, policy creation, alert management, troubleshooting, log collection, backup-restore policy and configuration for day-to-day operations from single console centrally.

(5) Appliance Resource: Must have minimum one two core Intel CPU based processor with 1 (physical):2 (logical) hyper threaded logical CPU cores, minimum 16 GB DDR4 memory and minimum one 480GB SSD drives.

(6) Network Ports: Must have minimum 4 x 1G ports (SFP Fibre port) and 2× 10GE ports (SFP+ Fibre port) from day one. Bidder must provide 2× 1GBASE-T Transceivers and 2 x 1GBASE-SR SFP SR Transceivers for each appliance.

(7) Throughput: Must have minimum L7 throughput of 10 Gbps and Layer 4 throughput of 10 Gbps and 14 Million L4 concurrent connections from day one. Performance/ data should be mentioned in public datasheet. Must have minimum 550K L4 HTTP requests per second from day one. It can be scalable to 1 Million L4 HTTP requests per second in future if required without any hardware change. Performance data should be mentioned in public datasheet. Must have minimum 5Gbps of of SSL based Hardware Offloading throughput from day one.

It can be scalable to 8Gbps in future if required without any hardware change.SSL encryption & decryption process must be hardware-based processor for acceleration. Performance data should be mentioned in public datasheet. Must have minimum SSL TPS of 2500 with RSA 2048 bit keys and SSL TPS of 2100 ECDSA P-256 bit keys from day one and scalable to SSL TPS of 4200 with RSA 2048 bit keys and SSL TPS of 3500 ECDSA P-256 bit keys in future if required without any hardware change. Performance data should be mentioned in public datasheet.

34CONFIDENTIAL

Page 35: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(8) Must have minimum 3Gbps compression throughput for HTTP traffic from day one and performance data should be mentioned in public datasheet. It can scalable to 5Gbps hardware-based compression throughput for HTTP traffic in future if require without any hardware changing.

(9) Future Functionality Requirement: The solution can be upgrade to GSLB, Load balancer, L3-L4 DDOS, DNS functionality and Application Access Management functionality in future if required.

g. WAF Solution Requirements :

(1) Application Layer Encryption: Protect Credential Attacks Protects against attacks that can steal credentials from user’s browser through browser-based malware, from data in transit and/or from server without installing any agent at client machine

(2) Cipher Support: Support all major cipher suites like Camellia Ciphers Suites, SSLv3 and TLSv1.3 implementation for strong encryption.WAF solution must support elliptic curve cryptography (ECC) acceleration in hardware.

h. WAF Solution Requirements :

(1) Application Layer Encryption: Protect Credential Attacks Protects against attacks that can steal credentials from user’s browser through browser-based malware, from data in transit and/or from server without installing any agent at client machine.

(2) Cipher Support: Support all major cipher suites like Camellia Ciphers Suites, SSLv3 and TLSv1.3 implementation for strong encryption.WAF solution must support elliptic curve cryptography (ECC) acceleration in hardware.

47. Set of Furniture : An offer for required furniture including executive chair, executive tables, sofa sets, standard chairs, side tables, tea tables, stainless steel locker, standard table and all other furniture required need to be quoted with quantity and unit price separately as optional items. Brand of furniture must be Hatil, Otobi or equivalent quality and Model must be mentioned. All wooden furniture must be made of oak or better board. Bidder must provide photo and design along with dimension of all furniture in offer.

48. Proposed Data Centre Design Validation & Certification (Quantity – 01 job): By any vendor independent organization or consultant.

49. Electrical/ Power Sub-Station : Bidder is to offer requirements for a separate power sub-station with detailed specifications and BOM.

50. Test Equipment& Tools Set An offer for necessary test Equipment and tools set for regular maintenance must be offered as optional items with quantity and price.

51. Bidder may offer any other item/ equipment, which may be useful for proposed Data Centre as optional offer.

PART – 3:GENERAL TERMS AND CONDITIONS

Delivery and Pre-Shipment Inspection (PSI)

1. Delivery . 01 × Tier - III/ Rated - III Data Centre along its all accessories are to be delivered within 12 (Twelve) months from signing contract. Construction of proposed Data Centre Complex must be

35CONFIDENTIAL

Page 36: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

completed within 12(Twelve) months of signing contract and all other items must be delivered, configured and installed at BAF premises within 12 (Twelve) months of signing contract.

2. Pre-shipment Inspection (PSI) . Pre-shipment inspection (PSI) program for 05working days (excluding journey time) at foreign manufacturers’ premises for Server, storage and accessories to be arranged by bidder before shipping consignment. A team comprising 05 members of BAF will conduct pre-shipment inspection. All expenditures for travel, accommodation and food for PSI team will be borne by BAF.PSI certificate is to be submitted by bidder with shipping documents.

3. Transportation . Proposed Tier - III/ Rated - III Data Centre equipment will be transported by ship/ air from assemble place/ factory. Bidder is to quote cost of shipment both by sea and by air separately. In addition:

a. The accepted bidder is to ship proposed Tier - III/ Rated - III Data Centre equipment and its associated items within time specified in contract. Before shipment, bidder is to get a written clearance from DGDP/ BAF for shipment of proposed Tier - III/ Rated - III Data Centre equipment and its spare parts.

b. Proposed Tier - III/ Rated - III Data Centre equipment and its associated items are to be delivered to BAF site at Chattogram in case of shipment by sea, and at 201 MU BAF, Dhaka in case of shipment by air for assembly. All removable segments must have appropriate safe packaging for transportation. Bidder is to bear expenditure for internal transportation from port of entry to BAF site.

c. Insurance expenditure related to shipment will be borne by BAF.

4. Packing. Proposed Tier - III/ Rated - III Data Centre equipment must be packed in such a way that those can be transported by air, land and sea (as applicable). Package is to provide proposed Tier - III/ Rated - III Data Centre (and its components) protection from external mechanical and environmental factors exposure during its transportation and storage. Manufacturer shall pack equipment in accordance with packaging instruction. On customer’s site, packaging shall be done in accordance with GOST 9.014-78 as for inner packaging VU-1 for a long-term storage for 2 (S) conditions and in accordance with GOST 15150-69 for 3 (ZhZ) conditions. In case total or partial preservation is required, manufacturer shall apply a temporary anti-corrosive protection (preservation) to equipment in accordance with correspondent instructions.

5. Warranty

a. Warranty . Minimum 24 months warranty of all products from date of acceptance is to be provided if not mentioned specifically in technical specification. Minimum 24 months after sales support of all products from date of acceptance is to be provided if not mentioned specifically in technical specification. Any unserviceability up to 24 (twenty-four) hours will be deemed as normal but more than 24 hours, if any, will be deducted from warranty period. Replacement/ Repair of defective equipment or services, if needed during inspection/ warranty period bidder are to provide the same free of cost within 02 (two) months from date of reporting. Freights and Insurance charges for both ways and cost for site visit by manufacturer engineer (in respect of replacement/ repair if needed) are to be borne by bidder. Certificate to this effect is to be attached by Principal bidder/

36CONFIDENTIAL

Page 37: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

manufacturer. supplied items/ equipment on warranty will identify by attaching a warranty label/ disc or stencilling as shown below:

Contract No & Date

Warranty begins on

Expires on

b. After Sales Service . After sales, service/ technical back up support must be provided as and when required during and after Warranty/ Guaranty Period as per demand of Purchaser. However, this service has to be provided free of charge during Installation and Warranty/ Guaranty Period. Technical advisory service through electronic or conventional mail or online servicing (if available) from factory is to be provided by manufacturer as and when required after warranty period. On call engineer’s support at site, if needed for any unscheduled repair/ maintenance of equipment after warranty period, are to be provided as a separate deal between BAF and bidder/ manufacturer.

c. Guaranty for Spare Support .10 years spares support assurance is to be provided by manufacturer of proposed Tier - III/ Rated - III Data Centre.

6. After shipment, the contracted items will be cleared from Airport/ Seaport on following conditions:

a. In case of shipment by Air, No 201 MU BAF, Dhaka Cantonment will clear the items from HSIA (Hazrat Shahjalal International Airport), Dhaka as defence good with an exemption of custom duties & taxes as per ministry of finance Memo no: (41)/ NBR/CUS-IV/72/146 dt: 10 April 1981. All the charges including port duties and expenses related to transportation from the Airport to up to 201 MU, BAF is to be paid by the bidder.

b. In case of shipment by sea, BAF Embarkation unit, Chattogram will clear the items from Chattogram sea port as defence goods with an exemption of custom duties and taxes as per ministry of finance Memo no: (41)/ NBR/CUS-IV/72/146 dt: 10 April 1981. After clearance of the item from the port, bidder will arrange dispatch of the items to 201 MU, BAF at their own responsibility. All the charges including port duties and expenses related to transportation from Chattogram to 201 MU, BAF is to be paid by the bidder.

7. Training

a. Local Training .The bidder is to arrange 08 (eight) weeks local training for 10 × BAF personnel at proposed BAF Data Centre on operation, configuration and maintenance of proposed Data Centre.

b. Foreign Training . The bidder is to arrange total 02 weeks vendor independent foreign training on Data Centre Operation and Maintenance for 08 × BAF personnel (03 Officers and 05 Airmen) at a certified Tier - III/ Rated - III Data Centre. Officers may undergo certification course as Certified Data Centre Facilities Operations Manager (CDFOM®), Certified Data Centre Management Professional or similar training. Bidder is to quote courses of officers including certification examination fee for 03 Officers. Airmen may undergo one week training on Server & Data Storage System and one week training on other accessories/ systems.

37CONFIDENTIAL

Page 38: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

8. Installation and Commissioning of Proposed Tier - III/ Rated - III Data Centre .

c. The bidder will have to send an assembly/ installation team comprising suitable technicians to site for assembly and installation of proposed Tier - III/ Rated - III Data Centre. BAF will not be responsible for engineering works at assembly sites. BAF technicians are to be trained while installing proposed Tier - III/ Rated - III Data Centre.

d. After completion of assembly/ installation of proposed Tier - III/ Rated - III Data Centre, bidder shall carry out a Test Run of proposed Tier - III/ Rated - III Data Centre. Turn-around time for completion of assembly/ installation and acceptance will be maximum 30 (thirty) days from date of arrival of all major equipment of proposed Tier - III/ Rated - III Data Centre (serial no 10 – 17 of Part – II) at port of disembarkation in Bangladesh.

e. All costs for assembly/ installation including food, accommodation and internal transportation of foreign specialists are to be borne by bidder. However, on request of bidder, BAF may arrange food and accommodation (subject to availability of such facilities). In that case, bidder is to pay necessary bills to BAF.

9. Testing/ Trial Run . On completion of installation of system, the same is to be given trial run and operation for at least 01 month in presence and under direct supervision of bidder’s technical experts at BAF site. Installation engineer must be available at site during whole period of working hours and remain stand by for on call service after cease hours.

10. Acceptance and Cutover Service .

a. After satisfactory trial run for a period of 01 month, bidder shall carry out acceptance check of system in presence of BAF Team. BAF personnel may carry out acceptance test of all equipment of proposed Tier - III/ Rated - III Data Centre including terminal equipment before acceptance of system.

b. Proposed Tier - III/ Rated - III Data Centre equipment setup is to be commissioned and handed over to BAF in operational condition without any observation. If system is found unsatisfactory, acceptance check will be held up till equipment is made serviceable by bidder. Necessary rectification/ replacement of equipment, if needed during acceptance check, is to be completed within 01 month.

c. Bidder shall submit two copies of bidder’s test results of proposed Tier - III/ Rated - III Data Centre & Terminal equipment and related facilities to purchaser not less than two weeks prior to commencement of acceptance tests.

11. Vendors’ List and Vendors of Proposed Tier - III/ Rated - III Data Centre . Full address of Vendors including Fax number and e-mail address is to be provided for all vendors of proposed Tier - III/ Rated - III Data Centre, used in proposed Tier - III/ Rated - III Data Centre and its associated equipment. Lists of vendor of proposed Tier - III/ Rated - III Data Centre are also to be provided.

Technical Support Team (TST)

12. The Bidder is to send 03 (Three) members of local TST to BAF site with for at least 12 (Twelve) months period from date of acceptance of proposed Tier - III/ Rated - III Data Centre. Bidder is to mention TST related costs separately in offer. In addition, bidder is to mention cost of TST per month in case BAF decides to increase/ decrease duration of TST.

13. TST composition will be as follows:

38CONFIDENTIAL

Page 39: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

a. 01 × engineer for infrastructure/ passive part

b. 01 × engineer for network part

c. 01 × engineer for server storage part

14. TST is to ensure followings:

a. Routine maintenance and care of proposed Tier - III/ Rated - III Data Centre in respect of all new equipment(s).

b. Diagnosis, troubleshooting and repair of all new equipment(s).

c. Support for operation.

d. Train BAF technicians on all types of scheduled inspections of new equipment, maintenance and rectification of new equipment operation, maintenance, inspection and rectification. TST is to ensure transfer of knowledge on operation and maintenance to BAF personnel as far as possible.

e. The TST is to raise warranty for unserviceability of proposed Tier - III/ Rated - III Data Centre equipment and expedite for quick arrival of proposed Tier - III/ Rated - III Data Centre equipment. They will be responsible for making proposed Tier - III/ Rated - III Data Centre or equipment serviceable as quick as possible. Bidder shall bear all related costs of food, accommodation, transportation etc. Form embers of TST.

15. Security Clearance . BAF will arrange security clearance for visit of bidder’s specialists including TST for assembly and technical support of proposed Tier - III/ Rated - III Data Centre. List of team members along with necessary information is to reach Air HQ (Directorate of CW&IT) at least 30 days before date of visit.

Miscellaneous Terms and Conditions

16. The following miscellaneous terms and conditions are to be followed:

a. A bidder must mention name and full address in offer.

b. Bidder is to mention prices for main equipment along with accessories (including locally supplied items), local training, foreign training, TST, operation & maintenance support, construction job and all optional items separately in local currency. No increase of price of proposed Tier - III/ Rated - III Data Centre and additional equipment including all charges at any stage after submitting offer will be accepted. If any item other than those already agreed is required during installation of proposed Tier - III/ Rated - III Data Centre, those are to be provided by bidder within agreed price/ price of purchase order.

c. Transportation of proposed Tier - III/ Rated - III Data Centre equipment in Bangladesh (from port of arrival to BAF site) is to be arranged and paid by bidder.

d. Cost of freight/ transportation charge and insurance for any surplus spares/ accessories, which will be taken back after completion of assembly of proposed Tier - III/ Rated - III Data Centre, is to be borne by bidder.

e. Bidder are to mention port/ country of shipment of offer.

f. The transhipment is not allowed but if bidder needs transhipment then they are to mention it in their offer about their requirement. In case of such requirements, transhipment will only be allowed under single AWB/ BL.

g. Part Shipment : Allowed.39

CONFIDENTIAL

Page 40: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

j. Any other features which are not mentioned in technical specification but are required for smooth functioning of task, must be included and to be offered by bidder intender documents. Any other item/ Software(s) to complete network or add flexibility and enhance feature to be offered by vendor.

k. During evaluation, Technical evaluation committee shall consider bidder’s compliances to various clauses

and sub‐clauses of this tender. Besides, putting “complied”, all offered item/ equipment must suffice every

parameters/ characteristics as asked in technical specification of tender schedule. In case of any offered item not sufficing all parameters and characteristics, as asked, bidder will be considered as disqualified irrespective of mentioning, “Complied”.

l. Bidder must put in clear terms ‘FC (fully complied)’ or ‘non-complied’ to tender clauses or sub clauses. Keeping any clause unanswered shall be treated as “non-compliance”. Additionally, for compliance, bidder must mention details in their offer as and where deemed necessary.

m. Conditional compliance like, ‘partial compliance’ shall be treated as “non-compliance”.

n. In case of import of items from abroad, the same may be booked in the name of OC 201 MU BAF, Dhaka Cantonment, Dhaka – 1206 and cleared from port by BAF as defence goods exempted of customs duties and taxes (as applicable). Keeping this in view, the bidder should quote reasonable price for the items accordingly. Port handling charges (if any) are to be paid by the supplier.

17. Offer Validity . Offer must be valid for minimum 180 days from date of opening tender. Within validity of offer, withdrawal of offer or showing un-willingness to sign contract by bidder will not be accepted and in such cases, actions would be taken against bidder as per Directorate General Defence Purchase (DGDP) rules. DGDP/ BAF also reserve right to get offer validity extended with consent of bidder.

18. Bidder is to mention in offer whether any additional special infrastructure is needed to be constructed or not.

19. Bidder must provide offer, detailed technical specifications and features of proposed Tier - III/ Rated - III Data Centre and ancillary equipment separately inform of brochure/ catalogue.

20. Bidder is to submit compliance/ non-compliance state against each of tender terms and conditions in sequence maintained intender specifications.

21. Bidder may provide/ furnish with their offer any other information deemed necessary.

Payment Terms

22. Main Equipment with Accessories (Including Locally Supplied Items) .100% Price of main equipment along with accessories (including locally supplied items)will be paid in local currency under following terms and conditions:

a. 60%Price of main equipment along with accessories (including locally supplied items)will be paid in local currency on reception of the 100% contracted items in 201 MU BAF as operational/ functional/ satisfactory and on production of following documents:

(1) Clean/ original Bill of lading/ Airway Bill issued by carrier. Freight amount must be shown in original Bill of lading/ Airway Bill.

40CONFIDENTIAL

Page 41: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

(2) Bidder’s original invoice.

(3) Original packing list.

(4) Item reception certificate from purchaser as per packing list.

(5) Manufacturers’ Factory/ bidder Inspection original Report/ original certificate.

(6) Bidder’s warranty/ guaranty original certificate.

(7) Original pre-shipment Inspection certificate signed by BAF members of PSI Team.

(8) Production of Data Centre server room readiness (construction) for equipment installation certificate from BAF.

b. 30%Price of main equipment along with accessories (including locally supplied items)will be paid in local currency on configuration & installation of all equipment and on production of job completion certificate form BAF and Certificate Receipt Voucher (CRV) to DGDP.

c. Rest 10%Price of main equipment along with accessories (including locally supplied items)will be paid in local currency after warranty period expiry and on production of warranty support completion certificate from BAF.

23. Trainings, TST and Operation & Maintenance Support :

a. 100%price of foreign training will be paid in local currency after satisfactory completion of training as per contract and on production of training completion certificate from BAF.

b. 100%price of local training will be paid in local currency after satisfactory completion of training as per contract and on production of training completion certificate from BAF.

c. 100%price of TST will be paid after satisfactory completion of TST service as per contract and on production of TST completion certificate from BAF.

d. 100%price of Operation and Maintenance Support will be paid after completion of support duration and on production of Operation and Maintenance Support completion certificate from BAF.

24. Construction . 100% price of Data Centre Complex construction including all infrastructure will be paid in local currency on production of job completion certification from BAF at following stages:

a. 30%price of Data Centre Complex construction including all infrastructure will be paid in local currency after completion of foundation and construction works up to 30% within 06 months from date of approved design reception from Air HQ and on production of satisfactory job completion certificate from competent BAF authority (EIT) and concerned MES – BAF.

b. 30%price of Data Centre Complex construction including all infrastructure will be paid in local currency after completion of construction works up to 60% within 10 months from date of approved design reception from Air HQ and on production of satisfactory job completion certificate from competent BAF authority (EIT) and concerned MES – BAF.

c. 30% price of Data Centre Complex construction including all infrastructure will be paid in local currency after completion of completion of construction works, installation of lift, painting and installation of Earthing within 12 months from date of receipt approved design from Air HQ and on

41CONFIDENTIAL

Page 42: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:

CONFIDENTIAL

production of satisfactory job completion certificate from competent BAF authority (EIT) and concerned MES – BAF.

d. Rest 10% price of Data Centre Complex construction including all infrastructure will be paid in local currency after acceptance of Civil Engineering works along with all furniture and on production of satisfactory job completion certificate from competent BAF authority (EIT) and concerned MES – BAF.

25. Any other terms and conditions not covered here shall be as per standing rules of BAF/ DGDP.

26. BAF/ DGDP have all rights to select any bidder or cancel completely tender process at any time without assigning any reason.

42CONFIDENTIAL

Page 43: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:
Page 44: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:
Page 45: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED:
Page 46: ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: 25 MARCH 2020 TECHNICAL ... · 2020. 4. 16. · CONFIDENTIAL ANNEX ‘A’ TO TENDER NO. 06.06.0000.275.07.234.19 DATED: