NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security...

111
TENDER NOTICE The Nairobi City County invites sealed tenders from qualified firms for the following tender. NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISSIONING OF DATA CENTER Qualified candidates may obtain further information from the office of the Head of Supply Chain Management, City Hall Annexe, and First Floor Room 105 and inspect the tender documents during normal working hours. A complete set of tender documents may be obtained by the qualified candidates upon payment of a non-refundable fee of Kshs.1,000 in cash or bankers cheque payable to the Nairobi City County. The tender documents may also be obtained from the Nairobi City County website; www.nairobi.go.ke . Such downloaded documents must be paid for as above before the tender closing date. Prices quoted should be net inclusive of all taxes and delivery costs and must be in Kenya Shillings. Completed tender documents are to be enclosed in plain sealed envelopes clearly bearing only the tender number and the title of the tender should be deposited in the Tender Box, outside Procurement office, City Hall Annex 1 st Floor and if sent by post, be addressed to:- COUNTY SECRETARY P.O. Box 30075-00100 NAIROBI. So as to reach the addressee on or before 10.00 a.m. 6 th August, 2015. The tenders will be opened immediately thereafter in the presence of the candidates representatives who choose to attend at the Director of Procurement’s Board Room. COUNTY SECRETARY P.O. Box 30075-00100 NAIROBI JULY 2015 Telephone: +254 20 2224281 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA.

Transcript of NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security...

Page 1: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

TENDER NOTICE

The Nairobi City County invites sealed tenders from qualified firms for the following tender.

NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR SUPPLY, DELIVERY,

INSTALLATION, CONFIGURATION AND COMMISSIONING OF DATA CENTER

Qualified candidates may obtain further information from the office of the Head of Supply

Chain Management, City Hall Annexe, and First Floor Room 105 and inspect the tender

documents during normal working hours.

A complete set of tender documents may be obtained by the qualified candidates upon

payment of a non-refundable fee of Kshs.1,000 in cash or bankers cheque payable to the

Nairobi City County. The tender documents may also be obtained from the Nairobi

City County website; www.nairobi.go.ke . Such downloaded documents must be paid for as

above before the tender closing date.

Prices quoted should be net inclusive of all taxes and delivery costs and must be in Kenya

Shillings.

Completed tender documents are to be enclosed in plain sealed envelopes clearly bearing

only the tender number and the title of the tender should be deposited in the Tender Box,

outside Procurement office, City Hall Annex 1stFloor and if sent by post, be addressed

to:-

COUNTY SECRETARY

P.O. Box 30075-00100

NAIROBI.

So as to reach the addressee on or before 10.00 a.m. 6th August, 2015. The tenders will be

opened immediately thereafter in the presence of the candidates representatives who

choose to attend at the Director of Procurement’s Board Room.

COUNTY SECRETARY

P.O. Box 30075-00100

NAIROBI

JULY 2015

Telephone: +254 20 2224281 web: www.nairobi.go.ke

City Hall, P. O. Box 30075-00100, Nairobi, KENYA.

Page 2: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

TABLE OF CONTENTS

SECTION I INVITATION TO TENDER ............................................................................................... 3

SECTION II - INSTRUCTIONS TO TENDERERS ............................................................................... 4

2.1 Eligible Tenderers ....................................................................................................................... 4

2.2 Eligible Goods .............................................................................................................................. 4

2.3 Cost of Tendering ........................................................................................................................ 4

2.4. The Tender Document ................................................................................................................ 5

2.5 Clarification of Documents ......................................................................................................... 5

2.6 Amendment of Documents ......................................................................................................... 5

2.7 Language of Tender .................................................................................................................... 6

2.8 Documents Comprising of Tender ............................................................................................. 6

2.9 Tender Forms .............................................................................................................................. 6

2.10 Tender Prices ........................................................................................................................... 6

2.11 Tender Currencies ................................................................................................................... 7

2.12 Tenderers Eligibility and Qualifications ................................................................................ 7

2.13 Goods Eligibility and Conformity to Tender Documents ..................................................... 7

2.14 Tender Security ....................................................................................................................... 8

2.15 Validity of Tenders .................................................................................................................. 9

2.16 Format and Signing of Tender ................................................................................................ 9

2.17 Sealing and Marking of Tenders........................................................................................... 10

2.18 Deadline for Submission of Tenders .................................................................................... 10

2.19 Modification and Withdrawal of Tenders ........................................................................... 10

2.20 Opening of Tenders ............................................................................................................... 11

2.21 Clarification of Tenders ........................................................................................................ 11

2.22 Preliminary Examination...................................................................................................... 11

2.23 Conversion to Single Currency ............................................................................................. 12

2.24 Evaluation and Comparison of Tenders .............................................................................. 12

2.25 Preference .............................................................................................................................. 13

2.26 Contacting the Procuring entity ........................................................................................... 13

2.27 Award of Contract ................................................................................................................. 13

(b) Award Criteria ........................................................................................................................... 13

(c) Procuring entity’s Right to Vary quantities ............................................................................ 14

(d) Procuring entity’s Right to accept or Reject any or All Tenders ........................................... 14

2.28 Notification of Award ............................................................................................................ 14

2.29 Signing of Contract ................................................................................................................ 14

2.30 Performance Security ........................................................................................................... 14

2.31 Corrupt or Fraudulent Practices .......................................................................................... 15

Notes on the Appendix to the Instruction to Tenderers ................................................................... 15

SECTION III - GENERAL CONDITIONS OF CONTRACT ................................................................. 20

3.6 Patent Rights ............................................................................................................................. 21

3.7 Performance Security ............................................................................................................... 21

3.8 Inspection and Tests ................................................................................................................. 21

3.9 Packing....................................................................................................................................... 22

3.10 Delivery and Documents ...................................................................................................... 22

3.11 Insurance ............................................................................................................................... 22

Page 3: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

1

3.12 Payment ................................................................................................................................. 22

3.13 Prices ...................................................................................................................................... 22

3.14. Assignment ................................................................................................................................ 23

3.15 Subcontracts .......................................................................................................................... 23

3.16 Termination for default ........................................................................................................ 23

3.17 Liquidated Damages.............................................................................................................. 23

3.18 Resolution of Disputes .......................................................................................................... 24

3.19 Language and Law ................................................................................................................. 24

3.20 Force Majeure ........................................................................................................................ 24

Detailed Specifications for Data Centre .................................................................................... 28

Section I – Technical Requirements ................................................................................................... 31

DC Architecture – IT ................................................................................................................. 31 DC Architecture – Physical Infrastructure ......................................................................................... 40

Layout of the Data Centre ......................................................................... 40 Humidity, Ventilation and Air Conditioning Systems ............................................................ 41 Rodent Repellant ...................................................................................................................... 42 False Ceiling .............................................................................................................................. 43 UPS Requirements & Features ................................................................................................. 43 Diesel Generator Set ................................................................................................................. 45 Electrical Work for DC .............................................................................................................. 45

Technical Specifications – Physical Components ............................................ 48 UPS ............................................................................................................................................. 48 Diesel Generator Set ................................................................................................................. 49 Civil & Architectural work ....................................................................................................... 50 PVC Conduit ............................................................................................................................... 53 Wiring ........................................................................................................................................ 54 Earthing ..................................................................................................................................... 55 Cable Work ................................................................................................................................ 56 Precision Air Conditioning ....................................................................................................... 57 Comfort Air Conditioning for Auxiliary Areas ........................................................................ 61 Fire Detection and Control Mechanism .................................................................................. 61 Fire Suppression Systems ........................................................................................................ 64 High Sensitivity Smoke Detection System .............................................................................. 67 Access Control System .............................................................................................................. 67 Access Control Security requirements .................................................................................... 68 Access Control Performance Requirements ........................................................................... 68 Access Control Operational Requirements ............................................................................. 69 IP CCTV System ......................................................................................................................... 72 Building Management System (BMS) ...................................................................................... 83 Water Leak Detection System .................................................................................................. 84 Fire Proof Enclosures for Media Storage ................................................................................ 84 Public Address System ............................................................................................................. 84 Common Alarm System ............................................................................................................ 84 Electrical Panels ........................................................................................................................ 85

Section III- Compliance to Specifications ........................................................................................... 92

SECTION VIII - STANDARD FORMS .............................................................................................. 98

8.1 FORM OF TENDER .................................................................................................................... 99

8.2 TENDER SECURITY FORM ..................................................................................................... 101

Page 4: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

2

8.3 CONTRACT FORM ................................................................................................................... 102

8.4 PERFOMANCE SECURITY FORM ........................................................................................... 104

8.5 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM ........................................................... 105

Page 5: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

3

SECTION I INVITATION TO TENDER

DATE: 23rd-07-2015

TENDER REF NO: NCC/ICT/T/063/2015-2016

TENDER NAME: SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND

COMMISSIONING OF DATA CENTER

1.1 Nairobi City County invites sealed bids from eligible candidates for Supply,

Delivery, Installation, Configuration and Commissioning of Data Center.

1.2 Interested eligible candidates may obtain further information from and inspect

the tender documents at the Procurement Department, Room 105, 1st

Floor

City Hall Annex during normal working hours.

1.3 A complete set of tender documents may be obtained by interested candidates

upon payment of non-refundable fees of 1,000/= in cash or Bankers cheque

payable to County Secretary.

1.4 Tenders must be accompanied by a security from a Bank or Financial

Institution or a Bankers Cheque to the Nairobi City County of at least two

(2) percent of tender price as described in Clause 2.14.1 of tender

document.

1.5 Completed tender documents are to be enclosed in plain sealed envelopes

marked with tender reference number and be deposited in the Tender Box

at Procurement Department Room 105, 1st

Floor City Hall Annex. So as

to be received on or before Thursday, 6th August, 2015.

1.6 Prices quoted should be net inclusive of all taxes and delivery must be in Kenya

Shillings and shall remain valid for (30 days) days from the closing date of the

tender.

1.7 Tenders will be opened immediately thereafter in the presence of the

Candidates or their representatives who choose to attend at procurement

board room.

For : COUNTY SECRETARY

NAIROBI CITY COUNTY

P.O. Box 30075-00100

Nairobi

Page 6: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

4

SECTION II - INSTRUCTIONS TO TENDERERS

2.1 Eligible Tenderers

2.1.1 This Invitation for Tenders is open to all tenderers eligible as described in the

Invitation to Tender. Successful tenderers shall complete the supply of goods

by the intended completion date specified in the Schedule of Requirements

Section VI.

2.1.2 The procuring entity’s employees, committee members, board members and

their relative (spouse and children) are not eligible to participate in the

tender.

2.1.3 Tenderers shall provide the qualification information statement that the

tenderer (including all members of a joint venture and subcontractors) is not

associated, or have been associated in the past, directly or indirectly, with a

firm or any of its affiliates which have been engaged by the Procuring entity

to provide consulting services for the preparation of the design, specifications,

and other documents to be used for the procurement of the goods under this

Invitation for tenders.

2.1.4 Tenderers shall not be under a declaration of ineligibility for corrupt and

fraudulent practices.

2.2 Eligible Goods

2.2.1 All goods to be supplied under the contract shall have their origin in eligible

source countries.

2.2.2 For purposes of this clause, “origin” means the place where the goods are

mined, grown, or produced. Goods are produced when, through

manufacturing, processing, or substantial and major assembly of components, a

commercially-recognized product results that is substantially different in basic

characteristics or in purpose or utility from its components

2.2.3 The origin of goods is distinct from the nationality of the tenderer.

2.3 Cost of Tendering

2.3.1 The Tenderer shall bear all costs associated with the preparation and

submission of its tender including all site surveys, and the procuring entity,

will in no case be responsible or liable for those costs, regardless of the

conduct or outcome of the tendering process.

2.3.2 The price to be charged for the tender document shall not exceed Kshs.1,000/=

Page 7: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

5

2.3.3 All firms found capable of performing the contract satisfactorily in

accordance with the set prequalification criteria shall be prequalified.

2.4. The Tender Document

2.4.1 The tender document comprises the documents listed below and addenda

issued in accordance with clause 2.6 of these instructions to Tenderers

(i) Invitation to Tender

(ii) Instructions to tenderers

(iii) General Conditions of Contract

(iv) Special Conditions of Contract

(v) Schedule of requirements

(vi) Technical Specifications

(vii) Tender Form and Price Schedules

(viii) Tender Security Form

(ix) Confidential Business Questionnaire

2.4.2 The Tenderer is expected to examine all instructions, forms, terms, and

specifications in the tender documents. Failure to furnish all information

required by the tender documents or to submit a tender not substantially

responsive to the tender documents in every respect will be at the tenderers

risk and may result in the rejection of its tender.

2.5 Clarification of Documents

2.5.1 A prospective tenderer requiring any clarification of the tender document may

notify the Procuring entity in writing or by post at the entity’s address indicated

in the Invitation to Tender. The Procuring entity will respond in writing to any

request for clarification of the tender documents, which it receives not later

than seven (7) days prior to the deadline for the submission of tenders,

prescribed by the procuring entity. Written copies of the Procuring entities

response (including an explanation of the query but without identifying the

source of inquiry) will be sent to all prospective tenderers that have received

the tender document.

2.5.2 The procuring entity shall reply to any clarifications sought by the tenderer

within 3 days of receiving the request to enable the tenderer to make timely

submission of its tender.

2.6 Amendment of Documents

2.6.1 At any time prior to the deadline for submission of tenders, the Procuring

entity, for any reason, whether at its own initiative or in response to a

clarification requested by a prospective tenderer, may modify the tender

Page 8: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

6

documents by amendment.

2.6.2 All prospective candidates that have received the tender documents will be

notified of the amendment in writing or by post and will be binding on them.

2.6.3 In order to allow prospective tenderers reasonable time in which to take the

amendment into account in preparing their tenders, the Procuring entity, at

its discretion, may extend the deadline for the submission of tenders.

2.7 Language of Tender

2.7.1 The tender prepared by the tenderer, as well as all correspondence and

documents relating to the tender exchange by the tenderer and the

Procuring entity, shall be written in English language, provided that any

printed literature furnished by the tenderer may be written in another language

provided they are accompanied by an accurate English translation of the

relevant passages in which case, for purposes of interpretation of the tender,

the English translation shall govern.

2.8 Documents Comprising of Tender

2.8.1 The tender prepared by the tenderers shall comprise the following components

(a) a Tender Form and a Price Schedule completed in accordance

with paragraph 2.9, 2.10 and 2.11 below

(b) documentary evidence established in accordance with paragraph

2.1 that the tenderer is eligible to tender and is qualified to

perform the contract if its tender is accepted;

(c) documentary evidence established in accordance with paragraph

2.2 that the goods and ancillary services to be supplied by the

tenderer are eligible goods and services and conform to the

tender documents; and

(d) tender security furnished in accordance with paragraph 2.14

2.9 Tender Forms

2.9.1 The tenderer shall complete the Tender Form and the appropriate Price

Schedule furnished in the tender documents, indicating the goods to be

supplied, a brief description of the goods, their country of origin, quantity, and

prices.

2.10 Tender Prices

2.10.1 The tenderer shall indicate on the appropriate Price Schedule the unit prices

and total tender price of the goods it proposes to supply under the contract

Page 9: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

7

2.10.2 Prices indicated on the Price Schedule shall include all costs including taxes,

insurances and delivery to the premises of the entity.

2.10.3 Prices quoted by the tenderer shall be fixed during the Tender’s performance

of the contract and not subject to variation on any account. A tender

submitted with an adjustable price quotation will be treated as non-

responsive and will be rejected, pursuant to paragraph 2.22

2.10.4 The validity period of the tender shall be 60 days from the date of opening

of the tender.

2.11 Tender Currencies

2.11.1 Prices shall be quoted in Kenya Shillings unless otherwise specified in the

Appendix to Instructions to Tenderers.

2.12 Tenderers Eligibility and Qualifications

2.12.1 Pursuant to paragraph 2.1 the tenderer shall furnish, as part of its tender,

documents establishing the tenderers eligibility to tender and its

qualifications to perform the contract if its tender is accepted.

2.12.2 The documentary evidence of the tenderers eligibility to tender shall establish

to the Procuring entity’s satisfaction that the tenderer, at the time of

submission of its tender, is from an eligible source country as defined under

paragraph 2.1

2.12.3 The documentary evidence of the tenderers qualifications to perform the

contract if its tender is accepted shall be established to the Procuring entity’s

satisfaction;

(a) that, in the case of a tenderer offering to supply goods under the

contract which the tenderer did not manufacture or otherwise produce,

the tenderer has been duly authorized by the goods’ Manufacturer or

producer to supply the goods;

(b) that the tenderer has the financial, technical, and production

capability necessary to perform the contract; and

(c) that, in the case of a tenderer not doing business within Kenya, the

tenderer is or will be (if awarded the contract) represented by an

Agent in Kenya equipped, and able to carry out the Tenderer’s

maintenance, repair, and spare parts-stocking obligations prescribed in

the Conditions of Contract and/or Technical Specifications.

2.13 Goods Eligibility and Conformity to Tender Documents

2.13.1 Pursuant to paragraph 2.2 of this section, the tenderer shall furnish, as part of

its tender documents establishing the eligibility and conformity to the tender

documents of all goods which the tenderer proposes to supply under the

Page 10: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

8

contract.

2.13.2 The documentary evidence of the eligibility of the goods shall consist of a

statement in the Price Schedule of the country of origin of the goods and

services offered which shall be confirmed by a certificate of origin issued at

the time of shipment.

2.13.3 The documentary evidence of conformity of the goods to the tender

documents may be in the form of literature, drawings, and data, and shall

consist of:

(a) a detailed description of the essential technical and performance

characteristic of the goods;

(b) a list giving full particulars, including available source and current

prices of spare parts, special tools, etc., necessary for the proper and

continuing functioning of the goods for a period of two (2) years,

following commencement of the use of the goods by the Procuring

entity; and

(c) a clause-by-clause commentary on the Procuring entity’s Technical

Specifications demonstrating substantial responsiveness of the goods

and service to those specifications, or a statement of deviations and

exceptions to the provisions of the Technical Specifications.

2.13.4 For purposes of the documentary evidence to be furnished pursuant to

paragraph 2.13.3(c) above, the tenderer shall note that standards for

workmanship, material, and equipment, as well as references to brand names

or catalogue numbers designated by the Procurement entity in its Technical

Specifications, are intended to be descriptive only and not restrictive. The

tenderer may substitute alternative standards, brand names, and/or catalogue

numbers in its tender, provided that it demonstrates to the Procurement

entity’s satisfaction that the substitutions ensure substantial equivalence to

those designated in the Technical Specifications.

2.14 Tender Security

2.14.1 The tenderer shall furnish, as part of its tender, a tender security of at

least 2% of the Tender price.

2.14.2 The tender security shall be in the amount of at least 2 per cent of the

tender price.

2.14.3 The tender security is required to protect the Procuring entity against the risk

of Tenderer’s conduct which would warrant the security’s forfeiture,

pursuant to paragraph 2.14.7

2.14.4 The tender security shall be denominated in Kenya Shillings or in another

freely convertible currency, and shall be in the form of a bank guarantee or a

bank draft issued by a reputable bank located in Kenya or abroad, or a

Page 11: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

9

guarantee issued by a reputable insurance company in the form provided in

the tender documents or another form acceptable to the Procuring entity and

valid for thirty (30) days beyond the validity of the tender.

2.14.5 Any tender not secured in accordance with paragraph 2.14.1 and 2.14.3

will be rejected by the Procuring entity as non-responsive, pursuant to

paragraph 2.22

2.14.6 Unsuccessful Tenderer’s tender security will be discharged or returned as

promptly as possible as but not later than thirty (30) days after the expiration

of the period of tender validity prescribed by the Procuring entity.

2.14.7 The successful Tenderer’s tender security will be discharged upon the tenderer

signing the contract, pursuant to paragraph 2.27 and furnishing the

performance security, pursuant to paragraph 2.28

2.14.8 The tender security may be forfeited:

(a) if a tenderer withdraws its tender during the period of tender

validity specified by the procuring entity on the Tender Form;

(b) in the case of a successful tenderer, if the tenderer fails:

(i) to sign the contract in accordance with paragraph 2.27

(ii) to furnish performance security in accordance with

paragraph 2.28

2.15 Validity of Tenders

2.15.1 Tenders shall remain valid for 90 days or as specified in the Invitation to tender

after the date of tender opening prescribed by the Procuring entity, pursuant to

paragraph 2.18. A tender valid for a shorter period shall be rejected by the

Procuring entity as non-responsive.

2.15.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s

consent to an extension of the period of validity. The request and the responses

thereto shall be made in writing. The tender security provided under

paragraph 2.14 shall also be suitably extended. A tenderer may refuse the

request without forfeiting its tender security. A tenderer granting the request

will not be required nor permitted to modify its tender.

2.16 Format and Signing of Tender

2.16.1 The Procuring entity shall prepare two copies of the tender, clearly marking

each “ORIGINAL TENDER” and “COPY OF TENDER,” as appropriate. In the event

of any discrepancy between them, the original shall govern.

2.16.2 The original and all copies of the tender shall be typed or written in indelible

ink and shall be signed by the tenderer or a person or persons duly authorized

to bind the tenderer to the contract. The latter authorization shall be indicated

by written power-of-attorney accompanying the tender. All pages of the tender,

except for unamend printed literature, shall be initialed by the person or

persons signing the tender.

Page 12: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

10

2.16.3 The tender shall have no interlineations, erasures, or overwriting except as

necessary to correct errors made by the tenderer, in which case such

corrections shall be initialed by the person or persons signing the tender.

2.17 Sealing and Marking of Tenders

2.17.1 The Tenderer shall seal the original and each copy of the tender in separate

envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The

envelopes shall then be sealed in an outer envelope.

2.17.2 The inner and outer envelopes shall:

(a) be addressed to the Procuring entity at the address given in the

Invitation to Tender: bear, tender number and name in the Invitation for

Tenders and the words, “DO NOT OPEN BEFORE,” Thursday, 6th

August, 2015

2.17.3 The inner envelopes shall also indicate the name and address of the

tenderer to enable the tender to be returned unopened in case it is declared

“late”.

2.17.4 If the outer envelope is not sealed and marked as required by paragraph 2.17.2,

the Procuring entity will assume no responsibility for the tender’s

misplacement or premature opening.

2.18 Deadline for Submission of Tenders

2.18.1 Tenders must be received by the Procuring entity at the address specified

under paragraph 2.17.2 no later than Thursday 6th August, 2015 The

Procuring entity may, at its discretion, extend this deadline for the submission

of tenders by amending the tender documents in accordance with paragraph

2.6, in which case all rights and obligations of the Procuring entity and

candidates previously subject to the deadline will therefore be subject to the

deadline as extended

2.19 Modification and Withdrawal of Tenders

2.19.1 The tenderer may modify or withdraw its tender after the tender’s

submission, provided that written notice of the modification, including

substitution or withdrawal of the tenders, is received by the Procuring Entity

prior to the deadline prescribed for submission of tenders.

2.19.2 The Tenderer’s modification or withdrawal notice shall be prepared, sealed,

marked, and dispatched in accordance with the provisions of paragraph 2.17. A

withdrawal notice may also be sent by cable, telex but followed by a signed

confirmation copy, postmarked not later than the deadline for submission of

Page 13: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

11

tenders.

2.19.3 No tender may be modified after the deadline for submission of tenders.

2.19.4 No tender may be withdrawn in the interval between the deadline for

submission of tenders and the expiration of the period of tender validity

specified by the tenderer on the Tender Form. Withdrawal of a tender during

this interval may result in the Tenderer’s forfeiture of its tender security,

pursuant to paragraph 2.14.7

2.19.5 The procuring entity may at any time terminate procurement proceedings

before contract award and shall not be liable to any person for the termination.

2.19.6 The procuring entity shall give prompt notice of the termination to the

tenderers and on request give its reasons for termination within 14 days of

receiving the request from any tenderer.

2.20 Opening of Tenders

2.20.1 The Procuring entity will open all tenders in the presence of

tenderers’ representatives who choose to attend, at 10:00am on Thursday

6th August, 2015 and in the location specified in the Invitation to Tender. The

tenderers’ representatives who are present shall sign a register evidencing

their attendance.

2.20.2 The tenderers’ names, tender modifications or withdrawals, tender prices,

discounts and the presence or absence of requisite tender security and such

other details as the Procuring entity, at its discretion, may consider appropriate,

will be announced at the opening.

2.20.3 The Procuring entity will prepare minutes of the tender opening.

2.21 Clarification of Tenders

2.21.1 To assist in the examination, evaluation and comparison of tenders the

Procuring entity may, at its discretion, ask the tenderer for a clarification of its

tender. The request for clarification and the response shall be in writing, and

no change in the prices or substance of the tender shall be sought, offered, or

permitted.

2.21.2 Any effort by the tenderer to influence the Procuring entity in the Procuring

entity’s tender evaluation, tender comparison or contract award decisions

may result in the rejection of the tenderers’ tender.

2.22 Preliminary Examination

2.22.1 The Procuring entity will examine the tenders to determine whether they

Page 14: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

12

are complete, whether any computational errors have been made, whether

required sureties have been furnished, whether the documents have been

properly signed, and whether the tenders are generally in order.

2.22.2 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantify, the unit price shall prevail, and the

total price shall be corrected. If the candidate does not accept the correction

of the errors, its tender will be rejected, and its tender security forfeited. If

there is a discrepancy between words and figures the amount in words will

prevail

2.22.3 The Procuring entity may waive any minor informality or non- conformity or

irregularity in a tender which does not constitute a material deviation, provided

such waiver does not prejudice or effect the relative ranking of any tenderer.

2.22.4 Prior to the detailed evaluation, pursuant to paragraph 2.23 the Procuring

entity will determine the substantial responsiveness of each tender to the

tender documents. For purposes of these paragraphs, a substantially

responsive tender is one, which conforms to all the terms and conditions of the

tender documents without material deviations. The Procuring entity’s

determination of a tender’s responsiveness is to be based on the contents of the

tender itself without recourse to extrinsic evidence.

2.22.5 If a tender is not substantially responsive, it will be rejected by the

Procuring entity and may not subsequently be made responsive by the

tenderer by correction of the non conformity.

2.23 Conversion to Single Currency

2.23.1 Where other currencies are used, the procuring entity will convert these

currencies to Kenya Shillings using the selling exchange rate on the date of

tender closing provided by the Central Bank of Kenya

2.24 Evaluation and Comparison of Tenders

2.24.1 The Procuring entity will evaluate and compare the tenders which have been

determined to be substantially responsive, pursuant to paragraph 2.22

2.24.2 The tender evaluation committee shall evaluate the tender within 30 days of

the validity period from the date of opening the tender.

2.24.3 A tenderer who gives false information in the tender document about its

qualification or who refuses to enter into a contract after notification of

contract award shall be considered for debarment from participating in future

public procurement.

Page 15: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

13

2.24.4 Subject to paragraph 2.22 the Procuring entity will award the contract to the

most technically and economically advantageous offer.

2.25 Preference

2.25.1 Preference where allowed in the evaluation of tenders shall not exceed

15%. Special group’s i.e youths, women and persons with disabilities will be

considered.

2.26 Contacting the Procuring entity

2.26.1 Subject to paragraph 2.21 no tenderer shall contact the Procuring entity on

any matter related to its tender, from the time of the tender opening to

the time the contract is awarded.

2.26.2 Any effort by a tenderer to influence the Procuring entity in its decisions

on tender, evaluation, tender comparison, or contract award may result in

the rejection of the Tenderer’s tender.

2.27 Award of Contract

(a) Post-qualification

2.27.1 In the absence of pre-qualification, the Procuring entity will determine to

its satisfaction whether the tenderer that is selected as having submitted

the lowest evaluated responsive tender is qualified to perform the contract

satisfactorily.

2.27.2 The determination will take into account the tenderer financial, technical,

and production capabilities. It will be based upon an examination of the

documentary evidence of the tenderers qualifications submitted by the

tenderer, pursuant to paragraph 2.12.3 as well as such other information

as the Procuring entity deems necessary and appropriate.

2.27.3 An affirmative determination will be a prerequisite for award of the

contract to the tenderer. A negative determination will result in rejection

of the Tenderer’s tender, in which event the Procuring entity will proceed

to the next lowest evaluated tender to make a similar determination of

that Tenderer’s capabilities to perform satisfactorily.

(b) Award Criteria

The Procuring entity will award the contract to the successful

tenderer(s) whose tender has been determined to be substantially

responsive and has been determined to be having the highest evaluated

combined score (Technical and Financial), provided further that the

Page 16: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

14

tenderer is determined to be qualified to perform the contract

satisfactorily.

(c) Procuring entity’s Right to Vary quantities

The Procuring entity reserves the right at the time of contract award to

increase or decrease the quantity of goods originally specified in the

Schedule of requirements without any change in unit price or other

terms and conditions

(d) Procuring entity’s Right to accept or Reject any or All Tenders

The Procuring entity reserves the right to accept or reject any tender, and to

annul the tendering process and reject all tenders at any time prior to

contract award, without thereby incurring any liability to the affected

tenderer or tenderers or any obligation to inform the affected tenderer or

tenderers of the grounds for the Procuring entity’s action

2.28 Notification of Award

2.28.1 Prior to the expiration of the period of tender validity, the Procuring entity

will notify the successful tenderer in writing that its tender has been accepted.

2.28.2 The notification of award will constitute the formation of the Contract but will

have to wait until the contract is finally signed by both parties

2.28.3 Upon the successful Tenderer’s furnishing of the performance security

pursuant to paragraph 2.28, the Procuring entity will promptly notify each

unsuccessful Tenderer and will discharge its tender security, pursuant to

paragraph 2.14

2.29 Signing of Contract

2.29.1 At the same time as the Procuring entity notifies the successful tenderer that

its tender has been accepted, the Procuring entity will send the tenderer the

Contract Form provided in the t e n d e r documents, incorporating all

agreements between the parties.

2.29.2 The parties to the contract shall have it signed within 30 days from the date of

notification of contract award unless there is an administrative review request.

2.29.3 Within thirty (30) days of receipt of the Contract Form, the successful tenderer

shall sign and date the contract and return it to the Procuring entity.

2.30 Performance Security

2.30.1 Within Thirty (30) days of the receipt of notification of award from the

Procuring entity, the successful tenderer shall furnish the performance security

in accordance with the Conditions of Contract, in the Performance Security

Form provided in the tender documents, or in another form acceptable to the

Page 17: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

15

Procuring entity.

2.30.2 Failure of the successful tenderer to comply with the requirements of paragraph

2.27 or paragraph 2.28 shall constitute sufficient grounds for the annulment

of the award and forfeiture of the tender security, in which event the Procuring

entity may make the award to the next lowest evaluated Candidate or call for

new tenders.

2.31 Corrupt or Fraudulent Practices

2.31.1 The Procuring entity requires that tenderers observe the highest standard of

ethics during the procurement process and execution of contracts when used

in the present regulations, the following terms are defined as follows;

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of

anything of value to influence the action of a public official in the

procurement process or in contract execution; and

(ii) “fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the

detriment of the Procuring entity, and includes collusive practice

among tenderer (prior to or after tender submission) designed to

establish tender prices at artificial non- competitive levels and to

deprive the Procuring entity of the benefits of free and open

competition;

2.31.2 The procuring entity will reject a proposal for award if it determines that the

tenderer recommended for award has engaged in corrupt or fraudulent

practices in competing for the contract in question.

2.31.3 Further a tenderer who is found to have indulged in corrupt or fraudulent

practices risks being debarred from participating in public procurement in

Kenya.

2.31.4 A draft project plan and Schedule of Payment which shall form part of the

Contract if the tender is accepted. Any change in the Program or Schedule shall

be subjected to the approval of the Engineer.

2.31.5 Details of any current litigation or arbitration proceedings in which the

Tenderer is involved as one of the parties.

APPENDIX TO INSTRUCTIONS TO TENDERERS

Notes on the Appendix to the Instruction to Tenderers

Page 18: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

16

1. The Appendix to instructions to tenderers is intended to assist the procuring

entity in providing specific information in relation to the corresponding clause

in the instructions to Tenderers included in Section II and has to be prepared

for each specific procurement

2. The procuring entity should specify in the appendix information and

requirements specific to the circumstances of the procuring entity, the goods

to be procured and the tender evaluation criteria that will apply to the tenders.

3. In preparing the Appendix the following aspects should be taken into

consideration;

(a) The information that specifies and complements provisions of

Section II to be incorporated

(b) Amendments and/or supplements if any, to provisions of Section II

as necessitated by the circumstances of the goods to be procured to

be also incorporated

4. Section II should remain unchanged and can only be amended through the

Appendix.

5. Clauses to be included in this part must be consistent with the public

procurement law and the regulations.

Page 19: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

17

The following information for Supply, Delivery, Installation, Configuration and

Commissioning of Data Center shall complement or amend the provisions of the

instructions to tenderers. Wherever there is a conflict between the provisions of the

instructions to tenderers and the provisions of the appendix, the provisions of the

appendix herein shall prevail over those of the instruction to tenderers.

Instructions

to Tenderers

Particulars of Appendix to Instructions to Tenderers

2.1 Particulars of eligible tenderers: Firms registered in Kenya

2.2.2 Price to be charged for tender documents. Kshs. 1,000

2.10 Particulars of other currencies allowed. None

2.11 Particulars of eligibility and qualifications documents of evidence

required. Copies of:

i) Certificate of Registration/Incorporation

ii) Certificate of valid tax compliance

2.12.2 Particulars of tender security if applicable. 2% of bid amount valid

for an additional thirty (30) days after the expiry of the tender

validity period i.e. (120 days)

2.12.4 Form of Tender Security: The tender security shall be in the form

of a Guarantee from a reputable bank or an insurance company

approved by the Public Procurement Oversight Authority

(PPOA)

2.15.1 Validity of Tenders: Tenders shall remain valid for 90 days after

tender opening

2.16.3 Bulky tenders which do not fit in the tender box shall be delivered

to procurement office

2.20.1 Tenderers are required to submit copies of the following

MANDATORY DOCUMENTS which will be used during preliminary

examination to determine responsiveness:

1) Certified Copy of Certificate of Incorporation

2) A valid Business permit (proof of payment of the same will

not be considered as a valid business permit)

3) PIN Certificate.

4) Proof of payment for tender document

5) Credit letter from a reputable bank

6) Valid Tender security/ Bid bond of at least 2% of the

tender sum in form of bank guarantee from a reputable

bank or PPOA authorized insurance company located in

Kenya, valid for at least 120 days from the date of tender

opening.

7) Certified Copy of Valid Tax Compliance

Page 20: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

18

8) Certified Copy of Valid license in Telecommunications with

Communications Authority of Kenya (C.A) for

Telecommunication equipment vending, installation and

maintenance services.

9) Certified Copy of Valid license in Telecommunications

from National Constructions Authority (NCA) of at least

category 2 (NCA-2)

10) Declaration stating that you have NOT been debarred by

PPOA.

11) Annual Turnover of at least Kshs. 500M over the past

three years. Attach certified copies of Audited Financial

statements for the last 3 years 2012, 2013 and 2014

12) Firm should have at least 5 years’ experience.

13) Current Manufacturer’s Authorization Form for the solution

proposed

14) A valid Site survey certificate

15) Filled Confidential Business Questionnaire

16) Filled Tender questionnaire form

NB. At this stage, the Tenderer’s submission will either be

responsive or non-responsive. The non-responsive

submissions will be eliminated from the entire evaluation

process and will not be considered further.

Evaluation and comparison of tenders: The following criteria shall

be applied not withstanding any other requirement in the tender

documents.

Selection Process

STEP 1: Preliminary Evaluation

This will be an elimination stage which will be done as per

paragraph 2.20.1 above.

STEP 2: Technical Evaluation

The technical responses will be marked out of 100 to arrive at the

technical score (St) and the minimum technical score required to

proceed to financial evaluation is 85. Tenderers who fail to secure

the minimum technical score will be eliminated from the entire

evaluation process and will not be considered further.

STEP 3: Financial Evaluation

The financial evaluation shall be undertaken as follows:-

Sf = 100 x Fm/F where Sf is the financial score; Fm is the lowest

priced financial proposal and F is the price of the proposal under

Page 21: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

19

consideration.

STEP 4: Combined Technical and Financial Scores

Tenderers will be ranked according to their combined technical (St)

and financial (Sf) scores using the weights (T=the weight given to

the Technical Proposal: P= the weight given to the Financial

Proposal; T + p = I) indicated in below.

The combined technical and financial score,

S, is calculated as follows:-S = St x T % + Sf x P %.

The weights given to the Technical and Financial Proposals are:

T= 0.80 (80%)

P= 0.20 (20%)

T + P = 1 (100%)

A Pre-bid meeting will be held on Thursday 30th July, 2015 at 11.00

a.m. in Procurement Board Room, 1st Floor City Hall Annex.

Site visit is Mandatory.

The schedule for site survey is as follows;

Wednesday 29th July 2015 at 10a.m

Tenderers are requested to assemble outside ICT department by 10

am on the above mentioned date. Site visit certificate will be signed

upon completion of survey.

2.24 (a) Particulars of post-qualification if applicable. NCC may carry out

post qualification and inspect the premises or contact listed to

confirm details

2.24.4 Award Criteria: The contract will be awarded to the bidder

having the highest combined score on Technical & Financial

evaluation (Most technically and economically advantageous

offer).

Page 22: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

20

SECTION III - GENERAL CONDITIONS OF CONTRACT

3.1 Definitions

3.1.1 In this Contract, the following terms shall be interpreted as indicated:-

(a) “The Contract” means the agreement entered into between the

Procuring entity and the tenderer, as recorded in the Contract Form

signed by the parties, including all attachments and appendices thereto

and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the tenderer under the

Contract for the full and proper performance of its contractual

obligations

(c) “The Goods” means all of the equipment, machinery, and/or other

materials, which the tenderer is required to supply to the Procuring

entity under the Contract.

(d) “The Procuring entity” means the organization purchasing the Goods

under this Contract.

(e) “The Tenderer’ means the individual or firm supplying the Goods under

this Contract.

(f) “LAN” means Local Area Network.

3.2 Application

3.2.1 These General Conditions shall apply in all Contracts made by the

Procuring entity for the procurement installation and commissioning

of equipment

3.3 Country of Origin

3.3.1 For purposes of this clause, “Origin” means the place where t h e Goods were

mined, grown or produced.

3.3.2 The origin of Goods and Services is distinct from the nationality of the

tenderer.

3.4 Standards

3.4.1 The Goods supplied under this Contract shall conform to the standards

Mentioned in the Technical Specifications.

3.5 Use of Contract Documents and Information

Page 23: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

21

3.5.1 The tenderer shall not, without the Procuring entity’s prior written

consent, disclose the Contract, or any provision therefore, or any specification,

plan, drawing, pattern, sample, or information furnished by or on behalf of the

Procuring entity in connection therewith, to any person other than a person

employed by the tenderer in the performance of the Contract.

3.5.2 The tenderer shall not, without the Procuring entity’s prior written

consent, make use of any document or information enumerated in paragraph

3.5.1 above

3.5.3 Any document, other than the Contract itself, enumerated in paragraph 3.5.1

shall remain the property of the Procuring entity and shall be returned (all

copies) to the Procuring entity on completion of the Tenderer’s performance

under the Contract if so required by the Procuring entity

3.6 Patent Rights

3.6.1 The tenderer shall indemnify the Procuring entity against all third-

party claims of infringement of patent, trademark, or industrial design

rights arising from use of the Goods or any part thereof in the

Procuring entity’s Country

3.7 Performance Security

3.7.1 Within thirty (30) days of receipt of the notification of Contract

award, the successful tenderer shall furnish to the Procuring entity

the performance security in the amount specified in Special Conditions

of Contract.

3.7.2 The proceeds of the performance security shall be payable to the Procuring

entity as compensation for any loss resulting from the Tenderer’s failure to

complete its obligations under the Contract.

3.7.3 The performance security shall be denominated in the currency of the Contract,

or in a freely convertible currency acceptable to the Procuring entity and shall be

in the form of a bank guarantee or an irrevocable letter of credit issued by a

reputable bank located i n Kenya or abroad, acceptable to the Procuring entity,

in the form provided in the tender documents.

3.7.4 The performance security will be discharged by the Procuring entity and

returned to the Candidate not later than thirty (30) days following the date of

completion of the Tenderer’s performance obligations under the Contract,

including any warranty obligations, under the Contract

3.8 Inspection and Tests

3.8.1 The Procuring entity or its representative shall have the right to inspect and/or

to test the goods to confirm their conformity to the Contract specifications.

The Procuring entity shall notify the tenderer in writing in a timely manner, of

the identity of any representatives retained for these purposes.

3.8.2 The inspections and tests may be conducted in the premises of the tenderer

Page 24: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

22

or its subcontractor(s), at point of delivery, and/or at the Goods’ final destination

If conducted on the premises of the tenderer or its subcontractor(s), all

reasonable facilities and assistance, including access to drawings and production

data, shall be furnished to the inspectors at no charge to the Procuring entity.

3.8.3 Should any inspected or tested goods fail to conform to the Specifications, the

Procuring entity may reject the equipment, and the tenderer shall either replace

the rejected equipment or make alterations necessary to make specification

requirements free of costs to the Procuring entity.

3.8.4 The Procuring entity’s right to inspect, test and where necessary, reject the

goods after the Goods’ arrival shall in no way be limited or waived by reason of

the equipment having previously been inspected, tested and passed by the

Procuring entity or its representative prior to the equipment delivery.

3.8.5 Nothing in paragraph 3.8 shall in any way release the tenderer from any

warranty or other obligations under this Contract.

3.9 Packing

3.9.1 The tenderer shall provide such packing of the Goods as is required to prevent

their damage or deterioration during transit to their final destination, as

indicated in the Contract.

3.9.2 The packing, marking, and documentation within and outside the packages shall

comply strictly with such special requirements as shall be expressly provided

for in the Contract

3.10 Delivery and Documents

3.10.1 Delivery of the Goods shall be made by the tenderer in accordance with the

terms specified by Procuring entity in its Schedule of Requirements and the

Special Conditions of Contract

3.11 Insurance

3.11.1 The Goods supplied under the Contract shall be fully insured against loss or

damage incidental to manufacturer or acquisition, transportation, storage, and

delivery in the manner specified in the Special conditions of contract

3.12 Payment

3.12.1 The method and conditions of payment to be made to the tenderer under

this Contract shall be specified in Special Conditions of Contract

3.12.2 Payments shall be made promptly by the Procuring entity as specified in the

contract

3.13 Prices

3.13.1 Prices charged by the tenderer for goods delivered and services performed

under the Contract shall not, with the exception of any price adjustments

authorized in Special Conditions of Contract, vary from the prices by the

tenderer in its tender.

Page 25: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

23

3.13.2 Contract price variations shall not be allowed for contracts not exceeding one

year (12 months)

3.13.3 Where contract price variation is allowed, the variation shall not exceed 10% of

the original contract price.

3.13.4 Price variation request shall be processed by the procuring entity within 30

days of receiving the request.

3.14. Assignment

3.14.1 The tenderer shall not assign, in whole or in part, its obligations to perform

under this Contract, except with the Procuring entity’s prior written consent

3.15 Subcontracts

3.15.1 The tenderer shall notify the Procuring entity in writing of all subcontracts

awarded under this Contract if not already specified in the tender. Such

notification, in the original tender or later, shall not relieve the tenderer from

any liability or obligation under the Contract

3.16 Termination for default

3.16.1 The Procuring entity may, without prejudice to any other remedy for breach of

Contract, by written notice of default sent to the tenderer, terminate this

Contract in whole or in part

(a) if the tenderer fails to deliver any or all of the goods within the

period(s) specified in the Contract, or within any extension thereof

granted by the Procuring entity

(b) if the tenderer fails to perform any other obligation(s) under the

Contract

(c) if the tenderer, in the judgment of the Procuring entity has

engaged in corrupt or fraudulent practices in competing for or in

executing the Contract

3.16.2 In the event the Procuring entity terminates the Contract in whole or in

part, it may procure, upon such terms and in such manner as it deems

appropriate, equipment similar to those undelivered, and the tenderer

shall be liable to the Procuring entity for any excess costs for such

similar goods.

3.17 Liquidated Damages

3.17.1. If the tenderer fails to deliver any or all of the goods within the period(s)

specified in the contract, the procuring entity shall, without prejudice

to its other remedies under the contract, deduct from the contract prices

liquidated damages sum equivalent to 0.5% of the delivered price of the

Page 26: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

24

delayed items up to a maximum deduction of 10% of the delayed goods.

After this the tenderer may consider termination of the contract.

3.18 Resolution of Disputes

3.18.1 The procuring entity and the tenderer shall make every effort to resolve

amicably by direct informal negotiation and disagreement or dispute

arising between them under or in connection with the contract

3.18.2 If, after thirty (30) days from the commencement of such informal

negotiations both parties have been unable to resolve amicably a

contract dispute, either party may require adjudication in an agreed

national or international forum, and/or international arbitration

3.19 Language and Law

3.19.1 The language of the contract and the law governing the contract shall be

English language and the Laws of Kenya respectively unless otherwise

stated.

3.20 Force Majeure

3.20.1 The tenderer shall not be liable for forfeiture of its performance security

or termination for default if and to the extent that it’s delay in

performance or other failure to perform its obligations under the Contract

is the result of an event of Force Majeure.

Page 27: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

25

SECTION IV - SPECIAL CONDITIONS OF CONTRACT

1. Application

The following Special Conditions of Contract shall supplement the General Conditions of

Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the

General Conditions of Contract.

2. Definitions (Clause 1)

a) The "Procuring Entity" is Nairobi City County of City Hall Road, P.O. Box 30075-

00100 GPO Nairobi, Kenya and includes the employer's legal representative’s

successors or assigns.

b) "The contract price" means the price payable to the tenderer under the contract for

the full and proper performance of its contractual obligations.

3. Performance Security

3.1 The Performance Security shall be in the amount of 5% of the total Contract Price

3.2 The Procuring Entity shall not be required to demonstrate the loss it has suffered.

3.3 Performance Security shall be valid for a minimum of 60 days after shipment in case of

Foreign Suppliers and a minimum of 30 days after delivery in case of Local Suppliers.

3.4 Performance Security for Foreign Suppliers shall be discharged by the Procuring Entity

and returned to the Suppliers not earlier than 60 days after the date of shipment. For

Local Suppliers it shall be discharged after proof of satisfactory delivery and

acceptance of the goods under the contract

4. Notices:

For the Purchaser:

County Secretary,

Nairobi City County

P.O Box 30075- 00100,

NAIROBI.

For the Supplier:

5. Delivery Period

The preferred delivery period shall be six months from the date of signing the contract.

Page 28: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

26

SECTION V: - TERMS OF REFERENCE

Background

The Nairobi City County (NCC) was established by the current Constitution of Kenya

which created 47 counties as part of the devolved government structure. The

constitution provided for the counties to become fully operational after the 2013

general elections. Taking over from what was previously the City Council of Nairobi, the

NCC government derives its mandate from Chapter 11 of the Constitution of Kenya, and

its functions are further elaborated by the County Government Act 2012.

The County’s core mandate is to provide and manage basic social and physical

infrastructure services to the residents of Nairobi. With a population of over 3 million,

NCC is the largest County in terms of population and economic size.

NCC is undertaking an ICT transformational project to enable it leverage on ICT to

enhance both internal operation efficiency and service delivery to the citizens. As part of

this transformation the County intends to implement robust infrastructure that will

support the rollout of the ICT initiatives identified in the transformation project.

The Data Centre will be constructed in an already existing building at the County.

Scope of the assignment

The scope of this assignment will include:-

Design and Site Preparation of the proposed Data Centre in terms of the civil,

electrical and mechanical work required to build the Data Centre including false

ceiling, raised floor, power supply, moisture sealing and fortification of the windows

and all other necessary components.

Supply, installation and setting up of the necessary basic Infrastructure (UPS ,

Generators, Air-Conditioning System, Fire Detection and Control System, Lighting

system, Power Cabling in the Data Center including cooling components etc.)

Supply, installation and commissioning of building management system for NCC

Data Centre.

Supply and installation of environmental monitoring units

Supply, installation and commissioning of multi-layer Physical Security

infrastructure (access-control system, CCTV/ surveillance systems).

Note: Bidders will be provided with a guided visit of the above facilities on Wednesday

29th July 2015 at 10a.m. All bidders should send 1 representative who should report to

the County ICT office at City Hall by 10.00 AM. Bidders will be expected to make

their own transport arrangements for visiting the site above.

Page 29: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

27

Provision of managed services for the Data Center for a period of five years after

commissioning.

NOTE: Full details of the various systems and components are contained in the Data

Centre Library specification document which is attached.

The detailed specifications detail the required systems that need to be implemented in

the Data Centre. It is the obligation of the bidder to determine the quantities of each item

and provide information to justify the quantity specified. The specifications also outline

the desired standards and specification for each item and material.

Page 30: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Detailed Specifications

for

Data Centre

Page 31: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Table of Contents

Specification Library for DC Rebuild ................................................................................. 28

List of Acronyms ................................................................... Ошибка! Закладка не определена.

Section I – Technical Requirements.................................................................................... 31

DC Architecture – IT ............................................................................ 31 DC Architecture – Physical Infrastructure ...................................................................... 40

Layout of the Data Centre ...................................................................... 40

Humidity, Ventilation and Air Conditioning Systems ............................ 41 Rodent Repellant ................................................................................. 42

False Ceiling ........................................................................................ 43 UPS Requirements & Features ............................................................. 43 Diesel Generator Set ............................................................................ 45

Electrical Work for DC ......................................................................... 45 Technical Specifications – Physical Components ..................................... 48

UPS ..................................................................................................... 48 Diesel Generator Set ............................................................................ 49 Civil & Architectural work .................................................................... 50

PVC Conduit ........................................................................................ 53 Wiring ................................................................................................. 54 Earthing .............................................................................................. 55

Cable Work .......................................................................................... 56 Precision Air Conditioning ................................................................... 57

Comfort Air Conditioning for Auxiliary Areas ........................................ 61 Fire Detection and Control Mechanism ................................................ 61 Fire Suppression Systems .................................................................... 64

High Sensitivity Smoke Detection System ............................................ 67 Access Control System ......................................................................... 67

Access Control Security requirements .................................................. 68 Access Control Performance Requirements .......................................... 68 Access Control Operational Requirements ............................................ 69

IP CCTV System .................................................................................. 72 Building Management System (BMS) ................................................... 83 Water Leak Detection System .............................................................. 84

Fire Proof Enclosures for Media Storage ............................................... 84 Public Address System ........................................................................ 84

Common Alarm System ....................................................................... 84 Electrical Panels .................................................................................. 85

Section III- Compliance to Specifications ........................................................................ 92

Page 32: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

LAN Technical Requirements

LOT – 1

Page 33: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Section I – Technical Requirements

The bidders can propose standard products & solutions for the components, complying

to TIA-942 standard for implementation of the Data Centre Project.

DC Architecture – IT

server Server

StorageStorage

Servers

Network

Network IPS

Network IPS

server

server server

Core SW 1 Core SW 1

Web Services Proxies

DMZ

VPN Servers Antivirus

servers

Core Router 1 Core Router 1

ISP 1 ISP 2

Internet

Annex

LAN

City Hall

LAN

Sub

counties

Network

...

Sub

Counties

Networks

...

Primary LinkBack up Link

server Server

Storage

DRserver

server server

Storage

HQ router

Figure1: Proposed DC architecture

Page 34: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Design Description

The DC LAN will be connected to a WAN network for interconnectivity to other

branch offices.

The DC LAN will also have Internet connectivity from one or two service

provider. In case one provider is used, a dual load balanced Internet connectivity

links are proposed with different connections to international internet gateways.

Cabling

CAT 6 / fiber LAN cables should be laid upto the rack level in the Data Centre.

Dedicated raceways / cable-trays should be used for laying LAN.

Along with LAN cabling, cables for Storage Area Network (SAN) upto the racks in

the Data Centre should also be implemented.

All the cable raceways shall be adequately grounded and fully concealed with

covers.

The cables should be appropriately marked and labeled. The cables should be

appropriately marked and labeled. The labeling structure to be adopted at a

minimum will be based on the following:

o Location

o Building

o Floor number

o Rack number

o Rack partition

o Equipment position in the rack partition

o Service/Type

There should be enough space between data and power cabling and there should

not be any cross wiring of the two, in order to avoid any interference, or

corruption of data

Cabling should be in compliance with current ANSI/TIA/EIA-568-B.1,

ANSI/TIA/EIA-568-B.2 and ANSI/TIA/EIA-568-B.3 standards as applicable.

All metallic objects including but not limited to equipment racks in the premises

that are likely to be energized by electric currents should be effectively

grounded.

Color code shall be maintained for the entire wiring installation, Red, Yellow,

Blue for three phases and “OFF” circuit black for neutral and green for earth (or

bare earth).

The space between data and power cabling should be as per standards and

there should not be any criss-cross wiring of the two, in order to avoid any

interference, or corruption of data.

Page 35: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Data Center LAN Cabling

6600 X

511.8110

3200 X5900

3200 X 5900

6600 X

118.11020

3200 X

78.74020

Store / Staging

A/c & Fire Suppression

Telecom Racks

Electric Supply Panel

UPS

Office

Space to Locate Battery bank needs to be identified

The rack considered for deriving the layout is standard 42U Rack

The Size of the Racks is considered as 2000X600X1200 mm

The Load carrying capacity is considered as 1400 kg

In each row, 2 rack space is reserved for Network equipments and 2

racks for security equipments

There shall be 24-26 racks available for systems and storage

All dimensions are in mm

Scale 1:30

NCC Data Centre Layout

900

900

90

0

12

00

12

00

90

0

Rack Placement Details

o The total number of server and network racks in the DC has been

determined at this point

o Server Rack Size will be standard 42 U Racks

o Network Rack - 2 / 4 Post Open Rack with vertical Wire Managers

o Each Row will have minimum 1 Network Rack to take care of LAN Cabling

requirement for respective Row.

o 1st Rack row will have additional Network Rack to Place Core Switch /

WAN Equipment.

Floor Box Details

o Between 2 Server Racks it would have 1 Raised Floor Enclosure.

o Raised Floor Enclosures to be placed under False Flooring.

o Raised Floor Enclosure should be able to fix under one 2’X 2’ Floor Tiles.

o Raised Floor Enclosure should have provision to fix minimum 4 Nos. of

24 Port Jack Panels

Page 36: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Copper Connectivity Details

o Every Server rack will have 24 port Jack Panels and should be fixed under

the raised floor Enclosures.

o 24 Runs of UTP cables to be laid to Each Server Rack from respective

Network rack in the same row.

o Servers will be connected by CAT6 RJ 45 – RJ 45 Patch cords, directly

from floor box Jack Panels.

o Network Racks will have Jack Panels and Switches. Interconnect Patching

between Switch and Jack Panel to be done by CAT 6 RJ 45 – RJ45 Patch

cords.

Fiber Connectivity Details

o Connectivity between core –distribution – access switches will be on

direct lengthy OM3/OM4 Fiber duplex patch cords.

UTP Cable

Type

o UTP, Cat 6, ANSI/TIA/EIA 568-B.2-1

o The cable jacket shall comply with Article 800 NEC for use as a non-

plenum cable. The 4 pair UTP cable shall be UL and c (UL) Listed Type

CM.

Conductors

Page 37: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

o 4 pair 23 / 24 AWG Copper with pair separator for uniform characteristic

impedance

Insulation

o Polyethylene/Polyolefin

o Thickness 0.22 ± 0.03mm

Operating temperature

o -20 to +60 Deg. C

Jacket

o Flame Retardant PVC

Approvals

o UL Listed.

Frequency tested up to

o 100 MHz>=250 MHz

Delay Skew

o 25ns-45ns / 100m Max.

Impedance

o 100 Ω ± 6 Ω

Performance characteristics to be provided along with bid

o Attenuation, Pair-to-pair and Powersum NEXT, ELFEXT and PS ELFEXT,

Return Loss and Delay skew tested for 100m channel as well as 90m

Permanent Link

Cable Laying

Cabling

o Structured Cabling as per industry Standards

o UL * R certified for complete channel for both Fibre and UTP (CAT 5e/ CAT6)

cables.

o 20/ 25 years’ standard performance warranty should be given on passive

components

Documentation & Lay-outs

o UTP or OFC Cable route, with detailed diagram and plan for laying of UTP and

OFC for approval.

o Termination of cabling component, UTP cable and OFC with labels & marking

as per approved labeling plan & documentation.

o Documentation for all POPs (Hard and Soft Copy) to be maintained for entire

5 years of Projects.

Conduits and Channels

o PVC pipe or Casing type

Should be 1” diameter,

At least 4 cable can laid in one casing

Using clamp channel should be fix on wall and distance between two

clamp not more than 6 inches.

o GI pipe

Page 38: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Should be 2” inch diameter class B standard

At least 2 cable can laid in one pipe only

UTP cable laying

o Should follow approved plan.

OFC laying on wall or under ground

o OFC laying on wall or underground in GI pipe, vendor should follow as

approved plan.

Jack Panel

o Should be a 24 port modular / discrete patch panel.

o Ports should be individually replaceable and consistent port-to-port

performance

o Should confirm or exceed TIA/EIA-568-B.2-1 and IEC 60603-7-4 standards

requirements for CAT 6

o Metallic high strength and 1U height

o Should be UL Listed

IO

o Should confirm or exceed TIA/EIA-568-B.2-1 and IEC 60603-7-4 standards

requirements for CAT 6

o Durability: 750 mating cycles on modular jack and 200 termination cycles on

110 block

Multimode OM3/OM4 Fiber Patch Chords

o Patch Cords 550 metres channel @ 10 Gb/s

o The fiber-optic patch cord shall be configurable with standard LC, SC,

terminations, and shall be available in either 1.6 mm or 3.0 mm duplex

zipcord.

o The 1.6 mm cordage shall exceed the requirements for larger diameter

cordage and allows at least twice as many fibers to be installed in a cabinet.

o The duplex cordage shall be 1.6 mm by 3.5 mm and have two single fiber

cords joined together with a web.

o The connector shall have a pull-proof design that helps prevent accidental

disconnects and helps to assure optimal performance of equipment.

o All fibers shall be Differential Mode Delay (DMD) tested by using a high-

resolution test bench that exceeds the FOTP-220 standards and shall be

independently certified by UL®.

Mounting Cords

Length

o 10, 20, 30 and 40 feet

Conductor

o 23 / 24 AWG 7 / 32, stranded copper

Cable Type

o UTP CAT 6 ANSI/TIA/EIA 568-B.2-1

Plug Protection

Page 39: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

o Anti-snag feature

Warranty

o 20/ 25-year component warranty

Cable Type

o Cat 6

Terminals

o Phosphor Bronze with gold plating

Jacket

o PVC

o The cable jacket shall comply with Article 800 NEC for use as a non-plenum

cable. The 4 pair UTP cable shall be UL and c (UL) Listed Type CM (non-

plenum).

End point connector

o Factory fitted RJ-45 plugs at both ends

Insulation

o Flame Retardant

Specifications for Data Center Design & Implementation

This section details the technical specifications, mandatory compliance of the IA to these

specifications in implementation of the Data Center for NCC. The approximate space for

Data Center is as per the proposed DC layout shown above. However the vendor shall

also provide the cost of data center preparation per Sq.ft in the commercial bid

considering the following infrastructure.

Page 40: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

1. IT Equipment

2. Civil

3. Electrical

4. CCTV

5. UPS & Battery System

6. Air Conditioning

7. Building Management System Components

8. Fire/Smoke Detection and suppression system

9. DG Sets

The detailed specification of these infrastructure items are elaborated in Section-II.

Commitment from Manufacturers

The bidder shall submit letters of commitment issued by the manufacturer(s)

confirming minimum Five-year support of the system offered and shall guarantee

supply of spares for the equipment service life starting from the date of acceptance.

Page 41: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

DATA CENTER Technical Requirements

Physical Infrastructure

LOT – II

Page 42: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

DC Architecture – Physical Infrastructure

Layout of the Data Centre

6600 X

511.8110

3200 X5900

3200 X 5900

6600 X

118.11020

3200 X

78.74020

Store / Staging

A/c & Fire Suppression

Telecom Racks

Electric Supply Panel

UPS

Office

Space to Locate Battery bank needs to be identified

The rack considered for deriving the layout is standard 42U Rack

The Size of the Racks is considered as 2000X600X1200 mm

The Load carrying capacity is considered as 1400 kg

In each row, 2 rack space is reserved for Network equipments and 2

racks for security equipments

There shall be 24-26 racks available for systems and storage

All dimensions are in mm

Scale 1:30

NCC Data Centre Layout

900

900

90

0

12

00

12

00

90

0

Page 43: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Server Farm Area

The server farm area within the DC will host NCC as well as other county Servers

and related systems. These servers may be Low end to High-end depending upon the

applications hosted on them. These servers may be online or only for repository

purpose. The applications which are running on the central-computing servers will

have load balancing and high availability features.

This area will contain all the networking components from routers, switches to

passive components. The data communication component area will terminate WAN

connections, LAN Connections and host a network monitoring station for LAN &

WAN. All the Data Center LAN connections will be provided through switches placed

in this area.

This area will host the Security components. The security architecture will provide

controlled access to the web and database servers from Internet and other

networks. This would be multi-layer architecture with two layers of firewall

separating the Internet, web, and database/application and Intranet zones.

Backup & Media Storage Area

This area will be used for storing all backed up Digital Linear Tapes (DLT). This area

will house a fireproof cabinet for storing tapes..

UPS and Electrical Room

This area shall house all the Un-Interrupted Power Supply Units, Main Power

Distribution Units (PDU) and Sub Distribution Units to feed the components such as

PAC, UPS, lighting, fixtures etc. It is recommended to install transformer based PDUs

in the NCC Data Centre.

It is also being proposed that the UPS and Electrical Room be located near to the

server farm. It is advisable to the bidders to make appropriate suggestions in their

Data Center Design.

Humidity, Ventilation and Air Conditioning Systems

The DC should be precision environment controlled. The temperature inside Server

Farm area should be maintained at 23 degree centigrade with a precision of ± 1

degrees. The Precision Air Conditioning shall be provided for the Server Farm Phase.

It is suggested to provide air supply typically through false flooring.

Air Conditioning

For the critical zones, a separate air conditioning system (precision air

conditioning) should be exclusively installed to maintain the required

temperature. The general requirements for the two zones are as specified below:

Page 44: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Critical Zone; Server Farm – should be provided with precision air conditioning

on a 24 x 7 x 365 days operating basis at least meeting with Tier – II having n + 1

redundancy architecture requirements and having enough provision to scale it to

next level as may be required in a later stage. The units should be able to

switch the air conditioner on and off automatically and alternately for

effective usage in pre defined sequence. The units should be down-flow fashion,

air-cooled conditioning system. Precision Air Conditioning systems specifically

designed for stringent environmental Control with automatic monitoring

and control of cooling, heating, humidification, dehumidification and air

filtration function should be installed.

Non Critical Zones - Non Critical Zones should be provided with split-type

comfort air-cooled system ( at least meeting with Tier - II architecture

requirements).

Ducting Requirements

Proper ducting mechanisms should be ensured for the requirement of Air

Conditioning.

Natural Convection

As the conditioned air is supplied through the grills with volume control dampers on

the floor, the cold air-cools the component in a much faster and efficient manner as

it does moves up, after extracting heat from the component. This follows the natural

convection path of the air. The warm air should be sucked at the top by machine, air-

conditioned and then supplied back to the room.

Air Distribution

The air is to be distributed evenly by providing grills with VCDs (Volume Control

Dampers) in the floor tiles.

Flexibility

The system should give the flexibility of discharging air at wherever point required

even if the furniture is relocated. Changing the grill/tiles carrying grills, at suitable

location does this.

Rodent Repellant

The entry of Rodents and other unwanted pests shall be controlled using non-

chemical, non-toxic devices. Ultrasonic pest repellents shall be provided in the false

flooring and ceiling to repel the pests without killing them. However periodic pest

control using Chemical spray can be done once in 3 months as a contingency

measure to effectively fight the pest menace.

Page 45: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Configuration : Master console with necessary transducer

Operating Frequency : Above 20 KHz (Variable)

Sound Output : 50 dB to 110 dB (at 1 meter)

Power output : 800 mW per transducer

Power consumption : 15 W approximately

Power Supply : 230 V AC 50 Hz

Mounting : Wall / Table Mounting

False Ceiling

The top false ceiling would have 1’ 6’’ feet of space from the actual Room ceiling.

This false ceiling will house AC ducting (if required) and cables of Electrical lighting,

Fire fighting, Rodent Control and CCTV.

UPS Requirements & Features

UPS System design concept is based on redundancy and availability with true online

system. To support the dual bus system configuration three units of UPS should be

installed. The Server Farm area should have three parallel redundant UPS and other

areas like NOC, BMS and Staging Area should have a separate UPS system. Dual

redundant UPS systems will take care of following needs –

Servers

Access Control / Fire Detection, suppression / surveillance system

The solution should be automatic with power supply from the transformer

as the primary source and automatic switchover to DG set as a secondary

source for the DC . Earthing should be provided from the electrical room control

panel to the Earthing pits.

It is recommended to have 3 x 35 KVA UPS with 30 minutes battery back-up on each

UPS for redundant purpose. The UPS system shall be provided for the Server Farm

Phase.

UPS Modes of Operation

The UPS shall operate as an ON LINE reverse transfer system in the following

modes:

o Normal - The UPS inverter continuously supplies the critical AC load. The

rectifier / charger derives power from AC Input source and supplies DC

power to the Inverter while simultaneously load charging power reserve

battery.

o Emergency (Failure of AC Input) – Upon failure of AC Input power, the

critical AC load will be supplied by the Inverter, which without any

switching obtains power from the battery. There shall be no interruption

Page 46: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

in power to the critical load upon failure or restoration of the AC input

source.

o Recharge – Upon AC power restoration the rectifier / charger shall

automatically restart and supply power to the inverter and start charging

the batteries.

o Bypass – A static transfer switch should be provided for performing

reverse transfer of the load from the inverter to bypass source with no

interruption in the power to the critical AC load. A manually operated

maintenance bypass switch should be incorporated into UPS cabinet that

will connect the load to AC power source bypassing the rectifier charger

inverter and static transfer switch. The battery circuit breaker MCCB shall

have O/L and U/V protection. The UPS shall have built in isolation

transformer in order to isolate neutral of incoming supply from the load.

The load has to be provided separate neutral generated by the secondary

winding of output isolation transformer.

o Paralleling Operations: The output of all the three UPS systems should be

directly connected at the load distribution panel through individual

circuit breakers (part of the distribution panel). The load at the output

should be shared equally by all the UPS systems. The paralleling control

mechanism should be available with individual UPS. There should not be

any single point of failure which can lead to collapse of all the UPS

systems.

Battery Requirements

Battery Bank should be designed to provide 30 minutes back up at full load for

Server Farm Area. Battery should be sealed and maintenance free type. The plates

shall be designed for maximum durability during all service conditions including

high rate of discharge and rapid fluctuation of load. The UPS Module should have the

battery circuit breaker mounted near to the batteries. When this breaker is opened

no battery voltage should be present in the enclosure. The battery breaker should be

automatically disconnected when the battery reaches to minimum discharge voltage

level or when signaled by other control functions. Remote tripping of Battery circuit

breaker facility shall be also incorporated. The batteries should be housed in

suitable Racks.

Power Distribution

Battery installation shall be outside the DC area to avoid fire hazard.

For power transfer from normal to emergency, automatic power transfer

switches (ATS) with by pass shall be used as per tier regulations. The ATS

shall have overlapping neutral as stipulated by IEEE for electronic switching

applications.

Page 47: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Power cabling inside the DC shall be of copper. The cables and conduits used

inside the DC shall be of FRLS quality.

Signal referencing copper Earthing to be used using braided copper wire of 6

Gauge inside the DC.

Diesel Generator Set

The diesel generator set should be in a redundancy mode and total number of units

is - two.

Electrical Work for DC

The electrical cabling Work shall include the following:

Main electrical panel in Data Center

Power cabling

UPS Distribution Board

UPS point wiring

Power Cabling for Utility component and Utility Points etc

Online UPS

Separate Earth Pits for the component

The distribution of power from the UPS room to the following shall be considered:

All proposed component for the production environment

Existing servers and other component

UPS 3 Nos. each of minimum 35 KVA with static bypass arrangement

Sub distribution panels for UPS

Final Distribution shall be through Power Distributions Units (PDU)/MCB

Distribution Boxes. Power in the racks and other component’s shall be

provided with three sockets with power coming from separate UPS in each of

these sockets.

The bidder is required to maintain two electrical distribution paths (one

normal & one alternate) for the cabling inside the server farm area in the

proposed Data Centre

Specifications for Electrical Cabling – Fire retardant cables of rated capacity

exceeding the power requirement of fully blown configuration of the existing and

proposed component to be used. For expansion needs suitable redundant power

points to be provided at suitable locations. All materials used shall conform to IS

standards as per industry practice.

Bunching of Wires – Wires carrying current shall be so bunched in the

conduit that the outgoing and return wires are drawn into the same conduit.

Wires originating from two different phases shall not be run in the same

conduit.

Page 48: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Drawing of Conductors – The drawing Aluminum / Copper conductor wires

shall be executed with due regards to the following precautions while

drawing insulated wires in to conduits. Care shall be taken to avoid scratches

and kinks, which cause breakages.

Joints – All joints shall be made at main switches, distribution boards, socket

outlets, lighting outlets and switch boxes only. No joints shall be made inside

conduits and junctions boxes. Conductors shall be continuous from outlet to

outlet.

Mains & Sub-Mains – Mains & sub-mains wires where called for shall be of

the rated capacity and approved make. Every main and sub-main shall be

drawn into an independent adequate size conduit. Adequate size draw boxes

shall be provided at convenient locations to facilitate easy drawing of the

mains and sub-mains. An independent earth wire of proper rating shall be

provided. The earth wires shall run along the entire length of the mains and

sub-mains.

Load Balancing – Balancing of circuits in three-phase installation shall be

planned before the commencement of wiring.

Color Code of the Conductors – Color code shall be maintained for the entire

wiring installation, Red, Yellow, Blue for three phases and “OFF” circuit black

for neutral and green for earth (or bare earth).

Fixing of the Conduits – Conduits junction boxes shall be kept in position and

proper holdfasts shall be provided. Conduits shall be so arranged as to

facilitate easy drawing of the wires through them. Adequate junction boxes of

approved shape & size shall be provided. All conduits shall be installed so as

to avoid stream and hot water pipes. After conduits, junction boxes, outlet

boxes & switch boxes are installed in position their outlets shall be properly

plugged so that water, mortar, insects or any other foreign matter does not

enter into conduit system. Conduits shall be laid in a neat and organize

manner as directed and approved by the Information Technology

Department Personnel or person on their behalf. Conductors shall be planned

so as not to conflict with any other service pipe lines / ducts.

Protection – To minimize condensation or sweating inside the conductors all

outlets of conduit system shall be adequately ventilated and approved by the

proper competent authority. All screwed and socketed connections shall be

adequately made fully water tight by use of proper jointing materials.

Switch-Outlet Boxes and Junction Boxes – All boxes shall conform to all

prevailing National Standards. The cover plates shall be of best quality Hylam

sheets Urea Formaldehyde Thermosetting insulating material conforming to

the applicable national standards, which should be mechanically strong and

fire retardant. Proper support shall be provided to the outer boxes to fix the

Page 49: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

cover plates of switches as required. Separate screwed earth terminals shall

be provided inside the box for earthling purpose.

Inspection Boxes – Rust proof inspection boxes of required size having

smooth external and internal Finish shall be provided to permit periodical

inspection and to facilitate removal and replacement of wires when required.

Page 50: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Technical Specifications – Physical Components

UPS

Reliability of electric power can affect operations of the Data Centre. Uninterrupted

Power Supplies (UPS) shall be used to support the load of the critical components of

the Data Centre for periods of failure of the supplied electric power, while at the

same time, filtering out transients. The scope shall include supply, transportation,

storage, unpacking, erection, testing, successful commissioning and satisfactory

completion of trial operations of the above UPS systems for the Data Centre.

The UPS system should assure the Data center equipment with continuous power at

a solution uptime of 99.5% and with redundancy available up to the load end.

Input Standard Voltage, 380 /400 / 415 V 3 Phase, 3 or 4 wire, +10 %, -15%

Input Frequency, 50 Hz, +5% or -5%

Output Steady State Voltage, 380 / 400 / 415 V +1% or -1%

Output Frequency, 50 Hz, +0.25Hz to 0.5Hz

Output Transient Voltage Stability, < 5% or –5% for a load change from 0% to

100%

Overload – 125% for 10 minutes and 150% for 60 seconds

Efficiency at full rated load, Not less than 92%

Total Harmonic Content – With Linear Load < 2% for 100 % linear load and

with 3:1 Crest factor load < 5%

Input Harmonic Filter (for <10% Input current distortion)

DC ripple (with & without Battery connected) < 1%

Built In power factor correction

Automatic shutdown of component for longer power outages

Monitoring and logging the status of the power supply

Displaying the voltage/current draw of the component

Automatic restarting of component following a power outage

Displaying the current voltage on the line

Providing alarms on some error connections

Providing protection against short circuits

Operating Temperature range - 0 to 40 Celsius, Maximum 50 Celsius for 8 hrs

Design compliance with IEC and ISO

Software that must be installed and integrated suitable operating system

Supplies True Online UPS Power

Non-Linear load compatible

Capability to handle high Crest Factor load

Page 51: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Ventilation- Air cooling with Integral Fans

Built in Reliability & High Efficiency

Low Audible Noise

Compact Footprint

Front Access for easy Maintenance

The power factor of the UPS system shall be at 0.95 at all load conditions

Input Current Harmonics < 10%

The battery circuit breaker MCCB shall have O/L and U/V protection.

The UPS shall have built in isolation transformer for re-referencing and to

limit neutral- ground voltage to 1.50 volts by directly connecting dedicated

earth to neutral of the output isolation transformer of the UPS as stipulated

by server manufactures.

Diesel Generator Set

Diesel Engine – Diesel Engine, water cooled, Naturally Aspirated, developing 2 x 200

KVA BHP @ 1500 RPM, under, with Dry Type Air Cleaner, Compact Radiator with

Recovery Bottle and Pusher type Fan, Engine with Coolant, Engine mounted panel

with wiring harness, Holset Coupling and Industrial Silencer, as per engine

manufacturers design standards. Power output guaranteed within 0 to +2 % and

can be operated up to 3130 Mt. altitude and no de-rating for ambient temperature or

humidity

Alternator – Standard design Alternator, rated at 0.8 PF, 415 Volts, 3 Phase, 4

wires, 50 cycles/sec, 1500 RPM, self-excited and self regulated, with brushless

excitation, Self- ventilated, Screen Protected Drip Proof, Insulation Class “H”,

enclosure IP 23. The A.C. Generator shall be Horizontal foot mounted single

bearing type and shall be fitted with Automatic Voltage Regulator (AVR) for

Voltage regulation of +/- 1% or better.

Base Frame – Sturdy, fabricated, welded construction, channel iron Base Frame

for mounting the above Engine and Alternator.

Control Panel – Cubicle type, floor mounting Control Panel, with hinged doors,

bottom gland plate and accommodating the following:

o 1-No. ACB or Moulded Case Circuit Breaker

o 3-No.’s Ammeters /1 No. Ammeter with Selector Switch

o 1 No. Voltmeter with Selector Switch

o 1 No. frequency meter

o 1 Set Pilot Lamps LOAD ON/GENERATOR ON

o 1 Set Instrument Fuses

Page 52: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Fuel Tank – Necessary liters capacity Fuel Tank with mounting brackets to run

for

8 hours, complete with level indicator, fuel inlet and outlet, air vent, drain plug,

inlet arrangement for direct filling and set of fuel hoses for inlet and return.

Diesel storage requirement for minimum 72 hours should be maintained

Battery – Dry uncharged maintenance free batteries with leads and terminals.

Management - The DG set should be manageable via Building Management

System/ NOC with MODBUS Protocol with RS 485 Communication Port so that

all software features like Diesel Consumption, Power, and Current etc. can be

monitored on the BMS screen.

Civil & Architectural work

The scope for civil work in this Tender is to furnish the data center area in all

aspects. The furnishing includes but not limited to the following

Cement Concrete Work

Cutting and chipping of existing floors

Trench works

Masonry works

Hardware and Metals

Glazing

Paint work

False Flooring

False Ceiling

Storage

Furniture & fixture

Partitioning

Doors and Locking

Painting

Fire proofing all surfaces

Insulating

The selected bidder should adhere to the following civil and interior specifications:

a. Raised Flooring

Providing & fixing steel cementitious raised access floor of FFH upto

450mm finished with antistatic high pressure laminate in size 600 x 600

mm x 35 mm with point load 450 kg and uniform distribution load (UDL)

1350 kg per sq. metre as per following specifications: Panel Type - M

1000, Understructure- Edge Support Rigid Grid, Wear resistance (g /

cm2) - < 0.08, Bottom profile - Hemispherical shape, Pedestal -all steel

construction & silver zinc plated, Exposed surface- Special weather

coating on entire surface of the tiles. The same should also be provided

with wire manager and tile lifter etc.

Page 53: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

At least 1' 6” High from existing floor level using antistatic laminated tiles.

Supply & Fixing of 1.5 mm Antistatic Laminate skirting matching with

floor tiles with 8mm thick MDF Board / Bison Board up to a height of

4".

Supplying and fixing vinyl flooring with homogeneous flexible vinyl

flooring of approved shade 2.0 mm thick in roll forms and manufacturers

specification over the existing floor. Before laying, the existing flooring

should be made free from dust and undulations. The finished flooring

should be free from air bubbles and thoroughly cleaned without

undulations.

Providing and laying premium quality Granite white/ cream tiles of size

2'-0" x 2'-0", 8.5 mm thick set in cement mortar and pointing with

approved tile joint filler compound of approved make of matching shade

as per manufacturer's specification as directed. The work shall include the

preparation of base surface, cleaning, and acid wash.

do - for skirting upto a height of 4"

Providing and fixing 9 mm thick floor insulation below the false

flooring and joints should be finished properly as per

manufacturer's specification.

b. False Ceiling

Providing and fixing metal false ceiling with powder coated 0.5mm thick

hot dipped galvanised steel tiles 595 x 595 mm with tegular edge (10mm)

suitable for 25mm grid supported on suitable powder coated galvanised

steel grid as per manufacturer specification. The same shall be inclusive of

cut outs for lighting, AC grills, Fire detectors, nozzles and 25mm thick

glass wool of 16kg.sq.m density wrapped on both sides with aluminium

foil and placed over each tile etc.

Providing and fixing 12 mm thick fire line Gypsum false ceiling and

lighting troughs 300 mm as per design including 100 mm high cornices as

lighting pelmets on G.I. frame work, in G.I. vertical supports at every

450mm c/c and horizontal runners at every 900mm c/c self taping metal

screws to proper line and level. The same shall be inclusive of making

holes and required framing for fixing electrical fixtures, A.C. grills etc.

Area of electrical fixtures will be paid full fixed to G.I. supports to receive

spotlights including cutting hole etc., complete. G.I. metal frame to be of

24 gauge folded strip of 50mm width to be used. GI vertical supports to be

anchored to slab by means of anchor fasteners.

c. Furniture and Fixture

Workstation size of 2' depth made with 1.5mm thick laminate of standard

make over 19mm thick commercial board complete with wooden beading

including cutting holes & fixing of cable manager etc complete with

Page 54: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

French polish. The desk top will be 25mm thick & edges shall be factory

post-formed. The desk shall have the necessary drawers, keyboard trays,

cabinets etc. along with sliding / opening as per design, complete with

approved quality drawer slides, hinges, locks etc.

Providing & making of storage unit with 18 mm thick MDF board along

with 1.5 mm approved laminate color out side and 2 coat of enamel paint

inside the storage of size 1'6"x1'9"x2'4". The same should be provided

with all the required accessories including the handle, lock, sliding

channel and necessary hardware, etc. complete with French polish

Cabin table of depth 2’ made with 1.5mm thick laminate of standard

make over 19mm thick commercial board complete with wooden beading

including cutting holes & fixing of cable manager etc complete with

French polish.

Providing, making & fixing 6" high laminated strip using 1.5mm thick

laminate over 10mm thick commercial board on all vertical surface in the

entire server & ancillary areas including low ht partition, brick wall,

partition wall, cladding etc complete with French polish in all respect.

Providing, making & fixing an enclosure for gas cylinder of Shutters and

Partitions along with wooden support and 18 mm thick MDF board along

with 1.5 mm approved laminate color out side and 2 coat of enamel paint

inside the shutter. The same should be provided with all the required

accessories including the handle, lock, loaded hinges, tower bolt and

necessary hardware etc. complete with French polish.

Fire proof safe (300 Ltrs. or above) with one hour fire rated.

d. Partitions

Providing and fixing in position full height partition wall of 125 mm thick

fireline gyp-board partition using 12.5 mm thick double fireline gyp-

board on both sides with GI steel metal vertical stud frame of size 75 mm

fixed in the floor and ceiling channels of 75 mm wide to provide a

strong partition. Glass wool insulation inside shall be provided as

required. Fixing is by self tapping screw with vertical studs being at 610

mm intervals. The same should be inclusive of making cutouts for switch

board, sockets, grill etc. It shall also include preparing the surface

smoothly and all as per manufacture’s specification etc. finally finishing

with one coat of approved brand of fire resistant coating.

With glazing including the framework of 4" x 2" powder coated

aluminium section complete (in areas like partition between server room

& other auxiliary areas).

Providing & fixing Fire Rated Wire Glass minimum 6 mm thick for all

glazing in the partition wall complete. (External windows not included in

this).

All doors should be minimum 1200 mm (4 ft) wide.

Page 55: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

e. Painting

Providing and applying Fire retardant paint of approved make and shade

to give an even shade over a primer coat as per manufacturers’

recommendations after applying painting putty to level and plumb and

finishing with 2 coats of fire retardant paint. Base coating shall be as per

manufacturer’s recommendation for coverage of paint.

For all vertical Plain surface.

For fireline gyp-board ceiling.

Providing and laying POP punning over cement plaster in perfect line

and level with thickness of 10 - 12 mm including making good chases,

grooves, edge banding, scaffolding pockets etc.

Applying approved fire retardant coating on all vertical surfaces, furniture

etc. as per manufacturer's specification.

f. Civil Work

Providing and laying 115 mm thick brick work in cement mortar of 1:4

(1 cement : 4 sand) with bricks of approved quality chamber bricks of

class designation 50.

Providing & making SS signage with text in etched & black painted of

Dline make or equivalent to be located as directed (wall mounted) for

space nomenclature/ directions.

Plastering with cement mortar 1:5 (1 cement : 5 sand) of 12 mm thick in

interior face of the walls and concrete columns including hacking the

concrete surface brushing, scaffolding, curing and surface shall be

smooth trowel finish as per standard specification.

Anti-termite treatment of the entire critical area.

PVC Conduit

The conduits for all systems shall be high impact rigid PVC heavy-duty

type and shall comply with I.E.E regulations for nonmetallic conduit 1.6

mm thick as per IS 9537/1983.

All sections of conduit and relevant boxes shall be properly cleaned and

glued using appropriate epoxy resin glue and the proper connecting

pieces, like conduit fittings such as Mild Steel and should be so installed

that they can remain accessible for existing cable or the installing of the

additional cables.

No conduit less than 20mm external diameter shall be used. Conduit runs

shall be so arranged that the cables connected to separate main circuits

shall be enclosed in separate conduits, and that all lead and return wire of

each circuit shall be run to the same circuit.

All conduits shall be smooth in bore, true in size and all ends where

conduits are cut shall be carefully made true and all sharp edges trimmed.

Page 56: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

All joints between lengths of conduit or between conduit and fittings

boxes shall be pushed firmly together and glued properly.

Cables shall not be drawn into conduits until the conduit system is

erected, firmly fixed and cleaned out. Not more than two right angle

bends or the equivalent shall be permitted between draw or junction

boxes. Bending radius shall comply with I.E.E regulations for PVC pipes.

Conduit concealed in the ceiling slab shall run parallel to walls and beams

and conduit concealed in the walls shall run vertical or horizontal.

The chase in the wall required in the recessed conduit system shall be

neatly made and shall be of angle dimensions to permit the conduit to be

fixed in the manner desired. Conduit in chase shall be hold by steel hooks

of approved design of 60cm center the chases shall be filled up neatly

after erection of conduit and brought to the original finish of the wall with

cement concrete mixture 1:3:6 using 6mm thick stone aggregate and

course sand.

Wiring

PVC insulated copper conductor cable shall be used for sub circuit runs

from the distribution boards to the points and shall be pulled into

conduits. They shall be stranded copper conductors with thermoplastic

insulation of 650 / 1100 volts grade. Color code for wiring shall be

followed.

Looping system of wring shall be used, wires shall not be jointed. No

reduction of strands is permitted at terminations. No wire smaller than

3.029 sq.mm. shall be used.

Wherever wiring is run through trunking or raceways, the wires

emerging from individual distributions shall be bunched together with

cable straps at required regular intervals. Identification ferrules

indication the circuit and D.B. number shall be used for sub main, sub

circuit wiring the ferrules shall be provided at both end of each sub main

and sub-circuit.

Where, single phase circuits are supplied from a three phase and a neutral

distribution board, no conduit shall contain wiring fed from more than

one phase in any one room in the premises, where all or part of the

electrical load consists of lights, fans and/or other single phase current

consuming devices, all shall be connected to the same phase of the supply.

Circuits fed from distinct sources of supply or from different distribution

boards or M.C.B.s shall not be bunched in one conduit. In large areas and

other situations where the load is divided between two or three phases,

no two single-phase switches connected to difference phase shall be

mounted within two meters of each other.

Page 57: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

All splicing shall be done by means of terminal blocks or connectors and

no twisting connection between conductors shall be allowed.

Metal clad sockets shall be of dia cast non-corroding zinc alloy and deeply

recessed contact tubes. Visible scraping type earth terminal shall be

provided. Socket shall have push on protective cap.

All power sockets shall be piano type with associate’s switch of same

capacity. Switch and socket shall be enclosed in a M. S. sheet steel

enclosure with the operating knob projecting. Entire assembly shall be

suitable for wall mounting with Bakelite be connected on the live wire

and neutrals of each circuit shall be continuous everywhere having no

fuse or switch installed in the line excepting at the main panels and

boards. Each power plug shall be connected to each separate and

individual circuit unless specified otherwise. The power wiring shall be

kept separate and distinct from lighting and fan wiring. Switch and socket

for light and power shall be separate units and not combined one.

Balancing of circuits in three phases installed shall be arranged before

installation is taken up. Unless otherwise specified not more than ten

light points shall be grouped on one circuit and the load per circuit shall

not exceed 1000 watts The earth continuity insulated copper wire in

Green color shall be run inside the conduit to earth the third pin or

socket outlets, earth terminal of light fixtures, fan etc. as required. Lights

points shall be either of single control, twin control or multiple points

controlled by a single switch / MCB as per scheduled of work. Bare

copper wire shall be provided with each circuit from DB as specified in

the item of work and terminated in earth bar of DBs and switch boxes

with proper lugs as required maximum number of PVC insulated 650 /

1100 grade copper conductor cable which can be drawn in a conduit.

Earthing

All electrical components are to be earthen is to by connecting two earth tapes from

the frame of the component ring will be connected via several earth electrodes. The

cable arm will be earthen through the cable glands.

Earthing should be done inside the Data Centre for the entire power

system and provisioning should be there to earth UPS systems, Power

distribution units, AC units etc. so as to avoid a ground differential. NCC

shall provide the necessary space required to prepare the earthing pits.

All metallic objects on the premises that are likely to be energized by

electric currents should be effectively grounded.

The connection to the earth or the electrode system should have

sufficient low resistance in the range of 0 to 25 ohm to ensure prompt

operation of respective protective devices in event of a ground fault, to

provide the required safety from an electric shock to personnel & protect

Page 58: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

the equipment from voltage gradients which are likely to damage the

equipment.

Recommended levels for equipment grounding conductors should have

very low impedance level less than 0.25 ohm.

The Earth resistance shall be automatically measured on an online basis

at a pre-configured interval and corrective action should be initiated

based on the observation. The automatic Earthing measurements should

be available on the UPS panel itself in the UPS room.

There should be enough space between data and power cabling and

there should not be any cross wiring of the two, in order to avoid any

interference, or corruption of data.

The earth connections shall be properly made .A small copper loop to

bridge the top cover of the transformer and the tank shall be provided to

avoid earth fault current passing through fastened bolts, when there is a

lighting surge, high voltage surge or failure of bushings.

Cable Work

Cable ducts should be of such dimension that the cables laid in it do not

touch one another. If found necessary the cable shall be fixed with

clamps on the walls of the duct. Cables shall be laid on the walls/on the

trays as required using suitable clamping/ fixing arrangement as

required. Cables shall be neatly arranged on the trays in such manner

that a crisis crossing is avoided and final take off to switch gear is easily

facilitated.

All cables will be identified close to their termination point by cable

number as per circuit schedule. Cable numbers will be punched on 2mm

thick aluminum strips and securely fastened to the. In case of control

cables all covers shall be identified by their wire numbers by means of

PVC ferrules. For trip circuit identification additional red ferrules are to

be used only in the switch gear / control panels, cables shall be

supported so as to prevent appreciable sagging. In general distance

between supports shall not be greater than 600mm for horizontal run

and 750mm for vertical run.

Each section of the rising mains shall be provided with suitable wall

straps so that same the can be mounted on the wall.

Whenever the rising mains pass through the floor they shall be provided

with a built-in fire proof barrier so that this barrier restricts the spread

of fire through the rising mains from one section to the other adjacent

section.

Neoprene rubber gaskets shall be provided between the covers and

channel to satisfy the operating conditions imposed by temperature

Page 59: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

weathering, durability etc.

Necessary earthling arrangement shall be made alongside the rising

mains enclosure by Mean of a GI strip of adequate size bolted to each

section and shall be earthed at both ends. The rising mains enclosure

shall be bolted type.

The space between data and power cabling should be as per standards

and there should not be any criss-cross wiring of the two, in order to

avoid any interference, or corruption of data.

Precision Air Conditioning

The DC shall be provided with fully redundant Microprocessor based Precision Air-

conditioning system. Cool air feed to the DC shall be bottom-charged or downward

flow type using raised floor as supply plenum using perforated aluminum tiles for

Air flow distribution. The return air flow shall be through false ceiling to cater to the

natural upwardly movement of hot air. Cooling shall be done by the Precision Air-

Conditioning system only. Forced cooling using Fans on False floor etc is not

acceptable. A/C should be capable of providing sensible cooling capacities at design

ambient temperature & humidity with adequate airflow. The PAC should capable to

be integrated with the Building management System for effective monitoring. The

PAC should be able to provide an alerting system in case there is a failure for

proactive maintenance.

The bidder will be required to design, supply, transport, store, unpack, erect and test

the successful commissioning and satisfactory completion of trial operations of the

PAC systems for the Data Centre. This shall also include-

Connecting the indoor unit with the mains electrical point

Connecting indoor and outdoor units mechanically (with 18 G hard Gauge

Copper piping).

Connecting indoor and outdoor unit electrically.

Nitrogen pressure testing, triple vacuum, final gas charging.

Connecting the humidifier feed line with the point provided.

Connecting the drain line with the point provided.

Commissioning and handing over the unit to the customer.

Operation and routine maintenance training to up to six persons

nominated by the customer while commissioning the units at site

Temperature Requirements

The environment inside the DC shall need to be continuously maintained at 23 ± 1o

Centigrade. It is advised that the temperature and humidity be controlled at desired

levels. The necessary alarms for variation in temperatures shall be monitored on a

24x7 basis and logged for providing reports.

Page 60: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Relative Humidity (RH) requirements

Ambient RH levels shall need to be maintained at 50% ± 5 non-condensing.

Humidity sensors shall be deployed. The necessary alarms for variation in RH shall

be monitored on a 24x7 basis and logged for providing reports.

Temperature & Relative Humidity Recorders

Temperature and Relative Humidity Recorders shall preferably be deployed for

recording events of multiple locations within the DC. Records of events for about

past 7 days shall be recorded and presentable whenever required by DC. Automatic

recording of temperature and humidity using sensors located at various locations

within the DC is necessary.

Air quality levels

The DC shall be kept at highest level of cleanliness to eliminate the impact of air

quality on the hardware and other critical devices. The DC shall be deployed with

efficient air filters to eliminate and arrest the possibility of airborne particulate

matter which may cause air-flow clogging, gumming up of components, causing

short-circuits, blocking the function of moving parts, causing components to

overheat etc. Air filters shall be 95% efficiency & provide up-to 5 Micron particulate

shall be deployed

Additional Points

The precision air-conditioners should be capable of maintaining a

temperature range of 23 degree with a maximum of 1 degree variation on

higher and lower side and relative humidity of 50% with a maximum

variation of 5% on higher and lower side.

The precision air-conditioners shall have 2 independent refrigeration circuits

(each comprising 1 no scroll compressors, refrigeration circuit and

condensers) and dual blowers for flexibility of operations and better

redundancy.

The unit casing shall be in double skin construction for longer life of the unit

and low noise level.

For close control of the DC environment conditions (Temp. and RH) the

controller shall have (PID) proportional integration and differential.

The precision unit shall be air cooled refrigerant based system to avoid

chilled water in critical space.

The internal rack layout design shall follow cold aisle and hot aisle concept as

recommended by Ashrae.

Page 61: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

The refrigerant used shall be environment friendly HFC, R-407-C/ equivalent

in view of long term usage of the data center equipments, availability of

spares and refrigerant.

Fully Deployed Dynamic Smart Cooling with Auto sequencing Provision and

Auto Power Management Features

Thermal and CFD Analysis diagrams should be provided

The fan section shall be designed for an external static pressure of 25 Pa. The

fans shall be located downstream of the evaporator coil and be of the

electronically commuted backward curved centrifugal type, double width,

double inlet and statically and dynamically balanced. Each fan shall be direct

driven by a high efficiency DC motor.

The evaporator coil shall be A-shape coil (for down flow) incorporating draw-

through air design for uniform air distribution. The coil shall be constructed

of rifled bore copper tubes and louvered aluminum fins, with the frame and

drip tray fabricated from heavy gauge aluminum. Face area of coil shall be

selected corresponding to air velocity not exceeding 2.5 m/sec.

Dehumidification shall be achieved by either reducing effective coil area by

solenoid valve arrangement or using Dew point method of control. Whenever

dehumidification is required, the control system shall enable a solenoid valve

to limit the exchange surface of the evaporating coil, thereby providing a

lower evaporating temperature.

The humidifier and heaters shall be a built in feature in each machine

individually. Humidification shall be provided by boiling water in a high

temperature polypropylene steam generator. The steam shall be distributed

evenly into the bypass airstreams of the environment control system to

ensure full integration of the water vapor into the supply air without

condensation. The humidifier shall have an efficiency of not less the 1.3

kg/kw and be fitted with an auto flush cycle activated on demand from the

microprocessor control system. The humidifier shall be fully serviceable with

replacement electrodes. Wastewater shall be flushed from the humidifier by

the initiation of the water supply solenoid water valve via a U-pipe overflow

system. Drain solenoid valves shall not be used. Microprocessor should be

able to control the humidification and heating through suitable sensors

Microprocessor Controls: Following features should be displayed on the units

o Room temperature and humidity.

o Supply fan working status

o Compressor working status

o Condenser fans working status

o Electric heaters working status

o Humidifier working status

o Manual / Auto unit status

Page 62: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

o Line voltage value

o Temperature set point

o Humidity set point

o Working hours of main component i.e. compressors, fans, heater,

humidifier etc.

o Unit working hours

o Current date and time

o Type of alarm (with automatic reset or block)

o The last 10 intervened alarms

The microprocessor should be able to perform following functions

o Testing of the working of display system

o Password for unit calibration values modification

o Automatic re-start of program

o Cooling capacity control

o Compressor starting timer

o Humidifier capacity limitation

o Date and time of last 10 intervened alarm

o Start / Stop status storage

o Random starting of the unit.

o Outlet for the connection to remote system

o Temperature and humidity set point calibration

o Delay of General Alarm activation

o Alarm calibration

Following alarms shall be displayed on screen of microprocessor unit:

o Air flow loss

o Clogged Filters

o Compressor low pressure

o Compressor high pressure

o Smoke - fire

o Humidifier Low water level

o High / Low room temperature

o High/Low room humidity

o Spare External Alarms

o Water Under floor

The control system shall include the following settable features:

o Unit identification number

o Startup Delay, Cold start Delay and Fan Run on timers

o Sensor Calibration

o Remote shutdown & general Alarm management

Page 63: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

o Compressor Sequencing

o Return temperature control

o Choice of Modulating output types

The unit shall incorporate the following protections:

o Single phasing preventors

o Reverse phasing

o Phase imbalancing

o Phase failure

o Overload tripping (MPCB) of all components

Comfort Air Conditioning for Auxiliary Areas

Capacity – 2 Tonnage

Cooling Capacity – minimum 25000 BTU / Hr

Compressor – Hermetically Sealed Scroll Type

Refrigerant – R 22 Type

Power Supply – Three Phase, 380-415 V, 50 Hz

Air Flow Rate – minimum 19 cu m / min

Noise Level - < 50 dB

Operation – Remote Control

Fire Detection and Control Mechanism

Fire can have disastrous consequences and affect operations of a Data Center. The

early-detection of fire and employing means for automatic suppression of the fire is

important for effective functioning of a Data Center.

System Description

The Fire alarm system shall be an automatic 1 to n (e.g. 24) zone single

loop addressable fire detection and alarm system, utilizing conventional

detection and alarm sounders.

Detection shall be by means of automatic heat and smoke detectors

located throughout the Data Center (ceiling, false floor and other

appropriate areas where fire can take place) with break glass units on

escape routes and exits.

Control and indicating component

The control panel shall be a microprocessor based single loop addressable unit,

designed and manufactured to the requirements of EN54 Part 2 for the control and

indicating component and EN54 Part 4 for the internal power supply.

All controls of the system shall be via the control panel only.

Page 64: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

All site-specific data shall be field programmable and stored in an integral

EEPROM. The use of EPROM’s requiring factory ‘burning’ and re-

programming is not acceptable.

All internal components of the control panel shall be fully monitored.

The control panel shall be capable of supporting a multi device, multi zone

2-wire detection loop. Removal of 1 or more detection devices on the loop

shall not render the remaining devices on the loop inoperable.

The system status shall be made available via panel mounted LEDs and a

backlit 8 line x 40-character alphanumeric liquid crystal display.

All user primary controls shall be password protected over 4 access levels

in accordance with EN54 Part 2. Essential controls, such as Start / Stop

sounders and Cancel fault buzzer, etc. will be clearly marked.

Cancel fault and display test functions shall be configurable to be accessed

from level 1 or level 2.

All system controls and programming will be accessed via an

alphanumeric keypad. The control panel will incorporate form fill menu

driven fields for data entry and retrieval.

The control panel shall log a minimum of 700 events comprising of 100

event fire log and 200 event fault, disablement and historic logs, giving

time, date, device reference and status of indication.

Fire, fault and disablement events shall be logged as they occur. Visual

and audible conformation shall be given on an array of LEDs, the Liquid

Crystal Display and the internal supervisory buzzer.

The control panel shall have an integral automatic power supply and

maintenance free sealed battery, providing a standby capacity of a

minimum 72 hours and further 30 minutes under full alarm load

conditions. The system shall be capable of full re-charge within 24 hours

following full system discharge. The performance of the power supply and

batteries shall be monitored and alarm rose, should a fault be detected.

The system shall protect the batteries from deep discharge.

All terminations within the control panel with the exception of the 230V

mains connection will be via removable terminal screw fixing points.

The control panel will have a programmable maintenance reminder to

inform the user that maintenance of the system is required. This function

shall provide the user with the option of a monthly, quarterly, annually or

bi-annually reminder prompts. The maintenance reminder will be

indicated on the control panel. This message shall be resettable by the

user and will not require the intervention of specialist support. The

control panel will provide programmable free text field as part of the

maintenance reminder facility.

The system will include a detection verification feature. The user shall

have the option to action a time response to a fire condition. This time

Page 65: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

shall be programmable up to 10 minutes to allow for investigation of the

fire condition before activating alarm outputs. The operation of a manual

call point shall override any verify command.

Manual Controls

Start sounders

Silence sounders

Reset system

Cancel fault buzzer

Display test

Delay sounder operation

Verify fire condition

Enter or modify device text label

Setup maintenance reminder

Assign or modify zones

Disable zones, device, sounders, FRE contact, auxiliary contacts

Enable zones, device, sounders, FRE contact, auxiliary contacts

Action weekly test

Disable loop

Cable entries – The control panel will include the necessary top entry and rear entry

cable entry points via 20mm knockouts.

Manual call points (MCP)

MCP’s shall be addressable and of the steady pressure break glass type

manufactured to the requirements of BS 5839: Part 2. A test key shall be

provided to allow the routine testing of the unit to meet the requirements

of BS 5839 Part 1 1988, without the need for special tools or the need to

unfasten the cover plate.

The device shall be automatically addressed by the CIE on power up of the

loop without the need of the insertion of a pre-programmed EPROM or

setting of DIL switches. The device shall incorporate a short circuit

isolation device and a red LED indicator.

The MCP shall be suitable for surface or flush mounting. When flush

mounted the device shall be capable of fixing to an industry standard

single gang box.

Smoke detectors – Smoke detectors shall be of the optical or ionization type. Devices

shall be compatible with the CIE conforming to the requirements of EN54 Part 7 and

be LPCB approved. The detectors shall have twin LEDs to indicate the device has

operated and shall fit a common addressable base.

Heat detectors

Heat detectors shall be of the fixed temperature (58° C) or rate of

temperature rise type with a fixed temperature operating point.

Page 66: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Devices shall be compatible with the CIE conforming to the requirements

of EN54 Part 5 and be LPCB approved.

The detectors shall have a single LED to indicate the device has operated

and shall fit a common addressable base.

Addressable detector bases

All bases shall be compatible with the type of detector heads fitted and

the control system component used. Each base shall comprise all

necessary electronics including a short circuit isolator.

The device shall be automatically addressed by the CIE on power up of the

loop without the need of the insertion of a pre-programmed EPROM or

setting of DIL switches.

Detector bases shall fit onto an industry standard conduit box.

Audible Alarms – Electronic sounders shall be colored red with adjustable sound

outputs and at least 3 sound signals. The sounders should be suitable for operation

with a 24V DC supply providing a sound output of at least 100dBA at 1 meter and 75

dBA min, for a bed head or sounder base type device. The sounder frequency shall

be in the range of 500Hz to 1000Hz.

Commissioning

The fire detection and alarm system will be programmable and

configurable via an alpha numeric keypad on the control panel.

The labeling of Device and Zone labels should be part of the system.

Necessary Software to the control panel

Fire Suppression Systems

The Clean Agent Fire Suppression system cylinder, discharge hose, fire detectors and

panels and all other accessories required to provide a complete operational system

meeting applicable requirements of Applicable National Codes/Standards and ISO

standards must be considered to ensure proper performance as a system with

UL/FM approvals and installed in compliance with all applicable requirements of the

local codes and standards.

The Clean Agent system considered for Total flooding application shall be

in compliance with the provisions of Kyoto Protocol.

Care should be taken that none of the Greenhouse Gases identified in the

Kyoto Protocol is used for fire suppression application.

The minimum criterion for the selection of the Clean Agent will be on the

following parameters

o Zero Ozone Depleting Potential.

o Global Warming Potential not exceeding one.

o Atmospheric Lifetime not exceeding one week.

Page 67: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

The clean agent fire suppression system with FK-5-1-12 and Inert Gas

based systems are accepted as a replacement of HCFC and HFC as per

Kyoto Protocol.

The Clean Agent considered for the suppression system must be suitable

for manable occupied areas with NOAEL Level (No observable adverse

effect level) of 10% as compared to the design concentration to ensure

high safety margin for the human who might be present in the hazard

area.

Care shall be given to ensure proper early warning detection system with

minimum sensitivity of 0.03% per foot obscuration to ensure that one

gets a very early warning to investigate the incipient fire much before the

other detectors activate the fire suppression system automatically.

All system components furnished and installed shall be warranted against

defects in design, materials and workmanship for the full warranty period

which is standard with the manufacturer, but in no case less than five (5)

years from the date of system acceptance

Additionally, Portable Extinguishers (CO2 or Halon based Extinguishers

are not acceptable) shall be placed at strategic stations throughout the

Data Centre.

OR

Fire suppression system shall deploy FM-200 (ETG-5) based gas

suppression systems with cross-zoned detector systems for all locations.

These detectors should be arranged in a manner that they activate the

suppression system zone wise to cater to only the affected area.

Illuminated Signs indicating the location of the extinguisher shall be

placed high enough to be seen over tall cabinets & racks across the room.

Linear heat detection cable should be placed along all wire pathways in

the ceiling. This should not directly trigger the suppression system—

rather; it should prompt the control system to sound an alarm

The Storage Container offered shall be of Seamless type, meant for

exclusive use in FM- 200 systems. Welded cylinders are not permitted.

The FM-200 valve should be Differential Pressure Design and shall not

require an Explosive / Detonation type Consumable Device to operate it.

The FM-200 Valve operating actuators shall be of Electric (Solenoid) type,

and it should be capable of resetting manually. The Valve should be

capable of being functionally tested for periodic servicing requirements

and without any need to replace consumable parts.

The individual FM-200 Bank shall also be fitted with a manual mechanism

operating facility that should provide actuation in case of electric failure.

The system shall utilize 42 Bar / High pressure (600 psi) technology that

allows for a higher capacity to overcome frictional losses and allow for

Page 68: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

higher distances of the agent flow; and also allow for better agent

penetration in enclosed electronic equipments such as Server Racks/

Electrical Panels etc.

The designer shall consider and address possible Fire hazards within the

protected volume at the design stage. The delivery of the FM-200 system

shall provide for the highest degree of protection and minimum

extinguishing time.

The suppression system shall provide for high-speed release of FM-200

based on the concept of total Flooding protection for enclosed areas. A

Uniform extinguishing concentration shall be 7% (v/v) of FM-200 for 21

degree Celsius or higher as recommended by the manufacturer.

The system discharge time shall be 10 seconds or less.

Sub floor and the ceiling void to be included in the protected volume.

The FM-200 systems to be supplied by the bidder must satisfy the various

and all requirements of the Authority having Jurisdiction over the location

of the protected area and must be in accordance with the OEM’s product

design criteria.

The detection and control system that shall be used to trigger the FM-200

suppression shall employ cross zoning of photoelectric and ionization

smoke detectors. A single detector in one zone activated, shall cause in

alarm signal to be generated. Another detector in the second zone

activated, shall generate a pre-discharge signal and start the pre-

discharge condition.

The discharge nozzles shall be located in the protected volume in

compliance to the limitation with regard to the spacing, floor and ceiling

covering etc. The nozzle locations shall be such that the uniform design

concentration will be established in all parts of the protected volumes.

The Cylinder shall be equipped with differential pressure valves and no

replacement parts shall be necessary to recharge the FM-200 containers.

FM-200 shall be discharged through the operation of an Electric

(solenoid) operated device or pneumatically operated device, which

releases the agent through a differential pressure valve.

The bidder shall provide all documentation such as Cylinder

Manufacturing Certificates. Test and Inspection Certificates and Fill

Density Certificates.

The FM-200 discharge shall be activated by an output directly from the

`FM-200’ Gas Release control panel, which will activate the solenoid valve.

FM-200 agent is stored in the container as a liquid. To aid release and

more effective distribution, the container shall be super pressurized to

600 psi (g) at 21°C with dry Nitrogen.

The releasing device shall be easily removable from the cylinder without

emptying the cylinder. While removing from cylinder, the releasing device

Page 69: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

shall be capable of being operated, with no replacement of parts required

after this operation.

Upon discharge of the system, no parts shall require replacement other

than gasket, lubricants, and the FM-200 agent. Systems requiring

replacement of disks, squibs, or any other parts that add to the recharge

cost will not be acceptable.

The manual release device fitted on the FM-200 Cylinder(s) shall be of a

manual lever type and a faceplate with clear instruction of how to

mechanically activate the system. In all cases, FM-200 cylinders shall be

fitted with a manual mechanical operating facility that requires two-

action actuation to prevent accidental actuation.

FM-200 storage cylinder valve shall be provided with a safety rupture

disc. An increase in internal pressure due to high temperature shall

rupture the safety disc and allow the content to vent before the rupture

pressure of the container is reached. The contents shall not be vented

through the discharge piping and nozzles.

FM-200 containers shall be equipped with a pressure gauge to display

internal pressure.

Brass Discharge nozzles shall be used to disperse the `FM-200’. The

nozzles shall be brass with female threads and available in sizes as

advised by the OEM system manufacturer. Each size shall come in two

styles: 180° and 360° dispersion patterns.

All the Major components of the FM-200 system such as the Cylinder,

Valves and releasing devices, nozzles and all accessories shall be supplied

by one single manufacturer under the same brand name.

Manual Gas Discharge stations and Manual Abort Stations, in

conformance to the requirements put forth in NFPA 2001 shall be

provided.

Release of FM-200 agent shall be accomplished by an electrical output

from the FM- 200 Gas Release Panel to the solenoid valve and shall be in

accordance with the requirements set forth in the current edition of the

National Fire Protection Association Standard 2001.

High Sensitivity Smoke Detection System

General – The HSSD system shall provide an early warning of fire in its incipient

stage, analyze the risk and provide alarm and actions appropriate to the risk. The

system shall include, but not be limited to, a Display Control Panel, Detector

Assembly and the properly designed sampling pipe network. The system component

shall be supplied by the manufacturer or by its authorized distributor.

Access Control System

The Access Control System shall be deployed with the objective of allowing entry

and exit to and from the premises to authorized personnel only. The system

Page 70: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

deployed shall be based on Proximity as well as Biometric Technology for the critical

areas and Proximity technology for non-critical areas. An access control system

consisting of a central PC, intelligent controllers, proximity readers, power supplies,

proximity cards and all associated accessories is required to make a fully operational

on line access control system. Access control shall be provided for doors. These

doors shall be provided with electric locks, and shall operate on fail-safe principle.

The lock shall remain unlocked in the event of a fire alarm or in the event of a power

failure. The fire alarm supplier shall make potential free contacts available for

releasing the locks in a fire condition especially for staircase and main doors. Entry

to the restricted area shall be by showing a proximity card near the reader and exit

shall be using a push button installed in the secure area. The system shall monitor

the status of the doors through magnetic reed contacts.

The system should be designed and implemented to provide following functionality:

Controlled Entries to defined access points

Controlled exits from defined access points

Controlled entries and exits for visitors

Configurable system for user defined access policy for each access point

Record, report and archive each and every activity (permission granted and /

or rejected) for each access point.

User defined reporting and log formats

Fail safe operation in case of no-power condition and abnormal condition

such as fire, theft, intrusion, loss of access control, etc.

Day, Date, Time and duration based access rights should be user configurable

for each access point and for each user.

One user can have different policy / access rights for different access points.

Access Control Security requirements

The following security requirements will apply to the system.

(i) The proposed system will be implemented on client-server structure or web

based

(ii) System will have appropriate security features where by only authorized

users will have access

(iii) The system will provide for privacy and integrity to the data stored in the

central database.

(iv) The system should require the signature or any other means, to be added to

the modified record prior to granting the modification privilege

(v) The system should prevent an identical captured characteristic from being

used in repeated manner

Access Control Performance Requirements

The following are the performance requirements.

Page 71: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

(i) The response time between the electronic reader and the central

administration module shall be at an acceptable level

(ii) The deployment and operation of the module shall follow the recommended

safety standards.

(iii) System will support Central management of user rights, access policies, and

credential management.

(iv) Authentication of Management users should be through Microsoft Active

Directory or any other directory service

(v) The system should validate that the captured sample is coming from a live

human being.

(vi) System should support more than 5000 users.

(vii) In case of connection failure (broken link), the device should switch to a

standalone mode and should synchronize when the link is restored.

Access Control Operational Requirements

The following are the operational requirements.

Sufficient devices (readers) for activating the access control will be

deployed.

(i) The system shall be highly scalable and reliable and enable

customized, network-based access control application

(ii) The physical access control system shall natively be integrated with

the video surveillance infrastructure allowing intelligent information to be

accessed with correlated event monitoring capabilities.

(iii) Some doors will be modified to suite the technology used.

(iv) The system with all the readers will be networked by contractor and

managed centrally.

(v) All new access control hardware controllers that are connected to the

readers shall be powered over Ethernet (PoE)

(vi) The system should be configured in such way that in case of

emergency e.g. fire outbreak, the doors open automatically.

(vii) System should have a native Integration with CCTV system. The

system should be able to detect intruders and alert the security personnel

where the suspicious activity is taking place pulling video feeds from the

CCTV infrastructure and popping up views automatically.

(viii) The access control hardware controllers and readers should have a

tamper detect mechanism that provides a signal when the reader has been

removed.

(ix) The client should access the system through the web, no client

installation is required.

(x) The system should ensure all the relevant information regarding the

unauthorized access are recorded

Page 72: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

(xi) The system should collect, store and organize all the necessary

information for auditing purposes including identification, authorization

and authentication information

(xii) System can be integrated to ensure that doors and barriers are

automatically unlocked or opened if a fire alarm is activated to enable safe

evacuation. However, the system should trigger the respective camera and

also alert security.

(xiii) The system should be able to provide permanent records of activities

from all readers connected through TCP/IP communication protocol.

(xiv) It should have anti-pass back feature for a cardholder that is already

inside the facility to prevent tailgating.

(xv) The system should lock after a certain number of unsuccessful

verification/ identification attempts.

ACCESS CONTROL MANAGEMENT SUITE

(i) Shall provide central management of user rights, access policies, and

credentialing.

(ii) A physical access management suite shall be used to configure controller

modules and expansion modules, monitor activity, enroll users, and integrate

with IT applications and data stores.

(iii) Thin client operation at Windows-based PC’s shall be supported by the

management application at a network-attached server.

(iv) The network attached server shall be a Linux or Windows based appliance

hosting the access control database.

(v) The management application shall be capable of configuring the controller

module with IP address, DNS server IP address, and static IP of the device,

DHCP configuration, and device upgrades.

(vi) The system shall support two-Door (mantrap) deployments, as well as soft

and hard anti-pass back policies spanning doors anywhere in the system.

(vii) The application shall be capable of implementing access policies through the

assignment of entry permission based on door groupings and time schedules.

(viii) The system shall allow for scheduled management to be applied at doors,

governing their remaining open or locked.

(ix) The application shall permit flexible assignment of user rights and privileges.

(x) The application shall allow for creation and editing of cardholder credentials,

including system wide card formats.

(xi) The system shall allow for the design of badges, and support for TWAIN

based cameras for taking photographs of cardholders.

(xii) The application shall provide views of events and alarms throughout the

installation and shall be capable of triggering hardware and communicative

actions, based on system configuration.

Page 73: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

(xiii) The application shall be capable of generating standard and custom reports,

and provide a detailed and complete log of all system events, as defined by

the system operator.

(xiv) The application shall seamlessly integrate with the video management

system, allowing association of cameras to door areas and the viewing of live

or recorded video from each associated with each door.

(xv) The system shall be capable of complete configuration backup and restore

with an external server.

(xvi) The management appliances shall have the ability to be configured as a pair

to provide high availability, warm standby redundancy capability, with

database replication. There should be no interruption of people getting in the

door when switching to the secondary High Availability server.

(xvii) The application shall have the ability to create URL triggers to external

systems.

(xviii) The application shall have the ability to send an email notification based on

certain events, alarms, or personnel entering buildings.

(xix) The application shall have a programmable quick launch button that could be

configured to perform any programmable task in the system.

(xx) The application shall view live and recorded video from the Video

Surveillance Manager upon an alarm.

(xxi) The application shall have the ability to trigger URL actions directly from the

edge Gateway modules to ensure communication if the network goes down.

(xxii) The application shall have the ability to display menus and other text in

languages other than English. System integrators and partners can create

custom translations and upload those language packs to the application suite.

(xxiii) The application shall have the ability to integrate with Optical Scanner and

Proximity Card Enrollment Readers to quickly enroll new users and badges

into the application database.

(xxiv) The application shall provide an easy way to synchronize NTP between the

Server and the gateways.

(xxv) The system shall have the capability to run as a native Operating system

application as well as in a virtualized environment.

(xxvi) The system shall provide 128 bit AES encrypted data.

(xxvii) The system shall have an operating temperature of 0°C to 50°C, ambient, a

storage temperature of -40°C to +85°C, ambient, a relative humidity ability of

0% to 95% (non-condensing) at 50°C, and a MTBF of > 100,000 hours.

(xxviii) System licenses shall be based solely on the number of modules

deployed and available for device counts.

(xxix) The system shall be capable of integrating with visitor management and time

& attendance modules when required.

(xxx) The system shall support multifactor authentication. The management

application now can take input from multiple readers, biometric systems, and

facial recognition systems to make an access decision.

Page 74: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

(xxxi) The system shall support soft partitioning allowing the application to

function into multi-site environments where management of application is

divided among many administrators.

ACCESS CONTROL CONTROLLER MODULES

(i) Each controller module shall have the ability to control two doors in a stand-

alone mode and up to 32 doors with appropriate expansion reader modules

connected to the gateway module.

(ii) Each controller module shall support up to 15 expansion modules

(iii) Each controller module shall support one 10-pin Weigand/clock and

data reader interface and be configurable as two 5-pin Weigand/clock and

data interfaces.

(iv) Each controller module shall support contact closure inputs, each of

which can be configured as supervised or unsupervised, each of which can be

configured as either Normally Closed (NC) or Normally Open (NO).

(v) Controller module shall support unsupervised tamper and power failure

inputs, each capable of being reconfigured for other use.

(vi) The controller module shall be 802.3AF Power over Ethernet (PoE)

capable, and shall be capable of delivering 12V @ 650 mA to external devices

(readers or locks) while being powered over Ethernet.

Each controller module shall support, cache, and encrypt 250,000 credentials (26 bit

Weigand Format) and processing/buffer capability for 150,000 events.

(vii) The system shall provide capability for pre-provisioning the controller

module configurations. The controller module shall have a built-in web

server which allows configuration of the IP address, DNS server IP address,

and static IP of the device, and DHCP configuration.

(viii) The controller module shall directly connect to the IP network,

without any intermediate controllers or access panels.

IP CCTV System

The Critical Data Centre along with the Non Critical area needs to be under constant

video surveillance. The primary objective of implementing a CCTV system is to

ensure effective surveillance of the area and also create a record for post event

analysis. Monitoring cameras should be installed in proper areas to cover all the

critical areas of the data centre. The scope of work involves supply, installation,

commissioning, testing and maintenance of the Closed Circuit Television system for

Data Centre.

The CCTV system shall provide an on-line display of video images on monitor. The

entire setup shall be monitored from the control room on 24/7 basis. Cameras with

suitable lenses shall be used to view all the critical areas of the Data Centre,

Reception and Corridor. The CCTV should support web based monitoring of the

Page 75: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

images from a remote location.

The CCTV system shall be based on the use of fixed cameras integrated dome

cameras (fixed) and integrated pan/tilt/zoom cameras that can be controlled from

control room location.

The CCTV System shall be a combination of color fixed and PTZ designed for

continuous duty. The system and each of its devices shall be designed to meet the

site ambient temperature and the site environmental conditions and shall operate

satisfactorily under the specified permitted voltage and frequency variation band of

the power supply source system.

All outdoor cameras shall be IP 66 rated.

The CCTV System proposed to fulfill the overall surveillance / Observation

requirements and enhance the level of security necessary in a software

establishment such as ours which shall be complete in all respects and shall

comprise of following minimum items.

A set of fixed cameras, integrated dome cameras (fixed), pan / tilt / zoom (PTZ)

cameras and integrated dome (PTZ) cameras with remote control operation of focus

and zoom.

A professional housing with internal and external cooling fans to protect both

the camera and lens from the rigors of all environments and at the same time

it should be designed and built for ease of installation and maintenance.

A complete CCTV control facility that performs all the functions with

provision to increase the total number of inputs for each monitor site.

A complete system shall be connected through unshielded Twisted pair cable

( UTP cable - Cat 6 ) as appropriate for the purpose establishing video and

control of all cameras (fixed), pan / tilt / zoom (PTZ) cameras and integrated

dome (PTZ)

CCTV Cabinets as required complete with all cable termination facilities,

cable distribution system for video and power system along with any

additional video amplifiers and other video equipment as may be required.

End point amplifiers as may be required to achieve satisfactory system

operation.

Test equipment covering all tools, tackles and testing equipment / kits as

required for preventive and first line maintenance including test monitors,

camera adjustment and testing facilities.

Complete range of accessories as required.

All necessary relay boxes connectors, extension cables and adapter boxes as

required at each of the ends of the CCTV System as required.

General

Page 76: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

All systems and components shall have been thoroughly tested and proven in

actual use.

All systems and components shall be provided with a one-day turnaround

repair express and 24-hour parts replacement. The manufacturer on

warranty and non-warranty items shall guarantee the repair and parts

expresses.

Specifications included in this section are indicative and considered as a

minimum; component and software that shall be acquired at the time of

implementing the project shall be the latest versions available in the market.

The system also should provide clear & accurate indication of an intruder or

abnormal movement within and around the Facility.

System Capabilities

The system shall provide visual images from the cameras located through out

the facility. The cameras located shall be fed into the Digital Video Server

(DVS) located in the security room.

The Digital Video Server shall consist of up to 16 channels Digital Multiplexer

with built-in recording system into Hard Disk.

The Main Security Control Room which shall house the Monitors and the

Digital Video Management Server.

The CCTV should be equipped with Digital recording facility for later scrutiny,

with at least 30 days of recording facility.

Technical Requirements

Cameras

The cameras will be of 1/3” format CCD pickup device for fixed lens camera and ¼ “

format for PTZ cameras . The cameras are being used for special observation

purposes and are being located both indoor and outdoor & mounted on specially

designed suitable mounting arrangement for operation under all severe

environmental conditions to which these will be subjected especially the outdoor

locations.

The cameras being used at these locations shall have the following basic

minimum requirements.

The cameras shall be fixed, integrated dome (fixed) and the integrated

Pan/Tilt/Zoom camera type that can be controlled from its monitor position,

such that the cameras can be panned, tilted, zoomed and focused on to any

part or entire area which they have been located to bring under observation

from keyboard location.

The cameras shall be complete with the latest state of the art optical systems,

filters, light sensitive pickup systems suitable for capturing images with very

low light levels, and necessary interlaced scanners, encoders, decoders,

associated amplifiers, synchronization facilities and any interfacing adapters

Page 77: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

as required, with all systems of that type suitable for a compact, durable,

distortion free and clear image processing type camera.

The color cameras (Integrated Pan/Tilt/Zoom dome) shall have a minimum

resolution of 470 lines and sensitivity of 0.08 lux (colour) and 0.013 lux

(monochrome). The outdoor PTZ cameras shall be day/night camera with a

minimum of 23 X optical zoom and 12 X digital zoom

The Outdoor PTZ camera shall have a minimum of 80 X wide dynamic range,

to withstand complex light variations in the environment.

The preset accuracy for the camera shall be +/- 0.1degree maximum

The Outdoor PTZ camera shall have a preset speed of 360 deg /sec Pan and

200 deg /sec tilt.

The camera shall resume after alarm to the previously programmed state of

alarm after alarm acknowledgement.

The outdoor PTZ camera shall have auto flip feature, whereby which the

dome shall rotate at 180 deg at the bottom of the tilt travel.

The cameras shall have automatic level control complete with auto iris, and

gain control of the amplifier and shall be complete with spot filter as

required.

The cameras shall have automatic shutter or 100% closing iris to prevent

burning-in of image pickup device when the camera is not in use, both the

shutter and iris shall fully close upon failure of power supply in order to

prevent damage.

The cameras shall have standby circuitry for when the camera is not selected

on any of the monitors. The beam current of the camera pickup device shall

be switched off automatically.

The cameras shall have automatic circuitry which relates the black level in

the signal to the darkest spot of the picture (black level control), limits the

video signal in case of scene high-lights in order to prevent overloading of the

monitor (White limiter), and prevents the automatic sensitivity control from

reacting to strong highlights (Peak white eliminator).

The cameras shall have the features that shall prevent the occurrence of

internal condensation or condensation on the window, necessary

heaters/thermostats shall be provided as required.

The cameras shall be equipped with Pan & Tilt heads to allow for rotation

over a minimum 360 degrees.

The cameras shall be provided with a local power distribution junction box,

with local isolation switches and fuses to isolate each of the power circuits of

the camera related to main camera power, and other circuits related to Pan &

Tilt head, cooling fan, blower etc.

The camera housing shall have a rain/sun shield and a weather protection

feature with a minimum IP protection of IP66 for outdoor mounted cameras.

For indoor cameras, the protection class shall be IP45.

Page 78: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

The aperture ratio (f-number) of the lenses shall be selected such that, a good

picture is obtained at night.

Power supply units, as required for the cameras, shall be provided.

Each of the CCTV cameras shall be located, mounted, positioned and install such

that:

The camera and its supporting structures presence least obstruction of view

and least obstruction for satisfactory movement and operation of the camera

due to remote and local controls.

The cameras shall not be mounted on vibrating structures, where this is not

possible than special structures or other facilities/measures for reducing

vibrations shall be provided.

All the camera movements along with Pan and Tilt, and associated forces on

structures are taken in to account during the design and installation of the

cameras.

The installation presence the least risk of accidental damage.

The equipment and its components are accessible for maintenance.

The vibration of any object shall be less than that specified for the camera.

Monitors

There shall be total of 2 (14” and 21”) monitors linked to the IP Video Surveillance

Manager System deployed in High Availability mode through a Workstation, one to

view the multiplexed (21”) output second to view the switched (14”). This monitor

should be located in the main control room. The monitor shall be positioned such

that room lights and windows are minimized.

The monitors may also be built in to the control desk as appropriate.

Each of the monitors used at the main control room and operator status shall have

the following basic minimum requirements.

The monitor shall be suitable for use as desktop units.

The monitors shall be high-resolution video monitors. The monitor shall have

a bandwidth of at least 10 MHz (-3dB) and a horizontal resolution in the

center of the picture minimum 420 lines in the case of color monitor.

The monitors shall have the facilities to loop the video signal through the

other monitor.

Each monitor shall have local control knobs and remote control equipment

and panel for monitor controls associated with power on/off switch standby

on/off switch and for adjustment brightness, contrast, horizontal hold,

vertical hold etc.

Monitor shall be suitable for use as desktop units or can be rack mounted

with suitable racks as appropriate.

Page 79: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

The Workstation shall have the following properties:

Client monitoring software shall allow an individual operator’s PC to access

and view live and recorded video streams. The application shall be a stand-

alone Windows program that plays video archive files without a browser or

connection to the video surveillance system host.

The monitoring desktop client shall have the capability of viewing a list of

available cameras based on camera locations, on a map with cameras and

related recordings, and system alerts with associated cameras that have

generated the alerts.

The application shall be capable of viewing cameras in a grid with

customizable templates.

The client shall be able to create multiple viewing windows and drag them

onto additional monitors connected to the PC workstation.

The client shall have the capability of searching for cameras using camera

names or by selecting locations.

Client shall have the capability of assigning cameras to viewing grids and

panes by using drag-and-drop.

The software shall have archive Control functions integrated seamlessly with

Live video play back for play back of JPEG, MPEG-4, and H.264 archive files to

include:

play forward

play backward

pause

step one frame forward

step one frame backward

This software shall have the ability to take a snapshot, set playing frame rate,

skip frame, and search by time.

Supported file format types shall include:

MP4 -A standard file format for storing audio/video data on a PC,

Proprietary multi-camera and secure clipping format that is not accessible

via standard video monitoring tools,

BMP, JPEG, PNG, and TIFF formats, savable as snapshots.

The application shall be capable of using mouse or integrating with USB

based joysticks for pan, tilt, zoom functionality utilized with PTZ cameras.

Same functionality shall be supported for digital zoom in/out capability on

fixed cameras.

The client shall support full screen mode to maximize the viewing area.

The client shall have the capability to push and publish a view or a camera to

a video wall.

The client application shall have the capability of operating in an unattended

mode when the connection to the management sub-system is lost in the event

Page 80: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

of a network failure. In this case the client shall continue to display live and

recorded streams accessing the recording sub-system.

Both live and recorded video streams shall be accessible on the same viewing

grid.

The client shall have the capability of synchronizing playback for multiple

recordings.

The client shall be able to create repeated segments which is a range selected

on a recording that plays continuously in a loop.

The monitoring client shall support a coloring scheme based on alerts or

icons to indicate the choppy behavior in video playback due to network or

other performance related issues.

Events on the system shall be grouped into alerts for notification purposes.

The client shall be capable of tracking events such as motion stop or start,

analytics, contact closures or soft triggers from an external system.

The client shall have the capability of monitoring cameras on maps. Maps

shall be displayed in hierarchical fashion allowing for drilling down by

selecting or double clicking for greater detail. Cameras shall be displayed on

these maps with active icons that can be double-clicked to monitor live.

A map editor capability shall be embedded on the client in order to add and

edit locations, assign map images to the locations, and drag and drop cameras

onto maps. JPG, PEG, PNG, BMP, GIF, TIFF and TIF formats shall be supported

for map images.

Video & Telemetry Cables

The video signal shall be transmitted using co-axial cable and control of all zoom

lens and Pan-Tilt functions through twisted pair interconnected between receiver

and DVR.

Cabling for CCTV shall cover:

Video link

Remote control of cameras in terms of its control of pan tilts zooms & focus.

Power supply cables.

The cable shall be shielded or provided with facilities to avoid interference between

signals.

The transmission losses shall be minimized and where required for satisfactory

operation correction amplifiers are cable equalizes shall be provided in the monitors

on the CCTV cabinets.

Cabinets

CCTV cabinets shall be provided near set of monitors. The cable from the cameras

shall be terminated in this cabinet from where these signals are distributed to the

Page 81: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

monitors.

All necessary video amplifiers, interfaces etc. that forms the part of the CCTV system

shall be installed in the cabinet.

Fixed IP Dome Camera

The complete unit shall be housed in a integrated dome and base unit, both

preferably made from injection moulded plastic. It shall be possible to adjust

the camera head inside the dome in both the planes so that it can be wall or

ceiling mounted.

The camera shall operate on 24 V AC or 12 volts D.C.

The camera shall support up to 720P (1MP) high definition resolutions up to

1280 x 800 at up to 30fps.

The camera shall have a 1/4 inch progressive-scan CCD or CMOS image

sensor.

The camera shall have a 3-9mm DC iris lens.

The camera shall have an IR filter and provide day/night functionality. IR

filter operation shall support manual, automatic and scheduled control for

night mode low light switchover.

H.264 and MJPEG compressions shall be supported.

Automatic white balance (AWB), automatic gain control (AGC), automatic

exposure shutter (AES) and auto/manual iris shall be supported.

A dynamic range of minimum 69dB shall be supported.

Lux levels for color operation at F1.4 shall be maximum 0.4lux and black and

white operation at F1.2 shall be maximum 0.2lux.

Dual streaming shall be supported. When in dual stream operation the

primary stream shall support h.264 while the secondary stream shall be

configurable to support both H.264 or MJPEG.

Motion detection must be supported with user-definable alerts at

configurable sensivities and thresholds. E-mail based alerts and http based

notifications shall be generated.

Time, date and text based overlay stamps shall be supported.

Dynamic Host Control Protocol (DHCP), Hypertext Transfer Protocol (HTTP),

Secure HTTP (HTTPS), Network Time Protocol (NTP), Real-Time Transport

Protocol (RTP), Real-Time Streaming Protocol (RTSP), Simple Mail Transfer

Protocol (SMTP), Secure Sockets Layer/Transport Layer Security (SSL/TLS),

Transmission Control Protocol/Internet Protocol (TCP/IP), Secure Real-Time

Transport Protocol (SRTP), Bonjour, Simple Network Management Protocol

(SNMP), and Secure Shell (SSH) protocols shall be supported.

The camera shall have a 100 BaseTX Etnernet with RJ45 connector for

network connectivity.

The camera shall have alarm input and output ports.

Page 82: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

The camera shall support audio and for this purpose audio in and

audio/video out ports must exist.

The camera shall have on board storage capability with one MicroSD slot.

The camera shall support configurable brightness, sharpness, contrast,

saturation and white balance image settings.

Privacy masking shall be supported.

The camera shall support selectable bit rates with constant bit rate (CBR) and

variable bit rate (VBR) capability.

The camera shall support Power over Ethernet (PoE) 802.3af. In addition

12VDC or 24VAC power through optional external power supply shall be

supported.

Operating temperature shall be between 0-50 degrees Celcius.

The camera shall support flush or surface mount options.

The camera shall have a vandal resistant conduit base.

Day and Night capability

Built in SD/SDHC memory card slot for optional local storage and a 32GB SD

card included

Wide range of alarm configuration options for camera tampering and motion

detection.

ONVIF conformant.

IP Video Management System

A video surveillance management system will be setup for applications to view,

store, and manage real-time and recorded video in a networked environment.

i. The system shall use an open suite of URL-based programmatic interfaces to

communicate with applications.

ii. The system shall be highly scalable and reliable and enable customized,

network-based surveillance application.

iii. The system shall provide low latency video with high quality images.

iv. The video surveillance management system will consist of a recording and

management sub-system and a storage sub-system in addition to monitoring

desktop clients and IP cameras.

v. The system shall have the capability to interact intelligently with the network

in order to auto-configure network switch ports and automatically assign

cameras IP addresses. Same capability will allow the cameras to auto-

discover the video surveillance management application, auto-register itself

and download the stream profile template to start streaming automatically.

The recording sub-system shall start archiving the camera streams

automatically based on these default stream profile parameters.

vi. The system shall support redundancy configurations including failover and

complex high-availability scenarios.

Page 83: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

vii. The system shall support NTP for time synchronization amongst the different

sub components as well as cameras.

viii. The system shall conform to the ONVIF industry standards and in addition

shall have the capability of supporting third party cameras and encoders

from other manufacturers with the use of API’s or other methods.

ix. The system shall display any combination of live and recorded CCTV camera

feeds on multiple workstations simultaneously using a TCP/IP Ethernet

network.

x. The system shall provide low latency video with high quality images and

support MPEG-4, H.264, and Motion-JPEG (MJPEG) compression schemes

simultaneously.

xi. The system shall provide replication of individual video feeds at different

frame rates for multiple users and other system processes.

xii. The system shall support simultaneous video feeds across multiple locations

for centralized and decentralized storage, display, and distribution of video.

xiii. The system shall be capable of streaming and recording video at different bit

rates and variable frame rates up to full motion 60 fps video and support

QCIF, CIF,4CIF,720P (1280x760) and 1080P (1920x1080) camera resolution.

Higher custom resolutions with up to 10MP shall also be supported.

xiv. The system shall support multiple camera and encoder manufacturers.

xv. The system shall provide the ability to remotely control (pan, tilt, zoom) the

CCTV cameras and support priority for PTZ control based on user privileges

and scheduling, recurring or one-time, for PTZ camera movements.

xvi. The system shall support digital pan-tilt-zoom on live or archived video.

xvii. The system shall provide the ability to remotely configure the CCTV cameras

and shall allow configuration data to be imported from a spreadsheet.

xviii. The system shall support discovery and provisioning of cameras without user

intervention

xix. The system shall allow instant replay of video and will permit pausing of live

video, forward and backward review of recorded video, and return to live

viewing.

xx. The system shall manage storage of real-time video at any specified frame

rate, duration, and physical location on the network.

xxi. The system shall provide flexible archiving capability in terms of frame rate,

duration, and location and shall utilize dynamic file allocation to ensure that

the full duration of the selected video stream will be recorded, regardless of

lighting condition, motion, or scene detail. It shall support access to the

archived video, to seek to any point in the archive, to set the pre and post

time, and to loop that segment of the archive.

xxii. The system shall provide a Management Console that shows the status of

CPU, Memory, Disk Usage, and traffic analysis.

xxiii. The system shall provide ability to create users, control their capabilities and

integrate with LDAP for both authentication and authorization of user rights

Page 84: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

xxiv. The system shall provide for integration with other software applications

through an open and published Application Programming Interface (API).

Such applications shall include, but not be limited to, access control, video

analytics, and other alarm and sensor inputs.

xxv. Recording sub-systems shall have the capability of running as a native

application as well as supporting virtualized environments. When operating

in the virtualization mode multiple recording sub-systems shall run

simultaneously on the same physical server to scale to thousands of cameras

within the environment.

xxvi. Recording sub-system shall support N+1 redundancy at a camera-by-camera

level.

xxvii. The recording sub-system shall support audio recording capability

synchronized with the video streams.

xxviii. Management sub-system shall allow both web based clients and Windows

based thick clients to access the system to monitor live and recorded streams.

xxix. The management sub-system shall have the below capabilities as a minimum:

Server, encoder, and camera administration

Scheduled and event-based video recording

User and role management locally and/or through LDAP/AD

Bulk edit the camera streams

Fine-grained system audit reports

Ability to push pre-defined cameras to any number of monitors with a

Safety and Security Desktop application

Mass import capability allowing configuration data to be imported from a

spreadsheet

Consolidated configuration of all camera operational parameter through

templates

Automated discovery of endpoints without requiring user/administrator

intervention

Automated configuration of endpoints without user/administrator

intervention required

IP Video Storage System

The Storage subsystem shall comply to the below specifications. The storage sub-

system shall be capable of supporting high density resilient disk array

configurations for high performance, high resolution video stream archiving.

a. The storage sub-system shall be based on a high-available architecture with

multi-pathing support and dual redundant, hot-swappable active components

help ensure no single point of failure.

b. The storage solution should support reliability and security on stored data

c. The system shall have dual redundant and load sharing power supplies

d. The system shall have field replaceable high-performance fans with built-in

redundancy for optimized cooling

Page 85: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Building Management System (BMS)

The building management system shall be implemented for effective management,

monitoring and Integration of various components like HVAC systems, Access

Control systems, fire detection system etc.

The BMS shall perform the following general functions including but not limited to:

Building Management & Control

Data Collection & archival

Alarm Event & Management

Trending

Reports & MIS Generation

Maintenance & Complaint Management

The scope of work shall include designing supplying and installing of Building

management (Automation) System. The work shall consist of furnishing all

materials, equipment's and appliances necessary to install the said system, complete

with Sensors, Direct Digital Controllers, Communication Controllers and Supervisory

Software complete with necessary software/hardware support for interfacing with

other systems. It shall include laying of cabling duct, conduits and power supply etc.,

necessary for installation of the system with supply of appropriate type products as

indicated in the specification and Bill of Quantities. The controller shall be 32 bit

based Microprocessor Controller and shall sit directly on the TCP / IP network. The

Controller shall be Web Based, Web Enabled, Real Time Clock, and Web Browser

with Communication speed min of 10 Mbps.

Agency shall design & provide a full Building automation system on the basis of truly

distributed intelligence and shall comprise of the following general functional sub

systems.

Air Conditioning Management & Control

o Precision AC Units

o Temperature monitoring and controls at all specified positions/locations

Energy Management

o LT Panel Energy Monitoring

o UPS Monitoring

Safety & Security Systems Integration

o Fire Alarm System Integration

o VESDA (Very Early Smoke Detection Alarm) System Integration

o Access Control & Surveillance System Integration

o Gas System Integration

Integration

o DG Set on MODBUS Protocol with RS 485 Communication Port

o Energy Meter on MODBUS Protocol with RS 485 Communication Port

Page 86: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Water Leak Detection System

The water leak detector shall be installed to detect any seepage of water into the

critical area and alert the Security Control Room for such leakage. It shall consist of

water leak detection cable and an alarm module. The cable shall be installed in the

ceiling & floor areas around the periphery.

Water Leak Detection system should be for the Server and Network room

Areas to detect and water flooding below the floor of the DC.

Water Leak Detection System should be wire based solution with alarm; the

wire needs to lay in DC surrounding the PAC units, which is the probable

source of water leakage.

Fire Proof Enclosures for Media Storage

The overall design of the safe should be suitable for safe storage of computer

diskettes, tapes, smart cards and similar devices and other magnetic media, paper

documents, etc. the safe should have adequate fire protection.

Capacity 300 Litres

Temperature to Withstand 1000° C for at least 1 hour

Internal Temperature 30° C after exposure to high temperature For 1

hour

Locking 2 IO-lever high security cylindrical / Electronic

lock

Public Address System

The PA system is required for:

Making public announcement from the Security Control Room and Facility

Manager’s room. Clear and crisp announcement should reach to the entire

Facility area.

Microphones should be provided to make announcements / respond to

announcement from the designated location within the Facility.

To play light music if required.

Common Alarm System

The common alarm panel is required for checking the healthiness of all

systems, to be installed at Data center.

The panel can be installed in the room of Security Officer at Data center.

The common alarm panel should have provision for accepting “potential free”

signals from all system for relevant status change in that system

Page 87: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Electrical Panels

The Panels shall be of compartmentalize design so that circuit arc / flash

products do not create secondary faults and be fabricated out of high quality

CRCA sheet, suitable for indoor installation having dead front operated and

floor mounting type.

All CRCA sheet steel used in the construction of Panels shall be 2 mm. thick

and shall be folded and braced as necessary to provide a rigid support for all

components. Joints of any kind in sheet steel shall be seam welded, all

welding slag grounded off and welding pits wiped smooth with plumber

metal.

The Panels shall be totally enclosed, completely dust and vermin proof and

degree of protection being not less than IP: 54 to IS: 2147. Gaskets between

all adjacent units and beneath all covers shall be provided to render the joints

dust proof. All doors and covers shall be fully gasketed with foam rubber and

/or rubber strips and shall be lockable.

All panels and covers shall be properly fitted and secured with the frame and

holds in the panel correctly positioned. Fixing screws shall enter into holes,

taped into an adequate thickness of metal or provided with bolts and nuts.

Self-threading screws shall not be used in the construction of Panels.

A base channel of 75 mm. x 50 mm. x 6 mm. thick shall be provided at the

bottom.

Panels shall be preferably arranged in multi-tier formation. The size of the

Panels shall be designed in such a way that the internal space is sufficient for

hot air movement. If necessary, openings shall be provided for natural

ventilation, but the said openings shall be screened with fine weld mesh. The

entire electrical component shall be derated for 50c.

The Panels shall be provided with removable sheet steel plates at top and

bottom to drill holes for cable / conduit entry at site.

The Panels shall be designed to facilitate easy inspection, maintenance and

repair.

The Panels shall be sufficiently rigid to support the equipment without

distortion under normal and under short circuit condition. They shall be

suitably braced for short circuit duty

Circuit Compartments

Each MCCB shall be housed in separate compartments and shall be enclosed

on all sides. Sheet steel hinged lockable door shall be duty interlocked with

the unit in `ON’ and `OFF’ position.

All instruments and indicating lamp shall be mounted on the compartment

door. Sheet steel barriers shall be provided between the tiers in a vertical

section.

Page 88: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Instrument Compartments

Separate adequate compartment shall be provided for accommodating

instruments, indicating lamps, control contactors/ relays and control fuses

etc.

These components shall be accessible for testing and maintenance without

any danger of accidental contact with live parts, bus bar and connections

Busbars

The busbar shall be air insulated and made of high quality, high conductivity,

high strength Aluminum.

The busbar shall be of 3 phases and neutral system with separate neutral and

earth bar. The size of neutral busbar in all main panels or lighting panels and

feeders for panel shall be equal to phase busbar.

The busbar and interconnection between busbars and various components

shall be of high conductivity Aluminum.

The busbar shall be of rectangular cross-section designed to withstand full

load current for phase busbars and half rated current for neutral busbars in

case of MCC panels only and shall be extensible on either side.

The busbar size shall be as per the rating of the panel. The busbar shall have

uniform cross-section throughout the length.

The busbars and interconnections shall be insulated with epoxy-coated

busbar. The busbar shall be supported on bus insulators of non flammable

type with high creep age and high anti tracking property and non-

hydroscopic SMC / DMC insulated supports at sufficiently close intervals to

prevent busbars sag and shall effectively withstand electromagnetic stresses

in the event of short circuit.

The busbar shall be housed in a separate compartment. The busbar shall be

isolated with 3-mm. thick bakelite sheet to avoid any accidental contact. The

busbar shall be arranged such that minimum clearance between the busbar

are maintained as below:

o Between phases : 25 mm. minimum

o Between phases and neutral : 25 mm.

o Between phases and earth : 25 mm.

o Between neutral and earth : 20 mm. minimum

All busbar connections shall be done by drilling holes in busbars and

connecting by chromium plated or tinned plated brass bolts and nuts.

Additional cross-section of busbar shall be provided in all Panels to cover up

the holes drilled in the busbar. Spring and flat washers shall be used for

tightening the bolts.

All connections between busbars and circuit breakers / switches and cable

terminals shall be through aluminum strips of proper size to carry full rated

current. These strips shall be insulated with insulating taps.

Page 89: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Panel to panel entry of bus bar shall be effectively sealed by electrical and

thermal insulation barriers so that products of flashover do not travel from

one panel to another panel creating multiple faults.

Busbar calculated on 50 deg. C. ambient temp. and 85 deg. C. for continuous

and short time rating. Busbar surrounded air temp. shall be considered 70

deg. C. for busbar calculation

All joint shall have non-flammable insulation shrouds for secondary

insulation purpose

Electrical Power and Control Wiring Connection

Terminal for both incoming and outgoing cable connections shall be suitable

for 1100 V grade, aluminum / copper conductor XLPE insulated and PVC

sheathed, armored cable and shall be suitable for connections of solder less

sockets for the cable size as per the feeder capacity.

Power connections for incoming feeders of the main Panels shall be suitable

for 1100 V grade Aluminium conductor (XLPE) cables.

Both control and power wiring shall be brought out in cable alley for ease of

external connections, operation and maintenance.

Both control and power terminals shall be properly shrouded.

10% spare terminals shall be provided on each terminal block. Sufficient

terminals shall be provided on each terminal block, so that not more than one

outgoing wire is connected to per terminal.

Terminal strips for power and control shall preferably be separated from

each other by suitable barriers of enclosures.

Wiring inside the modules for power, control, protection and instruments etc.

shall be done with use of 660 / 1100 V grade, FRLS insulated copper

conductor cables conforming to IS. For current transformer circuits, 2.5

sq.mm. Copper conductor wire shall be used.

Other control wiring shall be done with 1.5 sq.mm. Copper conductor wires.

Wires for connections to the door shall be flexible. All conductors shall be

crimped with solder less sockets at the ends before connections are made to

the terminals.

Control power supply to modules through the control transformer Control

power wiring shall have control fuses, (HRC fuse type) for circuit protection.

All indicating lamps shall be protected by HRC fuses.

Particular care shall be taken to ensure that the layout of wiring is neat and

orderly. Identification ferrules shall be filled to all the wire termination for

ease of identification and to facilitate checking and testing

Terminals

The outgoing terminals and neutral link shall be brought out to a cable alley

suitably located and accessible from the panel front.

Page 90: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

The current transformers for instruments metering shall be mounted on the

disconnecting type terminal blocks.

No direct connection of incoming or outgoing cables to internal components

of the distribution board is permitted; only one conductor may be connected

in one terminal

Cable Compartments

Cable compartments of minimum 300 mm size shall be provided in the

Panels for easy termination of all incoming and outgoing cables entering from

bottom or top.

Adequate supports shall be provided in the cable compartments to support

cables.

All outgoing and incoming feeder terminals shall be brought out to terminals

blocks in the cable compartment.

Labels

Engraved PVC labels shall be provided on all incoming and outgoing feeders.

Single line circuit diagram showing the arrangements of circuit inside the

distribution board shall be pasted on inside of the panel door and covered

with transparent laminated plastic sheet.

Name Plates

A nameplate with the Panels designation in bold letters shall be fixed at top of

the central panel.

A separate nameplate giving feeder details shall be provided for each feeder

module door.

Inside the feeder compartments, the electrical components, equipments,

accessories like switchgear, control gear, lamps, relays etc. shall suitably be

identified by providing stickers.

Engraved nameplates shall preferably be of 3 ply, (Red-White-Red or Black-

White-Black) lamicold sheet. However, black engraved perplex sheet name

plates shall also be acceptable. Engraving shall be done with square groove

cutters.

Nameplate shall be fastened by counter sund screws and not by adhesives

Danger Notice Plates

The danger notice plate shall be affixed in a permanent manner on operating

side of the Panels.

The danger notice plate shall indicate danger notice both in Hindi and English

and with a sign of skull and bones.

The danger notice plates, in general, meet the requirements of local

inspecting authorities.

Page 91: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Overall dimensions of the danger notice plate shall be 200 mm. wide x 150

mm. high.

The danger notice plate shall be made from minimum 1.6 mm. thick mild

steel sheet and after due pre-treatment to the plate, the same shall be painted

white with vitreous enamel paint on both front and rear surface of the plate.

The letters, the figures, the conventional skull and bones etc. shall be

positioned on plate as per recommendation of IS : 2551-1982.

The said letters, the figures and the sign of skull and bones shall be painted in

signal red colour as per IS : 5-1978.

The danger plate shall have rounded corners. Location of fixing holes for the

plate shall be decided to suit design of the Panels.

The danger notice plate, if possible, it should be of ISI certification mark

Moulded Case Circuit Breakers

The moulded case circuit breaker (MCCB) shall be air break type and having

quick make - quick break with trip free operating mechanism.

Housing of the MCCB shall be of heat resistant and flame retardant insulating

material.

Operating handle of the MCCB shall be in front and clearly indicate

ON/OFF/TRIP positions.

The electrical contact of the circuit breaker shall be of high conducting non-

deteriorating silver alloy contacts.

The MCCB shall be provided microprocessor based overload and short circuit

protection device.

All the releases shall operate on common trip busbar so that in case of

operation of any one of the releases in any of the three phases, it will cut off

all the three phases and thereby single phasing of the system is avoided.

The MCCB shall provide two sets of extra auxiliary contacts with connections

for additional controls at future date.

Contactors

The contactors shall meet with the requirements of IS : 2959 and BS : 7755.

The contactors shall have minimum making and breaking capacity in

accordance with utilization category AC3 and shall be suitable for minimum

Class II intermittent duty.

If the contactor forms part of a distribution board then a separate enclosure

is not required, but the installation of the contactor shall be such that it is not

possible to make an accidental contact with live parts

Indicating Lamps

Page 92: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Indicating lamps assembly shall be screw type with built in resistor having

non-fading colour lens. LED type lamps are required.

Wiring for Remote ON, OFF, TRIP indicating lamp is required.

Colour shade for the indicating lamps shall be as below :

o ON indicating lamp : Red

o OFF indicating lamp : Green

o TRIP indicating lamp : Amber

o PHASE indicating lamp : Red, Yellow, Blue

o TRIP circuit healthy lamp: Milky

Page 93: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

COMPLIANCE TO SPECIFICATIONS

Page 94: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Compliance to Specifications

All the hardware specifications mentioned in the Tender Document are the

required minimum, higher or better specifications would be acceptable.

Component furnished shall be complete in every respect with all mountings,

fittings, fixtures and standard accessories normally provided with such

component's and/or needed for erection, completion and safe operation of the

component's as required by applicable codes though they may not have been

specifically detailed in the technical specification, unless included in the list of

exclusions. All similar standard components/parts of similar standard components

provided shall be inter-changeable with one another.

The methodology of cabling and installation work to be adopted for the Data Center

has to ensure minimum damage to the existing structure of the building. Any

damage to the existing flooring/ walls/paint etc. shall be made good by the selected

bidder. It is advised that bidder should visit site before submitting the tender

to get apprised about the site conditions.

The selected bidder shall be responsible for providing all materials, components,

and services, specified or otherwise, which are required to fulfill the intent of

ensuring operability, maintainability, and reliability of the complete component

covered under this specification within his quoted price. This work shall be in

compliance with all applicable standards, statutory regulations and safety

requirements in force of the date of award of this contract.

The selected bidder shall also be responsible for deputing qualified personnel for

installation, testing, commissioning and other services under his scope of work as

per this specification. All required tools for completing the scope of work as per the

specification is also the responsibility of the selected bidder.

The selected bidder shall perform the services and carry out its obligations with all

due diligence, efficiency and economy in accordance with generally accepted

professional techniques and practices and shall observe sound management

practices and employ appropriate advance technology and safe methods. The

selected bidder shall always act in respect of any matter relating to this contract

or to the services as faithful advisers to the SDA.

The selected bidder shall furnish complete, well-fabricated and reliably

operating and secure systems to SDA. Design and selection of component and

software shall be consistent with the requirements of long term trouble free

operation with highest degree of reliability and maintainability. All components

shall be constructed to operate safely without undue heating, vibration, wear,

corrosion, electromagnetic interference or similar problems and all software shall

be proven, tested and reliable.

Page 95: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

All interconnecting cables required to connect the communication component shall

be furnished. All cables shall be fully assembled connector pre-terminated and

factory tested as part of overall system checkout. Cables shall be neatly &

properly tied up and dressed using appropriate cable hangers and Velcro bands.

All the cables, connectors, sockets, panel's etc. shall be labeled for identification

purpose.

All the cabling should adhere to the TIA-942 Data Center Standard.

All component, accessories and cables supplied under this contract shall be in

accordance with the latest applicable recommendations, regulations and standards

of:

- CCITT/ITU

- ANSI

- IEC 60364

- IEEE Standard 1100

- IETF

- TIA 942

- ISA 3043

- EIA/TIA 568 Standards

- International Electro-technical Commission (IEC)

- Cable (Cat 6) and cable accessories (Cat6) UL Listed and verified

For parameters not covered under the above codes, internationally acceptable

standards shall be accepted. The selected bidder shall furnish a complete list of all

standards and codes under which his component is designed, manufactured and

assembled along with the bids.

Functionality/accessibility of each component of the system and the system as a

whole should be demonstrated to the satisfaction of SDA.

Reliable over voltage and over current protection circuits shall be provided in

the component power supply units. The component power supply units shall be

self protecting and also protect connected component's against interference,

noise, voltage dips and surges & impulses that may be present in the mains power

supply sources. Component shall be guaranteed for operation over the

following AC power range to be made available by SDA: 240 V AC +/-10%, 50 Hz

+/- 5%

The SDA shall provide suitable AC power at a single power point at one

locations and distribution of this power to the various component's shall be

responsibility of the selected bidder for which necessary distribution board,

cable etc. shall be provided by the selected bidder.

Additional provisions

All equipment and materials must be new. Used, re-conditioned, and refurbished

Page 96: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

equipment and materials are not acceptable

In case the proposed item (material, product or service) being unavailable, the

bidder should supply functionally equivalent or superior item with due approvals

from NCC

All components and installation methods shall be EIA/TIA 568A and TIA 942

approved and conforms to EIA/TIA 569 and TIA 942 practices and methods. The

Structured Cabling System installed by the Contractor/bidder shall be capable of a

minimum of 1000 MBPS network application.

Review of components or documentation of components by NCC employees does

not relieve the Contractor/bidder from meeting or exceeding the specifications

outlined in this document.

The Contractor/bidder will be responsible for the shipping, handling, and storage

of all equipment and materials and to secure and protect it from theft.

Contractor/bidder shall furnish and install all equipment, accessories, and

materials necessary for a complete, functional Data Centre in accordance with the

specifications.

Contractor/bidder shall assume all responsibility to repair or replace fixtures and

materials it damages during its work on the site. Contractor/bidder shall be wholly

financially responsible for damages realized by NCC as a result of the

Contractor/bidders' activities.

All items shall be quoted completely installed and functional as per specifications.

Upon completion of the work, the Contractor/bidder shall reconnect any utilities,

equipment, system furniture panels or trim, or appliances removed in the course of

work, and replace all furniture, etc., moved for the performance of the work. Debris

and rubbish caused by the work shall be removed from the premises. Site will be left

in a clean, neat, and orderly fashion.

Every bidder will be required to carry out a site survey in order to come up with

optimised DC lay-out design that covers the NCC offices in scope.

CONDITIONS OF DELIVERY

Shipping: The Bidder shall make all arrangements for transportation and

insurance and is financially responsible for all costs related to these activities. All

materials must be delivered to the Owner at installation. The contractor/bidder

shall be responsible for delivery of all components and manpower to and from the

facility. The cost of delivery shall be included in both the bidders' total bid price and

unit pricing.

The contractor/bidder shall take all steps necessary to insure that NCC’s facilities

and their contents are not damaged in any way as a result of the contractor/bidders'

activities.

Contractor/bidder shall be wholly financially responsible for damages realized by

NCC as a result of the contractor/bidders' activities

WARRANTY, CERTIFICATION AND MAINTENANCE

Page 97: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Contractor/bidder shall warrant all materials, equipment and/or services delivered

as a result of this document to be free from defect of material or workmanship and

to conform strictly to the specifications.

This warranty shall survive any inspection, delivery, acceptance, or payment by the

NCC for a minimum period of five (5) years from the date of System Acceptance.

Based upon the accepted installation contract, the Contractor/bidder shall furnish all

labor and replacement parts and materials provided under warranty at no

additional cost to NCC.

Services performed by the Contractor/bidder under warranty must conform to the

requirements and work standards outlined within this document.

Warranty costs shall be included in the total bid price. All unit pricing shall also

include warranty costs.

The Contractor/bidder shall provide preventative maintenance, as required by the

equipment manufacturer during the warranty period.

The Contractor/bidder shall maintain a stock of repair replacement parts for all

equipment offered under any contract resulting from this bid.

The entire installation will be covered by a manufacturer’s ten (10) year, or better,

warranty on material and workmanship, supplied to NCC prior to any acceptance of

the system. This 10 year warranty must be specific to the installation and must

carry the manufacturer’s authorized signature. This warranty shall include

structure cabling and DC equipment.

If during the Warranty Period, NCC discovers that the Contractor/bidder has utilized

improper materials or improper installation methods for the system, the

Contractor/bidder shall remedy the situation to the satisfaction of NCC inspectors,

at the Contractor/bidder’s expense.

If after the warranty period, and during the life of the system, a flaw in the

workmanship is discovered, that flaw will be repaired or replaced at no cost to NCC.

Examples of a flaw in workmanship would be the discovery of a jack that was not

wired according to NCC standards, or the discovery of a cable that was not installed

in accordance with the NCC Standards. Another example would be an installation

oversight on the part of the Contractor/bidder/installer not an oversight of NCC.

SYSTEM PERFORMANCE (ACCEPTANCE) PERIOD

The Data Centre components, cable distribution system, labeling systems, and all

other components supplied as a result of this document shall be evaluated by NCC to

determine if materials, installation methods, and/or procedures meet the

requirements specified. In the event that any of the installation is found not to be

compliant to NCC specification the vendor will be required to rectify these

inconsistencies to the satisfaction of the NCC. This will be done at the

Contractor/bidder’s expense.

"System Cut-Over" shall be defined as the day all the systems specified and supplied

as a result of this document are installed and capable of carrying network signals as

Page 98: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

specified. The contractor/bidder shall be responsible for notifying NCC of the date

that the DC construction is completed and ready to be placed into active service.

(This notification shall be on the contractor/bidder's letter-head and addressed to

the individuals as specified in this document) NCC and Contractor/bidder shall

mutually agree upon the exact date of System “Cut-Over”.

The System Performance Period shall be sixty (60) consecutive days and shall start

on the day of System Cut-Over for each site.

In the event of failures, malfunctions, or discoveries of improper materials or

installation methods during the System Performance Period, the contractor/bidder

shall be wholly responsible for taking all steps necessary to remedy the problems

and/or bring the system into compliance with the specifications in this document.

All remedies must be completed no later than five (7) days prior to the end of the

System Performance Period.

If NCC is satisfied with the contractor/bidder's remedy, the contractor/bidder, at the

discretion of NCC, may be permitted to continue the System Performance Period's

sixty (60) consecutive day requirement as if no interruption had occurred. If NCC is

not satisfied with the contractor/bidder's remedy, the sixty (60) consecutive day

period described herein shall start over.

If during the System Performance Period, NCC discovers that the contractor/bidder

has utilized improper materials or improper installation methods for the system, and

the contractor/bidder is unable or unwilling to remedy such discoveries no later

than the final day of the System Performance Period, NCC reserves the right to find

the contractor/bidder in default.

"Improper" shall be defined as any characteristic about a system component or

installation method, which does not conform to the specifications, outlined in this

document.

If the Contractor/bidder is found in default, NCC shall not remit payment for any

portion of the System installed by the Contractor/bidder and the

Contractor/bidder shall remove the system equipment at no cost to NCC. A

Contractor/bidder who is found in default shall forfeit all claims to payment from

NCC. Allowances will be made only for circumstances and/or delays which are

clearly beyond the control of the Contractor/bidder.

Should the Contractor/bidder be found in default and NCC requests the

Contractor/bidder to remove all components supplied, the Contractor/bidder is

required to adhere to a removal schedule to be finally determined by NCC. This

removal schedule shall insure that there is no disruption to the operations of NCC.

The Contractor/bidder shall be wholly liable for any damage to NCC property

caused by the Contractor/bidders' activities during System removal.

The Contractor/bidder shall not initiate any activities for System removal unless

and until the Contractor/bidder has received final approval from NCC for a System

Removal Schedule.

Upon completion of a successful System Acceptance Period, NCC will evaluate the

Systems' performance. If the Systems' performance is satisfactory, a Final System

Page 99: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Acceptance form will be signed and returned to the Contractor/bidder.

VARIATIONS

Any variation to NCC’s DC Standards must be submitted to NCC in writing for

approval. Any variation submitted to NCC will be considered on a case by case basis

and will be approved in writing by NCC.

COMPLETION DELAY PENALTY CLAUSE: If the Contractor/bidder fails to deliver, install

and cut-over system by the completion date agreed upon by the Contractor/bidder and

NCC, the Contractor/bidder will penalized as per the SLA document below. Project

completion date extensions can only be granted in writing by NCC.

Page 100: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

SECTION VIII - STANDARD FORMS

Notes on the sample Forms

1. Form of Tender - The form of tender must be completed by the tenderer

and submitted with the tender documents. It must also be duly signed by duly

authorized representatives of the tenderer.

2. Confidential Business Questionnaire Form - This form must be completed by the

tenderer and submitted with the tender documents.

3. Tender Security Form - When required by the tender documents the

tender shall provide the tender security either in the form included herein or in

another format acceptable to the procuring entity.

4. Contract Form - The Contract Form shall not be completed by

the tenderer at the time of submitting the tender. The Contract Form shall be

completed after contract award and should incorporate the accepted contract price.

5. Performance Security Form - The Performance Security Form should

not be completed by the tenderers at the time of tender preparation. Only the

successful tenderer will be required to provide performance security in the form

provided herein or in another form acceptable to the procuring entity.

6. Bank Guarantee for Advance Payment Form - When Advance payment is

requested for by the successful bidder and agreed by the procuring entity, this form

must be completed fully and duly signed by the authorized officials of the bank.

7. Manufacturers Authorization Form - When required by the Tender

documents this form must be completed and submitted with the tender documents.

This form will be completed by the manufacturer of the goods where the tenderer

is an agent.

Page 101: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

8.1 FORM OF TENDER

To: Nairobi City County

P.O. Box 30075-00100

GPO. NAIROBI

Gentlemen and/or Ladies:

Date

Tender No.

Having examined the tender documents including Addenda Nos. ……………………………….

the receipt of which is hereby duly acknowledged, we, the undersigned, offer to

Supply, Delivery, Installation, Configuration and Commissioning of Data Center in

conformity with the said tender documents for the sum of

…………………………………………………………… (total tender amount in words and figures) or

such other sums as may be as may be ascertained in accordance with the Schedule of

Rates attached herewith and made part of this Tender.

We undertake, if our Tender is accepted, to deliver install and commission the

equipment in accordance with the delivery schedule specified in the Schedule of

Requirements. If our Tender is accepted, we will obtain the guarantee of a bank in a

sum of equivalent to 10% percent of the Contract Price for the due performance of the

Contract, in the form prescribed by the Employer.

We agree to abide by this Tender for a period of 90 days from the date fixed for Tender

opening under Clause 5 of the Instructions to Tenderers, and it shall remain binding

upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Tender, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract

between us.

We understand that you are not bound to accept the lowest or any Tender you may

receive.

Dated this ________________ day of ________________ 2015.

[Signature] [In the capacity of]

Duly authorized to sign tender for an on behalf of

Page 102: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration
Page 103: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

8.2 TENDER SECURITY FORM

(To be on the Letterhead of the Bank)

Whereas ____________________________________________________ (hereinafter called “the

Tenderer”) has submitted its tender date _____________________________ for the provision of

_______________________________________________ (hereinafter called “the Tender”). KNOW ALL

PEOPLE by these presents that WE

______________________________________________________________________________of_____________________

_____________ (hereinafter called “the Bank”), are bound unto

_______________________________________ (hereinafter called “the Employer”) in the sum for

which payment well and truly to be made to the said Employer, the Bank binds itself , its

successors, and assigns by these presents. Sealed with the Common Seal of the said Bank

this ___________ day of ___________________ 2015.

THE CONDITIONS of this obligation are:

1. If the Tenderer withdraws its Tender during the period of tender validity specified

by the Tenderer on the Tender Form; or

2. If the Tenderer, having been notified of the acceptance of its Tender by the Employer

during the period of tender validity:

(a) fails or refuses to execute the Contract Form, if required; or

(b) fails or refuses to furnish the performance security, in accordance with the

Instructions to Tenderers;

we undertake to pay to the Employer up to the above amount upon receipt of its first

written demand, without the Employer having to substantiate its demand, provided that

in its demand the Employer will note that the amount claimed by it is due to it, owing to

the occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force up to and including thirty (30) days after the period

of tender validity, and any demand in respect thereof should reach the Bank not later

than the above date.

_____________________________________

(Signature of the Bank)

Page 104: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

8.3 CONTRACT FORM

THIS AGREEMENT made the _____ day of _________________ 2015 between Nairobi City

County Government (hereinafter called “the Employer”) of the one part and

__________________________________________ (hereinafter called “the Contractor”) of the other

part:

WHEREAS the Employer invited Tender For Supply, Delivery, Installation,

Configuration and Commissioning of Data Center and ancillary services, viz.,

Provision of Goods and has accepted a tender by the Contractor for the provision of the

supply in the sum of

___________________________________________________________________________________(words)______

(figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part

of this Agreement, viz.:

(a) the Tender Form and the Price Schedule submitted by the Tenderer;

(b) the Schedule of Requirements;

(c) the General Conditions of Contract;

(d) the Special Conditions of Contract; and

(e) the Employer’s Notification of Award.

3. In consideration of the payments to be made by the Employer to the Contractor as

hereinafter mentioned, the Contractor hereby covenants with the Employer to

provide the services and to remedy defects therein in conformity in all respects with

the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the

provision of the Goods and services and the remedying of defects therein, the

Contract Price or such other sum as may become payable under the provisions of the

contract at the times and in the manner prescribed by the contract.

Page 105: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed for the Employer in the presence of:

COUNTY SECRETARY )

)

)

)

)

)

)

WITNESS )

)

)

)

Signed for the Contractor in the presence of:

DIRECTOR )

)

)

)

)

)

)

SECRETARY )

)

)

)

)

)

)

Page 106: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

8.4 PERFOMANCE SECURITY FORM

(To be on the Letterhead of the Bank)

To: NAIROBI CITY COUNTY

P.O. BOX 30075-00100

NAIROBI. KENYA

WHEREAS_____________________________________________________[name of Contractor]

(hereinafter called “the Contractor”) has undertaken, in pursuance of Contract No.

___________ dated______________________ 2015 to provide

__________________________________________________________________________________________

(hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor

shall furnish you with a bank guarantee by a reputable bank for the sum specified

therein Performance Security for compliance with the Contractor’s performance

obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Contractor a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf

of the Contractor, up to a total __________________________________________________________

_____________________(words)_____________ (figures], and we undertake to pay you,

upon your first written demand declaring the Contractor to be in default under the

Contract and without cavil or argument, any sum or sums within the limits

of____________________________________________________________________________ as aforesaid,

without your needing to prove or to show grounds or reasons for your demand or the

sum specified therein.

This guarantee is valid until the _____ day of __________2015.

Signature and seal of the Guarantors

[name of bank]

[address]

[date]

Page 107: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

8.5 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM

You are requested to give the particulars indicated in Part 1 and either Part 2(a), 2(b) or

2 (c) whichever applied to your type of business. You are advised that it is a serious

offence to give false information on this form.

Part 1 – General:

Business Name ……………………………………………………………………………

Location of business premises.……………………………………… Plot No………………………………

Street/Road …………………………… Postal Address ………………………..Tel No. ………..………….

Fax …………E mail ……………….. Nature of Business …………………………..………..….……………...

Registration Certificate No. ……………………………………………………………………….……………….

Maximum value of business which you can handle at any one time –

Kshs…...................................... Name of your bankers ………………………Branch

…………………………………………. Part 2 (a) – Sole Proprietor

Your name in full ……………………………………….. Age ………………………….

Nationality ……………………… Country of origin …………………………………….

Citizenship details ………………………………………………………………………… Part 2 (b)

Partnership Given details of partners as

follows:

Name Nationality Citizenship Details Shares

1. ………………………………………………………………………

2. ………………………………………………………………………

3. ………………………………………………………………………

4. ……………………………………………………………………… Part 2 (c ) – Registered Company

Private or Public

………………………………………………………………………………………. State the

nominal and issued capital of company-

Nominal Kshs…………………

Issued Kshs………………….

Given details of all directors as follows

Name Nationality Citizenship Details Shares

1………………………………………………………………………………………

2………………………………………………………………………………………

3..…………………………………………………………………………………….

4.………………………………………………………………………………………

5……………………………………………………………………………………….

Date …………………………. Signature of Candidate ………………………………..

If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth, Naturalization

or registration.

Page 108: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Part 2 (d) – Debarment

I/We declare that I/We have not been debarred from any procurement process and shall

not engage in any fraudulent or corrupt acts with regard to this or any other tender by

NCC and any other public or private institutions.

Full Names ………………………………………………………………………………………..

Signature ………………………………………………………………………………….

Dated this …………………………………….………day of…………………………………………2015.

In the capacity of ………………………………………………………………………………

Duly authorized to sign Tender for and on behalf of …………………………………………………

Part 2 (e) – Criminal Offence

I/We, (Name (s) of Director (s)):-

a) ……………………………………………………………………….………..……………

b) …………………………………………………………………………..….……….………

c) …………………………………………………………………………………………………

d) ………………………………………………………………………………………………

have not been convicted of any criminal offence relating to professional conduct or the

making of false statements or misrepresentations as to its qualifications to enter into a

procurement contract within a period of three (3) years preceding the commencement

of procurement proceedings.

Signed ……………………………………………………………………………………………

For and on behalf of M/s ……………………………………………………………………………

In the capacity of ………………………………………………………………………………………

Dated this ………………………………………day of …………………………………………….2015.

Suppliers’ / Company’s Official Rubber Stamp ………………………………………………………….

Part 2 (f) – Conflict of Interest

I/We, the undersigned state that I / We have no conflict of interest in relation to this

procurement:

a) …………………………………………………………………………………………………

b) …………………………………………………………………………………………………

c) …………………………………………………………………………………………………

d) …………………………………………………………………………………………………

Page 109: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

For and on behalf of M/s ………………………………………………………………………………….. In the

capacity of …………………………………………………………………………………………….

Dated this …………………………………………day of …………………………………………….2015

Suppliers’ / Company’s Official Rubber Stamp ………………………………………………………….

Part 2 (g) – Interest in the Firm:

Is there any person / persons in NCC or any other public institution who has interest in

the Firm? Yes / No? ……………………….. (Delete as necessary) Institution ………………………….

……………………………………. ……………………………… ………………………

(Title) (Signature) (Date)

Part 2(h) – Experience

Please list here below similar projects accomplished or companies / clients you have

supplied with similar items or equipment in the last two (2) years.

Company Name Country Contract/ Order No. Value

1.…………………………. ………………… ………………………. ……..…….

2. ………………………… ………………… …………………………. ………..…..

3.………………………… ………………… …………………………. ………..…..

Contact person (Full Names) ……………………………. E-mail address………………………….

Cell phone no …………………………. (Note: The person should be at the level of director)

*Attach proof of citizenship

* Attach certified copies of the following documents:

a) Previous orders from companies supplied before

b) Certificate of Incorporation / Registration

c) Tax Compliance Certificate (for local suppliers)

d) VAT Certificate (for local suppliers)

e) Audited Financial Statements / Accounts for the last two (2) years

f) Valid Local Authority / Trade License (for local suppliers)

*The above documents should be submitted if they are applicable to bidder.

Part 2(i) – Declaration

I / We, the undersigned state and declare that the above information is correct and that

I/We give Nairobi City County authority to seek any other references concerning my /

our company from whatever sources deemed relevant, e.g. Office of the Registrar of

Companies, Bankers, etc.

Full names …………………………………………………………………………………

Page 110: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

Signature……………………………………………………………………………………

For and on behalf of M/s ……………………………………………………………

In the capacity of ………………………………………………………………………..

Dated this ………………………………………day of …………………………………………….2015.

Suppliers’ / Company’s Official Rubber Stamp …………………………………………………………..

Page 111: NCC/ICT/T/063/2015-2016: TENDER DOCUMENT FOR · PDF fileassignment ... 8.4 perfomance security form ... ncc/ict/t/063/2015-2016 tender name: supply, delivery, installation, configuration

SITE VISIT CERTIFICATE

Date: ……………………………………

Tender No. ………………………………

To:

County Secretary

Nairobi City County

P. O. Box 30075-00100

NAIROBI

Attn: Chairman of Tender Evaluation Committee

Sir/Madam,

I confirm that _______________________________________of___________________

(Name of Tenderer) (Address)

being a tenderer for Supply, Delivery, Installation, Configuration and Commissioning of

Data Center, visited_____________________site on ________________ for the purposes of

(Station) (Date of Visit)

assessing the existing infrastructure for the purposes of the said tender.

__________________________

(Name)

__________________________ __________________________

(signature) (Position and stamp)