39
Request for Proposal For Design, Supply, Installation, Commissioning, and Operations & Maintenance of the State Data Centre Phase II Puducherry Volume II Technical & Functional Specifications ISSUED BY Puducherry e-Governance Society (PeGS) Puducherry RFP NO: 261/PYSDC Phase II/RFP/2018 Dated: 05/04/2018

REQUEST FOR PROPOSALdit.py.gov.in/documents/Tenders/SDCPhaseII_RFP_Vol2.pdf · ensures centralized delivery of citizen / departmental services. The SDC services would be deployed

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Request for Proposal

For Design, Supply, Installation, Commissioning, and Operations &

Maintenance of the State Data Centre Phase II Puducherry

Volume II

Technical & Functional Specifications

ISSUED BY

Puducherry e-Governance Society (PeGS)

Puducherry

RFP NO: 261/PYSDC Phase II/RFP/2018 Dated: 05/04/2018

Table of Contents

1. SECT ION I – TECHNICAL REQUIREMENT S ............................................................3

1.1 SDC II ARCHIT ECT URE .................................................................................3

1.1.1 DESIGN DESCRIPT ION ............................................................................5

1.2 BILL OF MAT ERIALS ......................................................................................6

2. SECT ION II- TECHNICAL SPECIFICATION .............................................................7

2.1 SERV ER..........................................................................................................7

2.2 ST ORAGE .......................................................................................................7

2.3 ROUT ER .........................................................................................................9

2.4 FIREWALL.................................................................................................... 12

2.5 CORE SWIT CH.............................................................................................. 13

2.6 DESKT OP ..................................................................................................... 15

2.7 IP PHONE & IP PBX.................................................................................... 17

2.8 COMPLIANCE T O ISO27001 STANDA RDS OF SECURITY............................... 18

2.9 SPECIFICAT IONS FOR DATA CENT ER DESIGN & IMPLEMENTATION ............ 19

2.10 EA RT HING ................................................................................................ 19

2.11 ACCESS CONT ROL SYST EM ......................................................................... 20

2.12 FIRE SUPPRESSION SYST EM ..................................................................... 21

2.13 PRECISION AIR CONDIT IONING............................................................... 24

2.14 COMFORT AIR CONDIT IONING FOR AUXILIA RY AREA S ............................28

2.15 CCTV SYST EM ..........................................................................................29

2.16 INDOOR CA MERA..................................................................................... 30

2.17 NET WORK VIDEO RECORDER (NVR) .......................................................... 31

3. SECT ION III – COMPLIANCE T O SPECIFICATIONS...............................................33

4. SECT ION IV – INST RUCT IONS FOR FURNISHING BA NK GUA RANT EE .................35

5. SECT ION V – PROFORMA FOR PERFORMANCE BA NK GUA RANTEE ....................36

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 3 | P a g e

1. Section I – Technical Requirements

The bidders can propose appropriate industry standard products & solutions for the components required for

implementation of the Puducherry State Data Centre II Project.

1.1 SDC II Architecture The Government of Puducherry has decided to host all the applications of the UT into the public Cloud. The

existing SDC shall operate as an archival center for all the applications hosted on the public cloud and shall have

provision for hosting e-District and CCTNS applications as co-location model. As part of the e-District and

CCTNS project the department had already procured the sever infrastructure, application software and related

software licenses. The SDC shall offer the co-location serv ices for those applications including storage, network

and managed services for next two y ears. The indicative design architecture has been provided below, however

the bidder can propose the better architecture. The same shall be validated by the consultant/ SIA during the

tender evaluation.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 4 | P a g e

Any successful architecture or sy stem is based on a foundation of solid design. The network architecture consists

of various functional building block modules, with each module performing a set of specific functions. The

architectural modules not only assist in the network design process, but also help in necessary IP address

planning process. The following Zones have been identified for the DC Network;

1. Intranet Zone

2. Internet Zone

3. Core/Business Logic Zone

Intranet Zone

The departments who are accessing the CCTNS and e-District application will be connected to the PYSDC II

through the intranet zone (PSWAN). Those internal users can avail the data center service through the intranet

zone through the PSWAN backbone network (OFC). All the information, request, data etc. will pass through the

intranet zone to the core/business logic zone.

Backbone Connectivity

The Existing PSWAN will be utilized as the backbone network for connecting those two line departments to the

SDC.

Internet Zone

Internet connectivity through NKN and BSNL is already available at the SDC. The Bidder to make provision in

the router to connect the internet lines in the router.

Internet connectivity – Secure Internet connectivity with firewall will be implemented.

Next Generation Firewall–The firewall should offer deep packet inspection capabilities to provide

defence in depth. The firewall should support VPN (SSL/IPSec) capabilities to provide secure remote

monitoring from anywhere on the Internet if required.

Virtual Private Network (VPN) – VPN tunnels allow the users to connect to the PYSDC II network

and use its sy stems through internet even when not directly connected to that network. The Bidder has

to provide SSL and IPSec VPN access through Router or Firewall.

Intrusion prevention sy stem should identify potential threats and respond to them swiftly. An intrusion

prevention system (IPS) should monitor network traffic. However, because an exploit may be carried out very

quickly after the attacker gains access, intrusion prevention sy stems also have the ability to take immediate

action, based on a set of rules established as per Government of Puducherry.

Monitoring & Helpdesk:

The Bidder can propose open source EMS and NMS solution for monitoring the SDC.

1. Monitor phy sical servers, storage, Network switches, routers, firewalls BMS etc. 2. Monitor OS, DB, Application, webservers, AD etc. 3. Change management

4. Asset Management

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 5 | P a g e

1.1.1 Design Description

• The SDC will be connected to the PSWAN for providing intranet services to the line departments/ users.

PSWAN connection termination is already available in the SDC. PSWAN router will be connected to the

SDC core router.

• It should be also noted that, SWAN would also be carrier for CSC information or dataflow between the

Citizens / Users (Departments/ Offices) and the SDC. This Router would be bridge between the intranet

i.e. SWAN users and SDC environment.

• The SDC should have the proper archival mechanism to archive the data of various line department.

• The Bidder has to provision Active directory, DNS and proxy servers for CCTNS and e-District

applications in the SDC.

• The router would also have capability to handle the data traffic and multiple SSL/VPN encapsulations

for secured data transfer between SWAN /Internet and SDC.

• SDC will be directly connected with PSWAN using optical Fiber.

• Internet connectivity is available from two different service providers at the existing SDC.

• Intrusion Prevention System should detect malicious traffic from Internet/extranet network and further

protect the SDC environment;

• Firewalls would provide protection between the extranets (SWAN/ CSC/ Internet) and DMZ (which will

host various application / web servers).

• The Application servers would be accessing the database from the backend in order to process the user

/ citizens queries/requests.

• The Database servers (RDBMS) are further hosted in higher security layer, comprising of components

such as Firewall and Intrusion Prevention system.

• Application and System layer at SDC would be Multi-layered and designed to adhere to the open industry

standards like XML, SOAP etc.

• The SDC will provide co-location serv ice for CCNTS and e-district applications along with storage

Serv ice, security services, internet bandwidth, help desk, data archival etc.. Using these services, the SDC

ensures centralized delivery of citizen / departmental services. The SDC serv ices would be deploy ed as

components and therefore will have a potential for re-use in launching future serv ices, without

disturbing the existing architecture.

• For Securing the SDC, the Next Generation Firewall with Intrusion prevention systems shall carryout

state-full inspection and shall manage the access control. At the same time more specific content level

scanning like Anti-Spam, network anti-virus gateways should be provisioned to ensure content level

scanning, blocking and access.

• In this secure infrastructure it has to be ensured that the security dev ices in the network such as

Firewalls, Anti-Spam Filters, proxy servers, anti-virus gateway devices should be distributed to optimize

performance.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 6 | P a g e

• The business related services would also have a potential of having multi-channel access / integration in

future, as the data returned by the components would be in XML /SOAP format. Unicode would be the

technology used for dissemination of information in multi-lingual format, though the existing data is

stored in font based format. Since, several outside entities will access SDC serv ices, and hence it is

important to use international standards such as the Unicode etc.

• Another key consideration should be done for hosting the Legacy applications.

1.2 Bill of Materials

This section provides the consolidated Bill of Material for the State Data Center II for Government of

Puducherry. The specifications of the components listed below are provided in the later sections of the

RFP.

S No Item description Qty UOM

1. Storage with 80 TB usable space 1 Set

2. Rack server with 2x8 core processor, 128 GB RAM 2 Nos

3. Server for Active Directory, DNS and proxy with required OS 1 Lot

4. Open source EMS & Required servers, OS & DB 1 Lot

5. Core Switch- L3 Switch 2 Nos

6. 24 port L2 Access Switch 2 Nos

7. Router 2 Nos

8. Firewall with IPS 2 Nos

9. Comfort Air Conditioning 2 Ton 1 Lot

10. Precision AC 1 Lot

11. Workstations (Desktop) 3 Nos

12. Electrical & Light fixtures 1 Lot

13. Access Control Sy stem 1 Lot

14. Fire Suppression sy stem 1 Lot

15. CCTV Sy stem 1 Lot

16. BMS Software 1 Lot

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 7 | P a g e

2. Section II- Technical Specification

2.1 Server

# Parameter Minimum Specifications Compliance Remarks

1 Processor

Latest series/ generation of 64 bit x86

processor(s) with 8 or higher Cores

Processor speed should be minimum 2.4 GHz

Minimum 2 processors per each physical server

2 RAM Minimum 128 GB Memory per physical server

3 Internal Storage

2 x 300 GB SAS drives

4 Network interface

2 X 1 GbE LAN ports for providing Ethernet

connectivity

1 X Dual-port 8 Gbps FC HBA for providing FC connectivity

5 RAID

support As per requirement/solution

6 Operating System

Licensed version of 64 bit latest version

of Linux/ Unix/Microsoft® Windows based Operating system)

7 Form Factor Rack

8 Virtualization Shall support Industry standard

virtualization hypervisor like Hyper-V,

VMWARE and Citrix.

2.2 Storage

# Parameter Minimum Specifications Compliance Remarks

1 Solution/ Type

· Unified storage supports the following protocols but not limited to;

IP Based

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 8 | P a g e

# Parameter Minimum Specifications Compliance Remarks

iSCSI

FC

NFS

CIFS

2 Storage

· Storage Capacity should be minimum

80 TB with Minimum 10K IOPS (usable,

after configuring in offered RAID

configuration)

· RAID solution offered must protect against

double disc failure.

· Disks should be preferably minimum of 3

TB capacity

· To store all types of data (Data, Voice,

Images, Video, etc)

· Storage system capable of scaling vertically and horizontally

3 Hardware Platform

· Rack mounted form-factor

· Modular design to support controllers and disk drives expansion

4 Controllers

· At least 2 Controllers in active/active mode

· The controllers / Storage nodes should be

upgradable seamlessly, without any

disruptions / downtime to production

workflow for performance, capacity

enhancement and software / firmware

upgrades.

5 RAID support

· RAID 0, 1, 1+0, 5+0 and 6

6 Cache

· Minimum 64 GB of useable cache across all

controllers. If cache is provided in additional

hardware for unified storage solution, then

cache must be over and above 64 GB.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 9 | P a g e

# Parameter Minimum Specifications Compliance Remarks

7 Redundancy

and High Availability

· The Storage System should be able to

protect the data against single point of failure

with respect to hard disks, connectivity interfaces, fans and power supplies

8 Management software

· All the necessary software (GUI Based) to

configure and manage the storage space,

RAID configuration, logical drives allocation,

snapshots etc. are to be provided for the entire

system proposed.

· Licenses for the storage management

software should include disc capacity/count of

the complete solution and any additional disks

to be plugged in in the future, upto max

capacity of the existing controller/units.

· A single command console for entire storage

system.

· Should also include storage performance

monitoring and management software

· Should provide the functionality of

proactive monitoring of Disk drive and

Storage system for all possible disk failures

· Should be able to take "snapshots" of the

stored data to another logical drive for backup purposes

9 Data Protection

The storage array must have complete cache

protection mechanism either by de-staging

data to disk or providing complete cache data protection with battery backup for up to 4 hours

2.3 Router

# Parameter Minimum Specifications Compliance Remarks

1 Multi-Services

Should deliver multiple IP services over a flexible combination of interfaces

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 10 | P a g e

# Parameter Minimum Specifications Compliance Remarks

2 Ports

As per overall network architecture proposed

by the bidder, the router should be populated

with required number of LAN/WAN

ports/modules, with cable for connectivity to

other network elements. Minimum 4x1G SFP WAN Interface, 4x1 G LAN interface

3 Speed As per requirement, to cater to entire bandwidth requirement of the project.

4 Interface modules

Must have capability to interface with variety interfaces.

5

Protocol Support

Must have support for TCP/IP, PPP, Frame relay or any equivalent protocols

6 Must support VPN

7 Must have support for integration

of data and voice services

8 Routing protocols of RIP, OSPF,

and BGP.

9 Support IPV4 & IPV6

10

Should support Multicast-only

fast reroute (MoFRR) to minimize packet

loss in PIM and multipoint LDP domains

with dual paths available.

11 Manageability Must be SNMP manageable

12

Scalable

The router should be scalable. For

each slot multiple modules should be

available.

13

The chassis offered must have

free slots to meet the scalability requirement of expansion of the project in the future.

14 Should support minimum 250k

ipv4 and 125k ipv6 routes

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 11 | P a g e

# Parameter Minimum Specifications Compliance Remarks

15 should support at least 500 VRF/

MPLS VPN

16 Traffic control Traffic Control and Filtering features for flexible user control policies

17 Bandwidth Bandwidth on demand for cost effective connection performance enhancement

18 Remote Access

Remote access features

19

Redundancy

Redundancy in terms of Power

supply(s). Power supply should be able to

support fully loaded chassis

20 All interface modules, power

supplies should be hot-swappable

21

Security features

MD5 encryption for routing protocol

22 NAT

23 RADIUS Authentication

24 Management Access policy

25 IPSec / Encryption

26 L2TP

27

QOS Features

RSVP

28 Priority Queuing

29 Policy based routing

30 Traffic shaping

31 Time-based QoS Policy

32 Bandwidth Reservation /

Committed Information Rate

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 12 | P a g e

2.4 Firewall

# Parameter Minimum Specifications Compliance Remarks

1

Physical attributes

· Should be mountable on 19” Rack

2 · Modular Chassis

3 · Internal redundant power supply

4 Interfaces

· Minimum 8 x 1 GE

5 · Console Port 1 number

6

Performance

and

Availability

· IMIX throughput: minimum 500 Gbps

. Threat Prevention throughput

(Firewall, Anti Malware, URL, Application

control) : Minimum 250 Mbps

. IPS throughput: Min. 500 Mbps

7

· Concurrent connections: Min. 50,000

. New Connections : Min. 5,000

8

Routing Protocols

· Static Routes

9 · RIPv1, RIPv2

10 · OSPF, BGP

11

Protocols

· TCP/IP, PPTP

12 · RTP, L2TP

13 · IPSec, GRE, DES/3DES/AES

14 · PPPoE, EAP-TLS, RTP

15 · FTP, HTTP, HTTPS

16 · SNMP, SMTP

17 · DHCP, DNS

18 · Support for Ipv6

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 13 | P a g e

# Parameter Minimum Specifications Compliance Remarks

19 Other support

· 802.1Q, NAT, PAT, IP Multicast

support, Remote Access VPN, Time based

Access control lists, URL Filtering, Anti

Malware, Application Control, IPS, support VLAN, Radius/ TACACS

20 QoS

· QoS features like traffic prioritization,

differentiated services, committed access rate.

Should support for QoS features for defining the QoS policies.

21 Management

· Console, Telnet, SSHv2, Browser based configuration

22 · SNMPv1, SNMPv2, SNMPv3

2.5 Core Switch # Parameter Minimum Specifications Compliance Remarks

1

Ports

· 24 or 48 (as per density required) 1G

Ethernet ports (as per internal connection

requirements) and Minimum 4 (as per density required) 10G Ethernet ports

2

· All ports can auto-negotiate between all

allowable speeds, half-duplex or full duplex and flow control for half-duplex ports.

3 Switch type Layer 3

4 MAC Support 16K MAC address.

5 Backplane Capable of providing wire-speed switching

6 Throughput Minimum 128 Gbps or better

7 Port Features

Must support Port Mirroring, Port Trunking

and 802.3ad LACP Link Aggregation port trunks

8 Flow Control Support IEEE 802.3x flow control for full-

duplex mode ports.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 14 | P a g e

# Parameter Minimum Specifications Compliance Remarks

9

Protocols

· IPV4, IPV6

10 · Support 802.1D, 802.1S, 802.1w, Rate limiting

11 · Support 802.1X Security standards

12 · Support 802.1Q VLAN encapsulation, IGMP v1, v2 and v3 snooping

13 · Should have routing protocols like

OSPFv3, BGP v4 & v6 & IS-IS.

14 · Should support DCB (802.1Qbb &

802.1qaz), FCoE Transit.

15 · 802.1p Priority Queues, port mirroring, DiffServ

16 · DHCP support

17 · Support up to 1024 VLANs

18 · Support IGMP Snooping and IGMP Querying

19 · Support Multicasting

20 · Should support Loop protection and Loop detection

21

Access

Control

· Support port security

22 · Support 802.1x (Port based network

access control).

23 · Support for MAC filtering.

24 · Should support TACACS+ and RADIUS authentication

25 VLAN · Support 802.1Q Tagged VLAN and port based VLANs and Private VLAN

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 15 | P a g e

# Parameter Minimum Specifications Compliance Remarks

26 · The switch must support dynamic VLAN Registration or equivalent

27 · Dynamic Trunking protocol or equivalent

28

Protocol and

Traffic

· Network Time Protocol or equivalent

Simple Network Time Protocol support

29 · Switch should support traffic segmentation

30 · Traffic classification should be based on

user-definable application types: TOS, DSCP,

Port based, TCP/UDP port number

31

Management

· Switch needs to have a console port for management via a console terminal or PC

32 · Must have support SNMP v1,v2 and v3

33 · Should support 4 groups of RMON

34

· Should have accessibility using Telnet,

SSH, Console access, easier software upgrade

through network using TFTP etc.

Configuration management through CLI,

GUI based software utility and using web interface

35 Resiliency

· Dual load sharing AC and DC power

supplies

36 · Redundant variable-speed fans

2.6 Desktop

# Parameter Minimum Specifications Complianc

e Remarks

1 Processor Intel Core i7-latest generation (3.0 Ghz) or higher or Equivalent 64 bit x86 processor

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 16 | P a g e

# Parameter Minimum Specifications Complianc

e Remarks

2 Memory Min. 8 GB DDR4 RAM @ 1600 MHz. One DIMM Slot must be free for future upgrade

3 Motherboard OEM Motherboard

4 Hard Disk

Drive

Minimum 2TB GB SATA III Hard Disk @7200

RPM or higher

5 Audio Line/Mic In, Line-out/Speaker Out (3.5 mm)

6 Network port 10/100/1000 Mbps auto-sensing on-board integrated RJ-45 Ethernet Port

7 USB Ports Minimum 4 USB ports (out of that 2 must be in front)

8 Display Port 1 Display Port (HDMI/VGA ) port

9 Power supply Maximum Rating 250 Watts, 80 plus certified power supply

10 Keyboard

104 keys Heavy Duty Mechanical Switch

Keyboard (USB Interface) with 50 million

keystrokes life per switch. Rupee Symbol to be engraved.

11 Mouse Optical with USB interface (same make as desktop)

12 Monitor

Minimum 21.5” diagonal LED Monitor with full

HD 1080p or higher resolution. (Same make as desktop). Must be TCO05 certified

13

Operation

System and Support

Pre-loaded Windows 10 Pro (or latest)

Professional, licensed copy with certificate of

authenticity (or equivalent authenticity

information) and all necessary and latest patches

and updates. Can be downgraded to Windows 7

Professional (64 bit).All Utilities and driver software, bundled in CD/DVD/Pen-drive media

14 Certification for Desktop

Energy Star 5.0 or above / BEE star certified

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 17 | P a g e

# Parameter Minimum Specifications Complianc

e Remarks

15

Other pre-

loaded

software

(open source/ free)

Latest version of Libre-office, Latest version of

Adobe Acrobat Reader, Scanning Software (as

per scanner offered). These software shall be pre-

loaded (at the facility of OEM or any other

location) before shipment to Authority offices/locations.

2.7 IP Phone & IP PBX

# Parameter Minimum Specifications Complianc

e Remarks

1 Display 2 line or more, Monochrome display for viewing features like messages, directory etc.

2 Integral switch 10/100 mbps for a direct connection to a

10/100BASE-T Ethernet network through an RJ-45 interface

3 Speaker Phone Yes

4 Head set Port for Head set (Headset also to be

provided)

5 VoIP Protocol SIP V2

6 PoE IEEE 802.3af or better

7 Supported

Protocols SNMP, DHCP, DNS

8 Codecs G.711, G.722 including handset and speakerphone

9 Speaker Phone

Full duplex speaker phone with echo cancellation

10 Speaker on/ off button, microphone mute

11 Volume control Easy decibel level adjustment for speaker phone, handset and ringer

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 18 | P a g e

# Parameter Minimum Specifications Complianc

e Remarks

12 Phonebook/Address book

Minimum 100 contacts

13 Call Logs Access to missed, received, and placed calls.

(Minimum 20 overall)

14 Clock Time and Date on display

15 Ringer Selectable Ringer tone

16 Directory Access LDAP standard directory

17

IP PBX to support minimum 100 IP Phones with at least 50

concurrent sessions with features like –

• Provide reports for calls based on records, calls on a user basis,

calls through gateways etc.

• Able to add bulk add, delete, and update operations for devices

and users • Session Initiation Protocol (SIP) Trunk support

• Centralized, configuration database, Web based management

• Lightweight Directory Access Protocol (LDAP) directory

interface

• Facilities to users like Call Back, Call Forward, Directory Dial,

Last number Redial, etc.

• Calling Line Identification

2.8 Compliance to ISO27001 Standards of Security The technology solution should comply with ISO27001 standards and the DCO has to get the

certificate of the same within three quarters” from the date of start of successful operations of the

State Data Centre. Subsequently periodic surveillance audits must be carried out”. The cost

incurred for obtaining and maintaining the certification shall be borne by the DCO.

Security certification process shall include Audit of Network, Server and Application

Security mechanisms.

Assessment of authentication mechanism provided in the application /components /

Modules Assessment of data encryption mechanism.

Assessment of data access privileges, retention periods and archival mechanisms.

Final output of this process would be a comprehensive audit report including all the Network,

Server and Application security features incorporated in the project.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 19 | P a g e

Manageability Requirements of the project will be tested and certified for the following:

Remote Monitoring of Status and Statistics of all high-level components

Management capability to start/ stop/ restart services & sy stems.

Auto discovery of all components manageable through SNMP

Auto discovery of all other sy stem components.

Ability to track changes in configurations of the sy stem components to help track

Serv ice/ System disruptions.

Final output of this process would be a manageability compliance document for the sy stem

deploy ed.

2.9 Specifications for Data Center Design & Implementation This section details the technical specifications, mandatory compliance of the IA to these specifications in

implementation of the State Data Center for Puducherry.

1. IT Equipment

2. Electrical Work

3. CCTV Sy stem

4. Air Conditioning System

5. Building Management System Components

6. Fire/Smoke Detection and suppression sy stem

7. Access Control Sy stem

2.10 Earthing All electrical components (whichever supplied as part of SoW of this RFP) are to be earthen by connecting two

earth tapes from the frame of the component ring and will be connected v ia several earth electrodes. The cable

arm will be earthen through the cable glands. Earthling shall be in conformity with provision of rules 32, 61, 62,

67 & 68 of Indian Electricity rules 1956 and as per IS-3043. The entire applicable IT infrastructure in the Control

Rooms shall be earthed.

Earthing should be done for the entire power system and provisioning should be there to earth

UPS sy stems, Power distribution units, AC units etc. so as to avoid a ground differential. State 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 sy stem should have sufficient low resistance in the

range of 0 to 25 ohm to ensure prompt operation of respective protective dev ices in event of a

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 20 | P a g e

ground fault, to provide the required safety from an electric shock to personnel & protect the

equipm ent 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.

A complete copper mesh earthing grid needs to be installed for the server farm area, every rack

need to be connected to this earthing grid. A separate earthing pit need to be in place for this

copper mesh.

Provide separate Earthing pits for Servers, UPS & Generators as per the standards.

2.11 Access Control System The Access Control Sy stem shall be deploy ed with the objective of allowing entry and exit to and from the

premises to authorized personnel only. The sy stem deploy ed shall be based on Biometric Technology. An

access control sy stem consisting of a central PC, intelligent controllers, power supplies and all associated

accessories is required to make a fully operational on line access control sy stem. Access control shall be

provided for entry / exit 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 v isitors

Configurable sy stem 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

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 21 | P a g e

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.

2.12 Fire Suppression System The SI shall design, install, and configure the Fire Suppression Sy stem for the Data Center area. The Fire

Suppression Sy stem shall have a clean agent fire suppression sy stem cylinder, seamless cy linders, discharge

hose, fire detectors and panels, and all other accessories required to provide a complete operational system,

meeting applicable requirements of NFPA 2001 Clean Agent Fire Extinguishing Systems, NFPA 70 National

Electric Code, NFPA 72 National Fire Alarm Code, or ISO standards. These standards shall be used to ensure

the performance as a sy stem with UL/FM approvals and installed in compliance with all applicable

requirements of the local codes and standards.

Ky oto Protocols

1. The clean agent sy stem considered for total flooding application shall be in compliance with the

provisions of Ky oto Protocol.

2. Care shall be taken that none of the greenhouse gases identified in the Ky oto Protocol is used for fire

suppression application.

Minimum Specifications

The minimum criteria to select the clean agent shall include following specifications:

Zero-ozone depleting potential

Global-warming potential not exceeding one

Atmospheric lifetime not exceeding one week

The clean agent fire suppression sy stem with FK-5-1-12 and inert gas-based sy stems are accepted as a

replacement of HCFC and HFC in accordance with Ky oto Protocol.

The clean agent considered for the suppression sy stem shall be suitable for occupied areas with 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.

The minimum design standards shall be in accordance with NFPA 2001, 2004 edition or latest

rev isions.

Care shall be given to ensure early warning detection system with minimum sensitivity of 0.03% per

foot obscuration in accordance with NFPA 318 and NFPA 72 to ensure a very early warning signal to

allow investigation of the incipient fire with significant time before the other detectors activate the fire

suppression sy stem automatically.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 22 | P a g e

All sy stem 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 operational readiness closure period.

Fire suppression sy stem shall deploy NOVEC-based gas suppression sy stems with cross-zoned detector

sy stems for all locations. These detectors shall be arranged in a manner such that they activate the

suppression sy stem in zones to cater to only the affected area.

Illuminated signs indicating the location of the extinguishers shall be placed high enough to be seen

over tall cabinets and racks across the room. A linear heat detection cable shall be placed along all wire

pathways in the ceiling. This cable shall not directly trigger the suppression sy stem; rather, it shall

prompt the control sy stem to sound an alarm.

The SI shall give a certificate stating that their NOVEC sy stem is approved by UL/FM/VdS/LPC/CNPP

for use with seamless steel cy linders, including component and sy stem approval.

The SI shall also provide a letter that the OEM has NOVEC flow calculation software suitable for

seamless steel cy linder bided for in accordance with the List of Major Components and that such

software shall be ty pe approved by UL/FM/VdS/LPC/CNPP.

The storage container offered shall be of seamless ty pe, meant for exclusive use in NOVEC systems,

with UL/FM/VdS/LPC/CNPP-component approval. Welded cy linders are not permitted.

The NOVEC valve shall be differential pressure design and shall not require an explosive- or

detonation-type consumable device to operate it.

The NOVEC valve operating actuators shall be of electric (solenoid) ty pe and shall be capable of

resetting manually. The valve shall be capable of being functionally tested for periodic serv icing

requirements and without any need to replace consumable parts.

The indiv idual NOVEC bank shall also be fitted with a manual mechanism operating facility that shall

provide actuation in case of electric failure.

The sy stem flow calculation is to be carried out on certified software, suitable for the seamless steel

cy linder being offered for this project. Such sy stem flow calculations shall be also approved by

UL/FM/VdS/LPC/CNPP.

The sy stem shall utilize 42-bar/high-pressure (600 psi) technology that allows for a higher capacity to

overcome frictional losses, higher distances of the agent flow, and better agent penetration in enclosed

electronic equipment such as server racks and electrical panels.

The designer shall study and address possible fire hazards within the protected volume at the design

stage. The delivery of the NOVEC system shall provide for the highest degree of protection and

minimum extinguishing time. The design shall be strictly in accordance with NFPA standard NFPA

2001.

The suppression sy stem shall provide for a high-speed release of NOVEC-based on the concept of total

flooding protection for enclosed areas. A uniform extinguishing concentration shall be 7% (v/v) of

NOVEC for 21 degrees Celsius or higher as recommended by the manufacturer.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 23 | P a g e

The sy stem discharge time shall be 10 seconds or less, in accordance with NFPA standard 2001.

Sub-floor and the ceiling void to be included in the protected volume.

The NOVEC sy stems to be supplied by The SI shall satisfy all the requirements of the authority having

jurisdiction over the location of the protected area and shall be in accordance with the OEM’s product

design criteria.

The detection and control sy stem that shall be used to trigger the NOVEC suppression shall employ

cross-zoning of photoelectric and ionization smoke detectors. A single detector activated in one zone

shall cause an alarm signal to be generated. Another detector activated in the second zone 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. The nozzle locations shall be such that the uniform

design concentration will be established in all parts of the protected volumes. The final number of the

discharge nozzles shall be according to the OEM’s certified software, which shall also be approved by

third-party inspection and certified such as UL/FM/VdS/LPC/CNPP.

The cy linder shall be equipped with differential pressure valves and no replacement parts shall be

necessary to recharge the NOVEC containers.

NOVEC 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 NOVEC discharge shall be activated by an output directly from the NOVEC gas release control

panel, which will activate the solenoid valve. NOVEC 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 dev ice shall be capable of being operated with no replacement of

parts required after this operation.

Upon discharge of the sy stem, no parts shall require replacement other than gasket, lubricants, and the

NOVEC agent. Systems requiring replacement of disks, squibs, or any other parts that add to the

recharge cost will not be acceptable.

The manual release dev ice fitted on the NOVEC cylinders shall be the manual-lever type and a

faceplate with clear instruction of how to mechanically activate the system. In all cases, NOVEC

cy linders shall be fitted with a manual mechanical operating facility that requires two-action actuation

to prevent accidental actuation.

NOVEC 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.

NOVEC containers shall be equipped with a pressure gauge to display internal pressure.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 24 | P a g e

Brass Discharge nozzles shall be used to disperse the NOVEC. The nozzles shall be brass with female

threads and available in sizes as advised by the OEM sy stem manufacturer. Each size shall come in

180° and 360° dispersion patterns.

All the major components of the NOVEC 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 with the requirements of

NFPA 2001, shall be provided.

Release of NOVEC 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 NFPA 2001.

A high-sensitivity smoke-detection system shall provide an early warning of fire in its incipient stage,

analyze the risk, and set off an alarm and actions appropriate to the risk. The sy stem shall include, but

not be limited to, a display control panel, detector assembly, and properly designed sampling pipe

network.

2.13 Precision Air Conditioning The Data Centers Area shall be provided with fully redundant, microprocessor-based, gas-based, Precision Air-

Conditioning sy stem. Cool air feed to the Data Centers shall be bottom -charged or downward flow type using

the raised floor as supply plenum through perforated aluminum tiles for airflow distribution. The return

airflow shall be through the 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 the false floor is not

acceptable. Air conditioning shall be capable of providing sensible cooling capacities at the design a mbient

temperature and humidity with adequate airflow. The Precision Air-Conditioning system shall capable to be

integrated with the BMS for effective monitoring.

The SI shall assess, design, supply , transport, store, unpack, erect, and test the successful commissioning and

satisfactory completion of trial operations of the Precision Air-Conditioning system for the Data Centers. The

SI shall follow ASHRAE Standard for the HVAC and Ducting. The SI shall be responsible for:

1. Connecting the indoor unit with the mains electrical point

1. Connecting indoor and outdoor units mechanically (with 18-gauge-hard copper piping).

2. Connecting indoor and outdoor unit electrically

3. Nitrogen pressure testing, triple vacuum, and final gas charging

4. Connecting the humidifier feed line with the point provided

5. Connecting the drain line with the point provided

6. Commissioning and handing over the unit to the customer

7 . Operation and routine maintenance training for up to two persons nominated by the CLIENT while

commissioning the units at site

T emperature Requirements

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 25 | P a g e

The environment inside the Primary and Secondary Data Centers shall be continuously maintained at 23 ± 1o

degrees Celsius. The temperature and humidity shall be controlled at desired levels. The necessary alarms for

variation in temperatures shall be monitored on a 24/7 basis and logged for providing reports.

Indicating Lamps

1. Indicating lamps assembly shall be screw type with built in resistor having non-fading color lens. LED

ty pe lamps are required.

2. Wiring for Remote ON, OFF, TRIP indicating lamps is required.

a . ON indicating lamp: Red

b . OFF indicating lamp: Green

c . TRIP indicating lamp: Amber

d . PHASE indicating lamp: Red, Yellow, Blue

e . TRIP circuit healthy lamp: Milky

Relative Humidity (RH) requirements

Ambient RH levels shall be maintained at 50% ± 5 non-condensing. Humidity sensors shall be deploy ed. The

necessary alarms for variation in RH shall be monitored on a 24/7 basis and logged for providing reports.

T emperature and Relative Humidity Recorders

Temperature and relative humidity recorders shall be deploy ed for recording events of multiple locations

within the Primary and Secondary Data Centers. Records of events for the past 7 day s shall be recorded and

presentable whenever required. Sensors shall be located at various locations within the Primary and Secondary

Data Centers to record temperature and humidity automatically.

Air Quality Levels

The Primary and Secondary Data Centers shall be kept at highest level of cleanliness to eliminate the impact of

air quality on the hardware and other critical devices. The Primary and Secondary Data Centers shall be

deploy ed 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, or blocking the function of

moving parts.

Additional Points

1. The precision air conditioners shall be capable of maintaining a temperature range of 23 degrees

Celsius with a maximum of ±1 degree variation and relative humidity of 50% w ith a maximum variation

of ±5%.

2. The precision air conditioners shall have two (2) independent refrigeration circuits, each comprised of

one scroll compressor, refrigeration circuit and condenser, and dual blowers for flexibility of operations

and better redundancy.

3. The unit casing shall be in double-skin construction for longer life of the unit and low noise level.

4. For close control of the Data Centers temperature and relative humidity (RH) environment conditions,

the controller shall have proportional integration and differential (PID).

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 26 | P a g e

5. The precision unit shall be air-cooled, refrigerant-based sy stem to avoid chilled water in critical space.

6. The internal rack layout design shall follow the cold aisle and hot aisle concept as recommended by

ASHRAE.

7 . The refrigerant used shall be environmentally friendly HFC, R-407-C or equivalent in view of the long-

term usage of the Data Centers equipment as well as the availability of spares and refrigerant.

8. The sy stem shall include fully deploy ed Dynamic Smart Cooling with auto sequencing and auto power management features.

9. Thermal and computational fluid dynamics (CFD) analysis diagrams shall be provided

10. 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

ty pe, double-width, double-inlet, and statically and dy namically balanced. Each fan shall be direct-

driven by a high efficiency direct current (DC) motor.

11. 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.

12. Dehumidification shall be achieved by either reducing effective coil area by solenoid valve arrangement

or using the dew point method of control. Whenever dehumidification is required, the control sy stem

shall enable a solenoid valve to limit the exchange surface of the evaporating coil, thereby providing a

lower evaporating temperature.

13. The humidifier and heaters shall be built-in features 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 sy stem 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 sy stem. 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 v ia a U-pipe overflow system. Drain solenoid valves shall not be used. A microprocessor shall

control the humidification and heating through suitable sensors.

14. The following microprocessor controls features shall be displayed on the units:

a . Room temperature and humidity

i. Supply fan working status

Compressor working status

Condenser fans working status

Electric heaters working status

Humidifier working status

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 27 | P a g e

Manual/Auto unit status

Line voltage value

b . Temperature set point

i. Humidity set point

Working hours of main component i.e. compressors, fans, heater, humidifier.

Unit working hours

Current date and time

Ty pe of alarm (with automatic reset or block)

The last 10 intervened alarms

15. The microprocessor shall be able to perform following functions:

c . Testing of the working of display system

d . Password for unit calibration values modification

e . Automatic restart of program

f. Cooling capacity control

g . Compressor starting timer

h. Humidifier capacity limitation

i . Date and time of last 10 intervened alarm

j. Start/Stop status storage

k. Random starting of the unit.

l . Outlet for the connection to remote system

m . Temperature and humidity set point calibration

n. Delay of general alarm activation

o . Alarm calibration

16. Following alarms shall be displayed on screen of microprocessor unit:

p . Air flow loss

q . Clogged filters

r . Compressor low pressure

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 28 | P a g e

s . Compressor high pressure

t . Smoke /ire

u . Humidifier low water level

v . High/Low room temperature

w. High/Low room humidity

x . Spare external alarms

y . Water under floor

17 . The control sy stem shall include the following settable features:

z. Unit identification number

aa . Start-up delay, cold start delay, and fan run on timers

b b . Sensor calibration

c c . Remote shutdown and general alarm management

dd . Compressor sequencing

e e . Return temperature control

ff. Choice of modulating output types

18. The unit shall incorporate the following protections:

gg. Single phasing preventers

hh. Reverse phasing

i i . Phase misbalancing

j j . Phase failure

kk. Overload tripping (MPCB) of all components

2.14 Comfort Air Conditioning for Auxiliary Areas

Capacity – min 2 Tonnage

Cooling Capacity – minimum 25000 BTU / Hr

Compressor – Hermetically Sealed Scroll Type

Refrigerant – R 22 Ty pe

Power Supply – Three Phase, 380-415 V, 50 Hz

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 29 | P a g e

Air Flow Rate – minimum 19 cu m / min

Noise Level - < 50 dB

Operation – Remote Control

2.15 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 sy stem 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 sy stem for State Data Centre.

The CCTV sy stem shall provide an on-line display of v ideo 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 v iew all the critical

areas of the Data Centre, Reception and Corridor.

The CCTV sy stem shall be based on the use of fixed dome cameras and integrated pan/tilt/zoom cameras that

can be controlled from control room location.

The CCTV Sy stem shall be a combination of color fixed and PTZ designed for continuous duty. The sy stem and

each of its dev ices 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 sy stem.

All outdoor cameras shall be IP 66 rated.

The CCTV Sy stem 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 dome cameras and integrated pan / tilt / zoom (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.

CCTV Cabinets as required complete with all cable termination facilities, cable distribution sy stem for

v ideo and power sy stem along with any additional v ideo amplifiers and other v ideo equipment as may

be required.

End point amplifiers as may be required to achieve satisfactory sy stem 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.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 30 | P a g e

All necessary relay boxes connectors, extension cables and adapter boxes as required at each of the ends

of the CCTV Sy stem as required.

General

All sy stems and components shall have been thoroughly tested and proven in actual use.

All sy stems 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 sy stem also should provide clear & accurate indication of an intruder or abnormal movement within

and around the Facility.

Sy stem Capabilities

The sy stem shall provide visual images from the cameras located through out the facility. The cameras

located shall be fed into the Network Video Recorder (NVR) located in the security room.

The Network Video Recorder shall consist of 16 channels with built-in recording system into Hard Disk.

The Main Security Control Room which shall house the Monitors and the Network Video Management

Server.

The CCTV should be equipped with Digital recording facility for later scrutiny, with at least 15 days of

recording facility.

Technical Requirements

2.16 Indoor Camera

# Parameter Minimum Specifications or

better Compliance Remarks

1 Video Compression

H.265

2 Video Resolution 1920x1080

3 Frame rate 25 fps in all resolutions

4 Image Sensor ½.7” Progressive Scan CMOS

5 Lens Type Varifocal, IR Correction

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 31 | P a g e

# Parameter Minimum Specifications or

better Compliance Remarks

6 Lens Fixed IRIS 3-9mm or better

7 Minimum Illumination

0.9 lux

8 Image settings

Compression, colour, brightness,

sharpness, contrast, white balance,

exposure control, backlight compensation, rotation

9 Protocol

HTTP, HTTPS, FTP, SMTP, RTSP,

RTP, TCP, UDP, RTCP, DHCP, UPnP, QoS, IPV4, IPV6

10 Security Password Protection, IP Address

filtering, User Access Log

11 Operating conditions

0 to 50°C

12 Casing Tamper Resistant casing for Indoor Environment

2.17 Network Video Recorder (NVR)

# Parameter Minimum Specifications or better Compliance Remarks

1 Channels / Ports

1080p/720p 16-Ch / Port built-in NVR-cum-Switch with Active alert mechanism

2 Input Min 16 channel IP camera inputs

3 Output 1 channel

4 Support for Two-way Talk

1 channel Input, 1 channel Output

5 OSD Camera title, Time, Video loss, Camera lock, Motion detection, Recording

6 Video/Audio Compression

H.264 / MJPEG / PCM

7 Resolution 1080P (1920×1080) / 720P(1280×720) / D1 (704×576 / 704×480)

8 Record Rate as per solutions offered

9 Bit Rate 48~8192Kb/s

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 32 | P a g e

# Parameter Minimum Specifications or better Compliance Remarks

10 Record Mode Manual, Schedule(Regular(Continuous), MD, Alarm), Stop

11 Record Interval 1~120 min (default: 60 min), Pre-record: 1~30 sec, Post-record: 10~300 sec

12 Search Mode Time/Date, Alarm, MD & Exact search (accurate to second), Smart search

13 Playback Functions

Play, Pause, Stop, Rewind, Fast play, Slow play, Next file, Previous file, Next camera, Previous camera, Full screen, Repeat, Shuffle, Backup selection, Digital zoom

14 Ethernet RJ-45 port (10/100/1000M)

15 Wireless Network

3G, 4G and Wi-Fi module option

16 Network Functions

TCP/IP, UDP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Email,

Alarm Server

17 Access For all users of the mobile van

18 Internal HDD Minimum 2 with at least 2 extended slots

19 USB Minimum 1 port

20 Working Environment

0'C to 50'C/ 0% to 90% RH

21 Certification UL/EN, CE, FCC, EN 50155/6137 or equivalent, Rugged for vehicular/mobile use.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 33 | P a g e

3. Section III – Compliance to Specifications

All the hardware specifications mentioned in the RFP 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 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 State Data Center II 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

m ethods. The selected bidder shall always act in respect of any matter relating to this contract or to

the serv ices as faithful advisers to the SIA.

The selected bidder shall furnish complete, well-fabricated and reliably operating and secure

sy stems to SIA. 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.

All cables shall be fully assembled connector pre-terminated and factory tested as part of overall

sy stem 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.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 34 | P a g e

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

- NFPA 72 and NFPA 318

- 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 sy stem and the sy stem as a whole should be

demonstrated to the satisfaction of SIA.

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 SIA: 240 V AC +/-10%, 50 Hz + /- 5%

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 35 | P a g e

4. Section IV – Instructions for Furnishing Bank Guarantee

The Bank Guarantee by Indian Bidders will be given on non-judicial stamp paper as per stamp duty

applicable at the place from where the purchase CONTRACT has been placed. The non-judicial stamp

paper should be in name of the issuing bank.

Foreign parties are requested to execute bank guarantee as par law in their country.

Foreign bidders will give guarantee either in the currency of the offer or US $ (US Dollar) i.e. Indian

Rs/US $ have been mentioned only for illustration. Therefore, in case where bank guarantee is being

given in currency other than ‘Rupees’ or U.S. $, indicate the relevant currency of the offer.

The expiry date as mentioned in the RFP should be arrived at by adding 60 days to the CONTRACT

completion date unless otherwise specified in the bidding documents.

The Bank Guarantee by Indian bidders will be given from Nationalized / Scheduled Banks only. The

Foreign bidders will give Bank Guarantees from an Indian Bank situated in that country. In case no

Indian Bank is situated in bidder’s country then Bank Guarantee from foreign Bank acceptable t o PeGS,

Puducherry (whether situated in CONTRACTOR's / CONTRACTOR's country or in India) will be

considered. A list of foreign banks acceptable to PeGS, Puducherry is enclosed at Appendix -12 of

Annexure I of this bidding document for this purpose. If any foreign bidder desires to furnish guarantee

from a bank other than those included in the list, such bidder should furnish collateral

security/guarantee/ confirmation from any of these 201 banks or the State Bank of India

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 36 | P a g e

5. Section V – Proforma for Performance Bank Guarantee

Ref. No. Bank Guarantee No

Dated

To,

Director - IT

Directorate of Information Technology

505, Kamaraj Salai, Saram,

Puducherry – 605103

Dear Sir,

1 . In consideration of PeGS, Puducherry, having its office at _________________________ hereinafter

referred to as `PeGS, Puducherry', which expression shall, unless repugnant to the context or meaning thereof,

include all its successors, administrators, executors and assignees) having entered into a CONTRACT No.

__________________ dated _______________ (hereinafter called 'the CONTRACT' which expression

shall include all the amendments thereto) with M/s __________________________ having its

registered/head office at ______________________(hereinafter referred to as the 'CONTRACTOR')

which expression shall, unless repugnant to the context or meaning thereof include all its successor s,

administrators, executors and assignees) and <<STATE GOVT.>> having agreed that the CONTRACTOR shall

furnish to < <STATE GOVT.>> a performance guarantee for Indian Rupees/US$ .............. for the faithful

performance of the entire CONTRACT.

2. We (name of the bank) ______________________________ registered under the laws of _______

having head/registered office at __________________________ (hereinafter referred to as "the Bank",

which expression shall, unless repugnant to the context or meaning thereof, include all its successors,

administrators, executors and permitted assignees) do hereby guarantee and undertake to pay immediately on

first demand in writing any /all moneys to the extent of Indian Rs./US$ (in figures) __________ (Indian

Rupees/US Dollars (in words)_____________________________) without any demur, reservation,

contest or protest and/or without any reference to the CONTRACTOR. Any such demand made by PeGS,

Puducherry on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the

bank as regards the amount due and pay able, notwithstanding any dispute(s) pending before any Court,

Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these

presents being absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable and

shall continue to be enforceable until it is discharged by PeGS, Puducherry in writing. This guarantee shall not

be determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the

CONTRACTOR and shall remain valid, binding and operative against the bank.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 37 | P a g e

3. The Bank also agrees that PeGS, Puducherry at its option shall be entitled to enforce this Guarantee against

the Bank as a principal debtor, in the first instance, without proceeding against the CONTRACTOR and

notwithstanding any security or other guarantee that PeGS, Puducherry may have in relation to the

CONTRACTOR’s liabilities.

4. The Bank further agrees that PeGS, Puducherry shall have the fullest liberty without our consent and without

affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said CONTRACT

or to extend time of perform ance by the said CONTRACTOR(s) from time to time or to postpone for any time or

from time to time exercise of any of the powers vested in PeGS, Puducherry against the said CONTRACTOR(s)

and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to the said

CONTRACTOR(s) or for any forbearance, act or omission on the part of PeGS, Puducherry or any indulgence

by PeGS, Puducherry to the said CONTRACTOR(s) or any such matter or thing whatsoever which under the law

relating to sureties would, but for this provision, have effect of so reliev ing us.

5. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that

is taken for the performance of the CONTRACT and all dues of PeGS, Puducherry under or by virtue of this

CONTRACT have been fully paid and its claim satisfied or discharged or till PeGS, Puducherry discharges this

guarantee in writing, whichever is earlier.

6. This Guarantee shall not be discharged by any change in our constitution, in the constitution of PeGS,

Puducherry or that of the CONTRACTOR.

7 . The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of

issue.

8. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws

and subject to the exclusive jurisdiction of Indian Courts of the place from where the purchase CONTRACT has

been placed.

9. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Indian Rs.

/US$ (in figures) ______________ (Indian Rupees/US Dollars (in words) ____________________) and

our guarantee shall remain in force until ______________________. (Indicate the date of expiry of bank

guarantee)

Any claim under this Guarantee must be received by us before the expiry of this Bank Guarantee. If no such

claim has been received by us by the said date, the rights of PeGS, Puducherry under this Guarantee will cease.

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 38 | P a g e

However, if such a claim has been received by us within the said date, all the rights of PeGS, Puducherry under

this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this........ day

of ........20___ at .....................

WITNESS NO. 1

-------------------------- -------------------------

(Signature) (Signature)

Full name and official Full name, designation and address (in legible letters)

Address (in legible letters) with Bank stamp

Attorney as per power of

Attorney No.............

Dated………………….

WITNESS NO. 2

--------------------------

(Signature)

Full name and official

Address (in legible letters)

PYSDC- II RFP Volume II – Technical & Functional Specifications

Puducherry eGovernance Society 39 | P a g e

End of Document