Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Airports Authority of India Information Technology Division Safdarjung Airport, New Delhi

TENDER DOCUMENT

TENDER NO.: AAI/CHQ/ITD/DR/NON-IT/2018-19

Title: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

CPP Portal Tender ID: -2018_AAI_ 19568_1

Date : 18.12.2018

______PAGE 1 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______PAGE 2 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

TABLE OF CONTENTS

SECTION – 1 ...... 5 NOTICE INVITING TENDER ...... 5 SECTION - II ...... 8 INSTRUCTIONS TO BIDDERS ...... 8 SECTION - III ...... 27 GENERAL TERMS & CONDITIONS OF THE CONTRACT ...... 27 SECTION - IV ...... 35 SPECIAL CONDITIONS OF THE CONTRACT ...... 35 ANNEXURE-I ...... 41 ACCEPTANCE LETTER ...... 41 ANNEXURE-II ...... 43 PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE ...... 43 ANNEXURE- II A ...... 45 (Company Letter Head) ...... 45 ANNEXURE –II B ...... 47 Bank Guarantee Format for EMD ...... 47 ANNEXURE –III ...... 49 List of Support Staff with qualification background ...... 49 ANNEXURE – IV ...... 51 Details of Make/ Models offered against the Tender ...... 51 Annexure – IV A ...... 73 Detail Bill of Material ...... 73 Offered against the Specification as per Annexure-VII ...... 73 ANNEXURE – V ...... 74 FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE ...... 74 ANNEXURE-VI ...... 76 APPLICATION FOR EXTENSION OF TIME ...... 76 ANNEXURE-VII ...... 78 Equipment / Product Specifications & Compliance Statement ...... 78 Annexure-VIII ...... 199 Details of the Vendor Firm/ Company ...... 199 Annexure-IX ...... 202 INTEGRITY PACT ...... 202 ANNEXURE‐ X ...... 210 PROFORMA FOR UNDERTAKING ...... 210 ANNEXURE-XI ...... 211

______PAGE 3 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

POWER OF ATTORNEY FORMAT FOR THE AUTHORIZED PERSON(S) ...... 211 ANNEXURE-XII ...... 212 DETAILS OF STATUTORY TAXES...... 212 ADDEMDUM TO THE TENDER DOCUMENT ...... 213 SCHEDULE-B ...... 215 PRICE SCHDULE ...... 215

______PAGE 4 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

SECTION – 1

NOTICE INVITING TENDER

1. Airports Authority of India invites e-tenders from OEM or Authorized System Integrator/Channel Partners/Suppliers of the OEMs for “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad with Reverse Auction as per the bill of material given in schedule “B” to the tender document with detailed Technical Specifications as given in Annexure – VII. Tender specific Authorization from OEMs of products offered in the bids shall be submitted by the vendors.

2. Estimated cost of the purchase / work & the EMD are as given below.

Sr. Name of the Work Estimated Cost EMD Amount COST OF No. (INR) in DD/BG TENDER (INR ) (INR) 1 Establishment of Non-IT Rs. 20,11,56, 218/- Rs.40,23,124/- Rs.2950/- Infrastructure for Disaster Recovery (DR) Site at Hyderabad CPP Portal Tender ID:- 2018_AAI_ 19568_1

3. Tender Fee & EMD: The cost of tender fee & EMD shall be paid “offline” through Demand Draft issued by Nationalized / Scheduled Bank under RBI, having branch in India in a sealed envelope in favor of “Airports Authority of India” payable at New Delhi. The original Demand Draft should be posted /couriered /given in person to the concerned official, so as to reach latest by the date of submission of bid otherwise vendor only shall be responsible for non-submission of the same.

4. The Address for sending Tender Fee & EMD through post/courier shall be as below- Mr. Mukesh Kumar, Sr. Manager(IT) O/o Executive Director (IT) IT Department, Hanger Building Safdarjung Airport Airports Authority of India New Delhi- 110003

5. This tender is invited through the electronic tendering process and can be purchased offline & downloaded from the Central Public Procurement Portal with URL address http://etenders.gov.in/eprocure/app . A copy of the tender is also available on AAI website www.aai.aero. Please note that the submission of the tender is only through the e-Procurement portal http://etenders.gov.in .The tenders will not be accepted in any other form. Further it may be noted that tenders which are duly submitted on e-Procurement portal shall only be final and tenders just saved without submission / publish will not be available to the evaluation committee. Bidders are requested to go through the e-Procurement portal for guidelines, procedures & system requirements. In case of any technical difficulty, bidders may contact on the following help desk numbers & email ids. (Help Desk Services)

______Section-I Page 5 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 Any Queries relating to the process of online bid submission or queries relating to CPP portal Technical Assistance, please call the Helpdesk , on following Telephone Numbers Tel: +91-120-4200462, +91-120-4001002, +91-8826246593. & Email Address: support- [email protected]  Before submitting queries related to system, bidders are requested to follow the instructions given in e-procurement portal and get their computer system configured according to the recommended settings for the e-procurement portal.  In order to facilitate the Vendors / Bidders, the AAI Help desk services shall be available on all working days (except Sunday) between 0800-2000 hours and shall assist users related to the use of the CPP e-Procurement portal. The below mentioned help desk numbers are intended only for queries related to the ease of use on e-procurement portal. However AAI shall not be responsible for any reason to bidders for not submitting the bids in the e- procurement portal.  For any technical assistance with regard to the functioning of the portal the bidders as well as AAI users may contact according to the escalation matrix as mentioned below : SL . Support Escalation Contact E-Mail Address Timings* No Persons Matrix Numbers . 011-24632950 0800-2000 Hrs. Help Desk Instant 1. [email protected] Ext. 3512 (MON - SAT) Team Support (Six Lines) Mr. Sanjeev etendersupport@aai After 4 Hours 011-24632950, 0930-1730 Hrs. 2. Kumar .aero of Issue Ext-3505 (MON-FRI) Manager(IT) General 0930-1730 Hrs. 3. After 03 Days [email protected] 011-24657900 Manager(IT) (MON-FRI)

 For queries related to the tender published on the portal, bidders are advised to send clarifications (if any) through e-procurement portal only.  Bid Manager Details are as below- a. Mr. Mukesh Kumar, Sr.Manager(IT) [email protected] 011-24632950 Ext. 3547  The AAI Help Desk services shall remain closed on Sundays & all Government Gazetted Holidays

6. The critical dates for this tender are as given below: Sl. No. Activity Up to Date & Time ( IST) 1 Publishing Date & Time 14:30 Hrs 18-12-2018, 2 Document download / sale start Date & Time 14:30 Hrs, 18-12-2018 3 Seek clarification Start Date & Time 14:30 Hrs, 18-12-2018 4 Seek Clarification End Date 18:00 Hrs, 03-01-2019 5 Pre-Bid Meeting 11:00 Hrs, 08-01-2019 6 AAI Response to bidders queries’ 18:00 Hrs, 10-01-2019 7 Bid Submission Start Date & Time 18:30 Hrs, 11-01-2019 8 Bid Submission Closing Date & Time 15:30 Hrs, 15-01-2019

______Section-I Page 6 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

8 Bid Opening Date & Time 15:30 Hrs, 16-01-2019 9 Opening of Financial Bid/ Reverse auction 18:30 Hrs, 06-02-2019 (tentative)

7. AAI may at its discretion, extend/change the schedule of any activity by issuing an addendum/corrigendum on the e-procurement portal http://etenders.gov.in/eprocure/app. In such cases, all rights and obligations of AAI and the Bidders previously subject to the original schedule will thereafter be subject to the schedule as extended/changed. 8. Worksite for the project will be HYDERABAD ED (IT) Issued On:

______Section-I Page 7 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

SECTION - II

INSTRUCTIONS TO BIDDERS

A. INTRODUCTION

1. DEFINITIONS

1.1 “AAI / The Buyer” means the Airports Authority of India.

1.2 "The Bidder / Vendor" means the individual or firm who participates in this tender and submits its bid.

1.3 “Project Manager AAI” means the AAI executive responsible for signing all documents from AAI side and shall coordinate all the activities of the project with the bidder / contractor.

1.4 "The Supplier / Contractor" means the individual or firm taking up the work as defined under the Notice Inviting Tender.

1.5 "The Works Order" means the order placed for the supply, installation, testing & commissioning of systems / works by the Buyer on the Contractor signed by the Buyer including all attachments and appendices thereto and all documents incorporated by reference therein.

1.6 "The Purchase Order / Supply Order" means the order placed for the supply of items by the Buyer on the Supplier signed by the Buyer including all attachments and appendices thereto and all documents incorporated by reference therein.

1.7 “The Contract” means the agreement signed between the Buyer and the Contractor as per the terms and conditions contained in the Works Order / Purchase Order.

1.8 "The Contract Price" means the price payable to the Contractor under the Works Order / Purchase Order for the full and proper performance of its contractual obligations.

1.9 “Non-responsive Bid” means a bid, which is not submitted as per the instructions to the bidders or Earnest Money Deposit has not been attached, or the required data has not been provided with the Bid or intentional errors have been committed in the Bid.

1.10 “CPP Portal” means, a Central Public Procurement Portal specified throughout this document is the online system for Bidders to submit their Tender packages.

2. Registration at CPPP :

2.1 The Bidders are required to enroll on the e-procurement module of the Central Procurement Portal (URL: http://etenders.gov.in/eprocure/app). Registration is free of charge.

2.2 Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class-II or Class-III certificates with signing key usage) issued by any certifying Agency recognized by CCA India.

3. The bidder shall submit the documents comprising the bid, in four packets available on CPP Portal as given below.

______Section-II Page 8 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

3.1 Packet-1: Tender Fee and EMD

3.1.1 Tender Fee: The cost of non-refundable (refundable for valid NSIC registered bidders as per GoI rules; For details refer clause 20 of section-IV) tender fee of value as given in Section-I of the Tender (Notice Inviting Tenders) shall be paid “Offline” through Demand Draft in favor of “Airports Authority of India” payable at New Delhi issued by Nationalized / Scheduled Bank under RBI, having branch in India in a sealed envelope. “Scanned copy of DD for Tender Fee “should be submitted in pack-1. 3.1.2 NSIC registered bidders shall upload copy of valid NSIC Registration Certificate as per GoI rules for the purpose of verifying their claim for exemption of Tender fee in pack-1. For details refer clause 20 of section-IV. 3.1.3 Tenders not accompanied by the requisite Tender Fee or valid proof as per GoI of exemption from Tender Fee, shall be rejected.

3.1.4 Earnest Money Deposit: EMD of value as given in in Section-I of the Tender (Notice Inviting Tenders) shall be submitted “Offline” as below: -

3.1.4.1 EMD of the value as given in Section-I of the Tender (Notice Inviting Tender) shall be accepted either in the form of DD or Bank Guarantee from Nationalized/Scheduled Bank. Demand Draft /Pay Order should be in favor of "Airports Authority of India" payable at New Delhi. Bank Guarantee Performa is mentioned at Annexure-II A & B. The EMD in original in a sealed envelope should be posted/couriered or in person to the concerned official, so as to reach latest by the last date and time of the bid submission. “Scanned copy of DD/Bank Guarantee for EMD” should be submitted in pack-1.

3.1.4.2 NSIC registered bidders shall upload copy of valid NSIC Registration Certificate as per GoI rules for the purpose of verifying their claim for exemption of EMD in Tender fee pack-1. For details refer clause 20 of section-IV.

3.1.4.3 Tenders not accompanied by the requisite EMD or valid proof as per GoI of exemption from EMD, shall be rejected.

3.1.4.4 The EMD Bank Guarantee shall be valid for a period of minimum eight (8) months from the notified date of opening of the Tender without any conditions by the Contractor. In the case of any extension of Tender opening date, Contractor shall arrange to extend the validity of the EMD Bank Guarantee suitably within two weeks.

3.1.4.5 The bidder shall not change or alter or modify in any way, the language or contents of Annexure- II A &B (EMD Bank Guarantee) of this document.

3.1.4.6 The bidder shall provide the name, designation, address, fax number, and telephone number of the bank issuing the Bank Guarantee for confirmation purposes.

3.1.4.7 Details regarding EMD payment/Refund/forfeit may be seen in Section – III.

3.2 Packet-2: (Pre-Qualification Bid) It shall consist of the following documents: -

3.2.1 (Bidders shall upload required documents in JPEG/PDF in readable form under specific .RAR Files in English Language at e-procurement portal as mentioned in bid documents)

______Section-II Page 9 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

3.2.2 GST No./PAN /TIN - Registration number.

3.2.2.1 The bidder should have valid PAN & GST registration etc. in India or any regulatory requirement in this region.

3.2.3 In the case of System Integrator or Authorized Representative (AR) of OEM, Credentials (financial turnover & experience as mentioned below) of System Integrator or the authorized representative only will be considered for evaluating eligibility criteria. In both the cases Tender specific Authorization is required from OEMs.

3.2.3.1 In case of OEM, Proof of being Original Equipment Manufacturer (OEM) shall be submitted. An OEM is identified as the company that holds title to the Intellectual Property Rights (i.e. via copyright notice) of the supplied technology.

3.2.4 Proof of work experience (Work Order): Vendor should submit work order of Similar Services with one Work Order of value equal to 80% or more of the estimated cost or two separate Works Orders, each for a value equal to or more than 50% of the estimated cost or three separate Work Orders, each for a value equal to or more than 40% of the estimated cost issued within last 7 years from the last date of bid submission for Government Departments or Public Undertakings or Private sectors (with in India). Similar services mean “setting-up of atleast one TIER III certified data centers in INDIA. Bidder’s in house data centres shall not be considered. However Bidders who have built their own Internet Data Centre (IDC) for commercial use will be considered.

3.2.5 Proof of satisfactory service (Completion of work): Bidder shall submit performance certificate in respect of the experience of works claimed by bidder against proof of work experience (Para 3.2.4) above. Certification of satisfaction with complete detail of work carried out shall be submitted. Further completion certificates should be issued by the Client/ Customer. In case of work experience of Private Sectors, bidder has to submit TDS certificate issued by the Customer in support of payment received for execution of work.

3.2.6 All documents required for bids should be issued in English or notarized translation by the client/customer for whom works have been carried out.

3.2.7 Tender specific Authorization Letter- The bidder should attach a valid tender specific authorization letters from OEMs of items given in the Bill of Material of Tender as per Annexure-IV, to quote and support the systems at the worksite(s) listed in section-I of the Notice Inviting Tender. In addition to this, the authorization letter shall also confirm the following:

 That the products quoted are not reaching EOL within two years & EOS within 5 years Otherwise the same will be changed with the superior product at no extra cost.  That the support including spares, patches, and upgrades for the quoted products shall be available for the period of the Project upto 5 years.

3.2.8 A list of clients served (with contact address) shall also be attached.

3.2.9 Articles of Memorandum of Association or Partnership Deed or Proprietorship Deed as the case may be.

______Section-II Page 10 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

3.2.10 Average Annualized Financial Turnover: Vendor should have annualized average financial turnover of at least Rs. 100,57,81,090/- (Rupees One hundred Crore Fifty Seven Lakhs Eighty One Thousand and Ninety Only) during last 3 financial years. As a proof of financial turn over, copy of abridged Balance Sheet along with profit & loss account of the bidder for the last three years should be submitted. 3.2.11 Acceptance Letter: Acceptance of all tender conditions in the format enclosed as Annexure-I of the tender document.

3.2.12 Power of Attorney: Power of Attorney (Stamp of Rupees 100/-) as per format given in (Annexure-XI) authorizing the designated executive to sign all documents on behalf of the company or Firm, if the bid is not signed by the Director of the Company or Partner / Proprietor of the Firm.

3.2.13 Details of the Vendor Firm/ Company: Format enclosed as Annexure-VIII of the tender document.

3.2.14 OEM of the Products (UPS, Batteries, DG Set, PAC, VRV Cooling, CCTV, Fire alarm system ) offered shall have the followings: The OEM/authorized partners of the products offered should be present in India for the past 5 years with their own office, service center & support facility.

3.2.15 The bidder should have an office in the City of Hyderabad or within 100 km radius of the site. However, if the local presence is not there in the state, the bidder should give an undertaking for establishment of an office, within two months of award of the contract and the local office should be equipped with the adequate resource to provide L2/ L3 level support as and when would be required.

3.2.16 The bidder should have experience in providing Facility Management Services (FMS) to at least one Data Centre. Each Facility Management would mean where the bidder has provided comprehensive operations / maintenance services towards all Non-IT components of the data center during the last seven (7) years in India.

3.2.17 Integrity Pact Programme: Signing of Integrity Pact (Annexure- IX) is mandatory for every bidder participating in this tender and the contractor who is awarded the work. The Pact signed on each page by the person authorized by bidder/sub-contractor/associate to sign the bid for submission or the person authorized to sign the contract on behalf of successful bidder shall be submitted by the bidder in PQQ along with the agreement by the Vendor.

3.2.17.1 All sub-contractors/associates whose contribution in the project is Rs. 0.50 Crores (Rupees Zero point Five Crores) or above shall sign Integrity Pact with the Authority after the work is awarded to the successful bidder. All bidder shall inform their sub- contractors/associates accordingly.

3.2.17.2 The Independent External Monitor (IEM) for this work shall be Sh. M. P. Juneja & Dr. Anup K. Pujari. All correspondences to him regarding implementation of Integrity Pact, shall be addressed Sh. M. P. Juneja c/o Chairman, Airports Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi–110003 & Dr. Anup K. Pujari IAS (Retd). E-mail id of IEMs are [email protected] & [email protected] respectively.

______Section-II Page 11 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

3.2.17.3 Integrity Pact shall be signed on plain papers by bidder, later which shall be signed by contract signing authority of AAI.

3.2.18 PROFORMA FOR UNDERTAKING: Bidder firm shall submit an undertaking stating its firm or its partners or its Directors have not been black listed or any case is pending or any complaint regarding irregularities is pending, in India or abroad, by any global international body like World Bank/International Monetary Fund/ World health Organization etc., or any Indian State/Central Governments Departments or Public Sector Undertaking of India as per Annexure‐X. 3.2.19 ISO Certification: Bidder must have valid ( as on date of submission of tender) ISO 9001:2008 / ISO 9001:2015 certification at the time of submission of bid and shall submit a copy of same.

List of documents to be attached with the Pre-Qualification Bid (Packet-1)– Vendor please note the name of e-File corresponding to the Documents

Sno. Pre-Qualification Bid e-Documents (PDF) e-File :Named As A RAR File 1 i. GST No./ PAN /TIN TIN/GST–Name of Firm/ Company ii Articles of Memorandum of Association or MoA or Firm Deed Partnership Deed or Proprietorship Deed. iii Audited Balance Sheet during last three years ABS-2018;ABS- 2016 & ABS-2017 iv Power of Attorney (In case of Signatory is other PoA than Director of a Company or Proprietor / Partner of the Firm) as per Annexure XI B RAR File 2 i Proof of Experience of Works claimed. (PO / Work Experience PO-01 Order issued by the customer) Experience PO-02 Experience PO-03 ii Proof of completion (Completion Certificate issued by CC-01, the customer) with complete details of works CC-02 & claimed. CC-03

iii A letter of bidder having details of customer of works PO-Customer – claimed for experience including postal address, Details official Phone Number, Email Address and URL (if any). iv List of client references with contact details Client List including Email Ids. C RAR File 3 i Tender Specific OEM Authorization (MAFs). In MAF-(Name of addition to Documentary Evidence as per OEM OEM) credentials described in Para 3.2.14 to 3.2.16 D RAR File 4 i Integrity Pact as per as Annexure-IX IP ii Letter for Un-conditional Acceptance of terms & Acceptance Letter conditions of tender as per as Annexure-I

______Section-II Page 12 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

iii Performa for Undertaking (Annexure –X) Undertaking iv Details of the Vendor Firm/ Company: Format Vendor Details enclosed as Annexure-VIII of the tender document E RAR File 5 i Any other eligibility related documents as per tender Other Docs document.

3.3 Packet-3: - List of documents to be attached with the Technical Bid–

3.3.1 Qualified Support Staff List for Installation as per Annexure –III. 3.3.1.1 The bidder must have on its roll at least 30 technically qualified professionals with relevant experience in providing the Data Center Infrastructure commissioning and maintenance services as on date of bid submission. Certificate from bidder’s HR Department for number of technically qualified professionals employed by the company. Letter from Certifying agencies such as Uptime Institute / EPI endorsed duly by HR department. 3.3.1.2 The bidder must have at least one ATD ( Accredited Tier Designer) OR one CDCE ( certified Data Center Expert) on it’s roll as on last date of submission of tender. 3.3.2 List of make & Models offered in the tender as per Annexure-IV. 3.3.3 Detailed required Bill of Material duly certified by vendor as per Annexure – IV A 3.3.4 Duly Filled Compliance Statement as per Annexure –VII with supporting documents/literature. 3.3.5 Supporting Documents/ Brochures/Literature in support of technical specifications should be clearly highlighted with specifications serial numbers as per Annexure –VII. 3.3.6 Digitally Signed Tender Document including Corrigendum’s (if any). 3.3.7 Details of other items which are not mentioned in BOQ but required for completion and operation of proposed TIER III data center at Hyderabad in the following format: Sr No Item Name Qty

Vendor please note the name of e-File corresponding to the Documents:

Sno. Technical Bid e-Documents (PDF) e-File :Named As A RAR File -1 I Qualified Support Staff List for Installation as per Staff list Annexure –III B RAR File -2 I List of make & Models offered in the tender as per Make-Model Annexure-IV. II Detailed Bill of Material duly certified by vendor as BOM per Annexure IV (A) C RAR File -3

______Section-II Page 13 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

I Duly Filled Compliance Statement as per Annexure Compliance –VII with supporting documents/literature. Statement II Supporting Documents/ Brochures/Literature in Support Docs support of technical specifications should be clearly highlighted with specifications serial numbers as per Annexure –VIIB. D RAR File-4 I Digitally Signed Tender Document including Tender Corrigendum’s (if any) II Any other documents(if any) Other 3.4 Packet 4: - Documents to be attached with the Financial Bid –

3.4.1 Financial Bid form (Excel File) to be filled as per BOQ/Format Given in Scheduled-B. 3.4.2 Details of Statutory Taxes as per Annexure XII 3.4.3 Submit their financial bids in the format provided with the bid document and no other format is acceptable.

4. COST OF BIDDING:

4.1 The Bidder shall bear all costs associated with the preparation and submission of the bid. The Buyer, will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

B. THE TENDER DOCUMENTS: 5. TENDER DOCUMENTS 5.1 The required materials, bidding procedures and contract terms are prescribed in the Bid Documents. The Bid Documents include-

______Section-II Page 14 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

S.No. Item Description I. Section - I (Notice Inviting Tender) II. Section - II (Instructions to Bidders) III. Section - III General Terms & Conditions of the Contract) IV. Section - IV (Special Conditions of the Contract) V. Annexure -I (Acceptance Letter) VI. Annexure -II (Performance Bank Guarantee) VII. Annexure – IIA & II B (Bank Guarantee format for EMD) VIII. Annexure –III (Support Staff details) IX. Annexure -IV (List of Make & Model offered) X. Annexure- IV A (Detailed Bill of Material) XI. Annexure –V (Format for intimation of force Majeure) XII. Annexure –VI (Application for extension of time) XIII. Annexure –VII (SoW, Specification & Compliance to the specifications) XIV. Annexure- VIII (Details of Vendor Firm) XV. Annexure – IX (Integrity Pact Program) XVI. Annexure – X (Proforma for Undertaking) XVII. Annexure-XI (Power of Attorney) XVIII. Annexure – XII Details of Statutory Taxes XIX. Schedule A (Addendum to the Tender document) XX. Schedule-B (Price Schedule) 5.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bid Documents. Failure to furnish all information required as per the Bid Documents or submission of bids not substantially responsive to the Bid Documents in every respect will be at the bidder's risk and shall result in rejection of the bid.

6. Clarifications of Tender Documents:

6.1 A bidder may request clarification regarding the Tender document by submitting their clarification requests to AAI on e-procurement portal only as per below format:

Name of the Bidder Sl. Document Section No. Clause Page Existing Clarification No. No. No. Clause Sought

6.2 The AAI shall respond to Clarification Request till the Date of Response queries as specified in the schedule as indicated in Section 1 of this document, unless the Date is extended by AAI. Any request received through any other means, except e-procurement port shall not be entertained.

6.3 AAI shall not entertain any post-closing date clarifications or confirmation of compliance

6.4 Response to Clarification requests shall be uploaded at CPP e-procurement portal through corrigendum/amendments/addendum.

7. AMENDMENTS TO BID DOCUMENTS

7.1 At any time, prior to the date of submission of bids, the Buyer may, for any reason, whether

______Section-II Page 15 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

at its own initiative or in response to a clarification requested by a prospective Bidder, modify the bid documents by amendments.

7.2 The amendments shall be communicated to all prospective bidders as corrigendum/addendum/clarifications on the e-procurement portal and these amendments will be binding on them. All vendors should visit the CPP portal on regular basis.

7.3 These corrigendum/addendum/clarifications shall be considered part of the Tender package.

C. PREPARATION OF BIDS:

8. DOCUMENTS COMPRISING THE BID:

8.1 Bidder should take into account corrigendum/s (if any) published on the tender document for preparation of bid. 8.2 The bid prepared by the bidder shall be in four packets to be submitted as per Para D of this Section. Each packet to contain the following documents respectively:

8.2.1 Tender Fee & EMD (Packet-1): for provision of “Name of the work as given in Schedule-A Sl. No. 1” consisting of the following documents.

8.2.1.1 Tender Fee & EMD in accordance with clause 3 of section-II.

8.2.2 Pre-Qualification Bid (Packet-2): for provision of “Name of the work as given in Schedule-A Sl. No. 1” consisting of the following documents.

8.2.2.1 All the relevant documents as asked for Pre-Qualification Bid of the tender. in accordance with clause 3 of section-II.

8.3 Technical Bid (Packet-3): for provision of “Name of the work as given in Schedule-A Sl. No. 1” consisting of the following documents.

8.3.1 All the relevant documents as asked for technical bid of the tender in accordance with clause 3 of section-II 8.3.2 Documentary evidence established in accordance with Clause 10 of this section that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted. 8.3.3 Compliance Statement as per Clause 10.1.2 of this section.

8.4 Financial Bid (Packet-4): for provision of “Name of the work as given in Schedule-A Sl. No. 1” consisting of the following documents and filled online as per clause 9. 8.4.1 Financial Bid Form (Excel File) to be filled as per BoQ/ format given in Schedule - B. 8.4.2 Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected.

______Section-II Page 16 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

8.4.3 The bidder shall quote the rates in English language and international numerals. 8.4.4 Only One Financial Bid shall be submitted by the bidder.

9. BID PRICES :

9.1 The bidder shall fill the price schedule as follows:

9.1.1 The bidder shall download the BOQ file (.xls file) and shall upload the duly filled file with the financial bid. It may be noted that only duly submitted bids shall be evaluated and bids just saved but not submitted the Financial Bid shall not be part of the evaluation process.

9.1.2 The price bid of the tender document is for pricing only. Conditional price bid shall be liable to rejection. Price quoted shall be firm and fixed and subject to no escalation, whatsoever, till the validity period of the tender, including extension if any.

9.1.3 The bidder shall include GST and any other Tax etc., in the Unit Rate on on-line Financial Bid Form. Rate of current prevailing GST on applicable items shall be given in separate sheet (As per Annexure-XII) with Financial Bid.

9.1.4 The Unit rate shall be inclusive of packing & forwarding charges if any.

9.1.5 The Unit Rate (Inclusive of all taxes and charges) shall be used for calculating the total amount in the Financial Bid.

9.1.6 In the event of any ambiguity, the Unit Rate given in the Financial Bid shall be taken as the correct basis for calculating all other data. In the event of any Errors or Ambiguity in Unit Rates itself the Financial Bid of the bidder shall be rejected.

9.1.7 The prices quoted by the bidder shall remain firm on the date of submission of the Bid and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

9.1.8 AAI will have no liability or benefit from any exchange rate fluctuations. The vendor shall bear all liability or receive all benefit from such fluctuations.

9.1.9 The rates of statuary taxes shall be uploaded on to the e-procurement portal along with the financial bid or otherwise no claim will be entertained to wards, decrease or increase in statuary taxes.

9.2 The bidder shall quote only one price for each item of same specification against the nomenclature shown in Financial Bid.

9.3 The bidder shall quote as per price schedule given in Financial Bid for all the items as per specifications in Annexure – VII.

9.4 Each Bidder should submit only one product for each item. Offering products of more than one brand or multiple models of the same brand against one item shall make the technical / financial bid of the vendor invalid and such offers shall be rejected at technical / financial stage wherever such defaults are noticed.

______Section-II Page 17 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

9.5 Post offer discount, if any, offered by the bidders shall not be considered. Bidders’ planning to offer discount shall therefore modify their offers suitably while quoting and shall quote clearly net price taking into account discount, free supply etc. However, such discounts from the firm declared as L1 on the basis of post bid negotiations if any shall be considered and such negotiated offers when agreed by AAI & the bidder shall form a part of the financial Bid.

9.6 Price bid file or any other document containing financial terms/prices shall not be submitted in any other packet other than financial bid packet of the e-procurement portal or in hard copy to AAI in any case.

9.7 The quantities mentioned in the Bid are indicative/ approx. and shall only be used for the purpose of financial bid evaluation and the Payments shall be made as per actual quantities supplied, installed and commissioned as per scope of work. However, Lump sum. LOT and Job cost shall be paid as per quote provided by bidder. 9.8 The items of which quantities are not mentioned (Rate Only), the quantity of such items may be procured as per requirement of the project. 9.9 Any necessary items which is required for the completion and operation of the TIER III data center at Hyderabad and not available in the Bill Of Quantity, bidder has to provide in the bid as “Other Items”. The Item wise details (without Cost/Price) of under “Other Items” shall be submitted in Technical Bid in the following format: Sr. No Item Name Quantity

10. DOCUMENTS ESTABLISHING ITEMS CONFORMITY TO BID DOCUMENTS:

10.1 Pursuant to Clause 8, the bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to the Bid document of all Items and services, which he proposes to supply under the Contract. Submission shall be as follows:

10.1.1 The documentary evidence of the Items and services in conformity to the Bid Documents shall be in the form of literature, drawings and data that the Bidder shall furnish. These shall be attached as Annexure to the Compliance Statement as per Clause 10.1.2 below.

10.1.2 Compliance Statement in Annexure-VII shall be in the format given below. Compliance Statement shall be one of the two statements viz. “Complied or “Not complied”. No other remark or comment will be accepted.

Sl .No. Specification Ref (Complied/Not Complied)

10.1.3 Bidder must attach required technical brochures/literatures/data sheets for all the products asked in the tender to ensure that compliance to all the specifications given in the tender document can be verified. Non-availability of specifications (as mentioned in the tender document) in the brochure/literature will be treated as non-compliance and no

______Section-II Page 18 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

clarifications shall be asked in this regard. If bidder fails to submit the required brochures/literatures along with the tender document, it shall be treated as non- compliance and may lead to outright rejection of bid submitted by bidder.

10.1.4 Each specifications sought shall be marked or highlighted in the attached brochures / literatures / data sheets. The brochures / literatures / data sheets shall be superscripted with the Item Number and shall be arranged sequentially. The supporting documents shall carry all the required specifications and same shall be marked.

10.1.5 The compliance statement submitted as per clause 10.1.2 shall be duly supported by technical literature, equipment brochures & other related reports / documents from the OEM. The compliance statement not supported by the documentary evidence shall not be considered. Such bids shall be considered as non-responsive and may result in rejection on technical grounds.

10.1.6 The products offered by the bidder shall be supported and a letter from the prospective supplier in writing that the product offered is available in the market and will be supplied without any change in specifications & model during the currency of the contract shall be required.

10.1.7 AAI may ask manufacturer of the product offered for the verification of specification and other documents.

10.1.8 The product/configuration offered by the bidder must be standard and proven already available in the market. Bidder shall submit a list of clients/locations where similar product/configuration is available. AAI, if so desire, may visit these locations to verify that all the specifications and operational requirements are met as mentioned in the tender document. Any non-compliance observed during such visits shall lead to rejection of bid.

11. PERIOD OF VALIDITY OF TENDER (BID)

11.1 The offered Bid shall remain valid for a minimum of 180 days from the date of opening of the technical bid. The bidder shall not be entitled, to revoke or cancel the offer or to vary any term thereof, during the said period of validity without the consent in writing of AAI. In case of the bidder revoking or canceling the offer or varying any term in regard thereof, the bidder's earnest money deposit shall be forfeited.

11.2 If there is any delay in finalization due to unforeseen factors, all the bidders shall be asked to extend the validity for an appropriate period, specifying a date by which tender is expected to be finalized. However, the tender process shall not be vitiated if any tenderer declines to extend the offer as requested for.

12. FORMATS AND SIGNING OF BID :

12.1 The e-Bid shall be digitally signed by the bidder at e-procurement portal duly authorized to bind the bidder to the contract. Written power-of-attorney accompanying the bid shall indicate the letter of authorization. The person or persons signing the e-bid shall sign the bid, except for printed literature. The e-bid submitted shall be in properly in readable form and encrypted as per e-tendering portal requirements. Standard Printed terms and conditions of the company other than the NIT conditions shall not be considered.

______Section-II Page 19 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

D. SUBMISSION OF BID DOCUMENTS :

13. SEALING AND MARKING OF BIDS : 13.1 The bidders shall digitally sign their bid and upload the bid on line at CPPP (e-procurement portal) only.

13.2 If all the documents are not digitally signed & encrypted, the buyer shall not accept such open bids for evaluation purpose and treated as non-responsive. Such bid shall be liable to be rejected.

13.3 The e-procurement portal shall not allow the submission of bid without digital signature.

14. SUBMISSION OF BIDS :

14.1 The buyer shall receive the bids on line through e-procurement portal only not later than that the schedule date specified in the NIT. Bidder should submit the bid well in advance to avoid any last minute issue in submission of bids. The e-procurement portal shall not allow bidder to submit their Tender after the scheduled Closing date and time.

14.2 The Buyer may, at its discretion extend this deadline for the submission of the bids by amending the bid documents in accordance with Clause 7 in which case all rights and obligations of the Buyer and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

14.3 The bidder shall submit his bid offer on line at e-procurement portal only. Digitally signed tender document downloaded from e-procurement portal shall be considered. No separate documents shall be valid. Only relevant attachments, if any other than the tender document, shall be listed out for reference.

14.4 Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and date & time of submission of the bid with all relevant details. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.

15. LATE BIDS :

15.1 E-procurement portal system shall not permit uploading of bids after the scheduled date & time of submission.

16. CORRECTIONS / MODIFICATIONS AND WITHDRAWAL OF BIDS :

16.1 The bidder may correct, modify his digitally signed bid after submission prior to the deadline, through provisions of e-procurement portal.

16.2 Subject to Clause 16 of this section, no bid shall be modified subsequent to the deadline for submission of bids.

E BID OPENING AND EVALUATION:

17. OPENING OF BIDS:

______Section-II Page 20 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

17.1 Tender Fee, Pre-Qualification and Technical Bid (Packet-1, Packet-2, Packet-3):

17.1.1 The Buyer shall open Bids on line through e-procurement portal as per schedule or as per intimation of Bid Opening Date & Time to bidders. Bid opening shall be two times. First time, Three Packets (Packet-1, Packet-2 & Packet-3) shall be opened simultaneously and documents may be downloaded for all three packets and Second time, only financial bid shall be opened. Bidders or his authorized representatives who choose to attend on the opening date and time may do so if desired. The bidder shall submit authority letter to this effect before they are allowed to participate in bid opening.

17.1.2 Representative whose bid is not submitted / rejected cannot attend the tender opening.

17.2 Financial Bid (Packet-4): Financial bids of technically qualified bidders shall be opened as per schedule given in Section-I of the Tender (Notice Inviting Tender). In case of any change in Time and date of opening, same shall be notified through system generated email.

17.3 Online Reverse Auction Process: After opening of the Financial Bids of the Bidders, a reverse auction shall be carried out among the technical qualified bidders based on the lowest price offered in the financial bid or as decided by AAI.(in case of Reverse Auction Process ).

17.3.1 The details of Reverse auction process is available at clause 29 of this section.

17.3.2 Vendor shall offer the total price in reverse auction inclusive of all taxes or as per instruction given at the time of reverse auction.

17.3.3 Maximum of two well-informed representatives of each eligible bidder shall only be allowed to attend the opening of the bids. Representative whose bid is not submitted or rejected due to any reason at any stage, cannot attend the tender opening.

18. CLARIFICATION / CONFIRMATION OF COMPLIANCE OF BIDS

18.1 The general eligibility criteria shall be evaluated during preliminary stage and the vendors who have not submitted requisite documents shall be asked through CPP e-procurement portal or by email to substantiate their claims with documentary evidence before a given date failing which their bids shall not be considered further for detailed evaluation.

18.2 There is only one-time provision to ask shortfall documents through CPP e-procurement portal. Bidders are responsible to submit the all requisite shortfall documents in the given only chance, till the stipulated time. No extension in deadline for submitting shortfall documents has been provisioned in CPP e-procurement portal.

18.3 It may be noted that enquires / clarifications shall be responded only through CPP e- procurement Portal. All such queries shall be entertained which are received on or before last date/time for submission of queries. AAI response will be uploaded through e-procurement portal. Written responses, through email, verbal, telephonic enquiry or enquiry received after last date of submission of queries shall not be entertained during or post tender process.

19. EVALUATIONS AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:

19.1 Pre-qualification and Technical Bid Evaluation:

______Section-II Page 21 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

19.1.1 The Pre-qualification and Technical criteria shall be evaluated after opening of bids. Clarifications if any shall be asked from bidders as per para 18.1, 18.2. Bids meeting Pre- qualification and Technical criteria shall only be considered for financial bid opening.

19.1.2 The Technical requirements shall be verified against the manuals / technical literature submitted by the vendors. The vendors may be asked to substantiate their compliance submitted in the tender by suitable documentation from OEM wherever the same is lacking. The Technical evaluators on their own may download the information from the websites of the OEM(s) to verify the claims of the vendors. The technical Bids of the vendors who fail to substantiate their claim on meeting the technical requirements even after the above process shall be rejected.

19.1.3 AAI may seek performance report on a vendor for other clients whose references are given in the tender. An adverse report from a client shall make the vendor technically unfit leading to his rejection. The process of seeking performance report shall be kept confidential so that the vendor is not able to influence the process.

19.1.4 At no cost to AAI, as a part of Technical Evaluation, the bidder participating in this tender may be required to demonstrate (any or all) operational and technical requirements or specifications, at a location considered fit by the AAI.

19.1.5 A short-list of bidders qualifying technically shall be drawn and thereafter these short-listed bids shall be treated at par for the purpose of financial comparison.

19.2 Financial Bid Evaluation:

19.2.1 Financial Bids of those vendors who qualify technically shall be opened electronically at CPP e-procurement portal on-line. Time and date of opening shall be as per schedule given in Section-I of the Tender (Notice Inviting Tender). In case of any change in data and time, same shall be intimated through email. The bidder shall issue authority letters to their representatives to attend the opening of financial bids if desired to be present at AAI premise. 19.2.2 Online Reverse Auction: in case Online Reverse auction is decided to carry out then the same shall be carried out after opening of the financial bid as per the clause 29 of section- II. Base price for Reverse auction shall be put same as L-1 price offered in financial bid or justified cost as decided by AAI. L1 bidder shall be decided on the basis of final offer obtained through Reverse Auction process.

19.2.3 Status of bidders L1, L2, L3 shall be based on the total price arrived after reverse auction.

19.2.4 The Bidder's names, Bid prices, modifications, bid withdrawals and such other details as the Buyer, at its discretion, may consider appropriate; will be announced at the opening.

20. CONTACTING THE BUYER : 20.1 Canvassing in any form in connection with the tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing are liable for rejection. Such rejected tenders will not be returned.

20.2 No bidder shall try to influence directly or through external source, the Buyer on any matter relating to its bid, from the time of publication of NIT till the time the contract is awarded.

______Section-II Page 22 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

20.3 Any effort by a bidder to influence the Buyer in the bid evaluation, bid comparison or contract award decisions shall result in the rejection of the bid, and such actions will be considered as bad performance for future Projects.

21. AWARD OF CONTRACT :

21.1 The acceptance of the tender will be intimated to the successful bidder by AAI, either by fax or by letter, e-portal. 21.2 AAI shall be the sole judge in the matter of award of contract and decision of AAI shall be final and binding.

22. RIGHT TO ACCEPT OR REJECT THE TENDERS :

22.1 The right to accept the tender in full or in part/parts will rest with AAI. However, AAI does not bind itself to accept the lowest tender and reserves to it-self the authority to reject any or all the tenders received without assigning any reason whatsoever.

22.2 Tenders not accompanied with prescribed information or are incomplete in any respect, and/or not meeting prescribed conditions, shall be considered non-responsive and are liable to be rejected.

22.3 The Buyer reserves the right to accept or reject any bid or a part of the bid or to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the Buyer’s action.

22.4 Pursuant to Clause 21.3 the documentation submitted by bidder shall not be returned unless the bidder explicitly states this request at the time of submission of the tender. AAI also reserves the right at its sole discretion not to award any order under the tender called. AAI shall not pay any costs incurred in the preparation and submission of any tender.

22.5 If the bidder gives wrong information in his Tender, AAI reserves the right to reject such tender at any stage or to cancel the contract, if awarded, and forfeit the Earnest Money.

22.6 Tenders that are not accompanied with Earnest Money Deposit (EMD) shall be rejected outright.

22.7 Should a bidder have a relation or relations employed in AAI in the capacity of an officer or the authority inviting tender, the same shall be informed by the bidder. In the event of failure to inform and in a situation where it is established that the relation or relations employed in AAI has / have tried to influence the tender proceedings then AAI at its sole discretion may reject the tender or cancel the contract and forfeit the Earnest Money.

22.8 The requirements indicated in this NIT are the minimum and bids of the firms not complying with these minimum requirements or having deviations equivalents to the minimum requirements shall be rejected. However, higher than the minimum requirements shall be technically acceptable without any additional financial implication.

22.9 Any correspondence after the opening of the technical bid, from the bidder, regarding the bid unless specifically sought by AAI shall not be considered. Such post bid offers / clarifications may be liable for action as per clause 20 above.

______Section-II Page 23 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

23. ISSUE OF WORKS ORDER : 23.1 The acceptance of the tender will be intimated to the successful bidder by AAI, either by fax or by letter, e-portal.

23.2 The issue of a Works Order / Purchase Order shall constitute the intention of Buyer to enter into the contract with the bidder.

23.3 Acceptance of the Works order / Purchase Order will be deemed as effective from the date of issue of Works Order / Purchase Order. All formalities of submission of the Contract Performance Bank Guarantee in pursuant to clause 6 of section-III of NIT in the format attached Annexure II and signing of the contract shall be completed within 15 days of the Work Order.

23.4 AAI shall be the sole judge in the matter of award of contract and decision of AAI shall be final and binding.

24. SIGNING OF CONTRACT :

24.1 The issue of Works Order / Purchase Order shall constitute the award of contract on the bidder. The signing of the Contract shall be completed within 15 days of the acceptance of the Works Order / Purchase Order.

25. ANNULMENT OF AWARD:

25.1 Failure of the successful bidder to comply with the requirement of Clause 23 shall constitute sufficient ground for the annulment of the award and forfeiture of the EMD in which event the Buyer may make the award to any other bidder at his discretion or call for new bids.

26. QUALITY ASSURANCE REQUIREMENTS :

26.1 The supplier shall submit copies of Valid Certificates to ensure that all works comply with standards specified in the QRs.

27. TRANSFER OF TENDER DOCUMENT :

27.1 Transfer of Tender Documents by one bidder to another is not permissible. Similarly transfer of tenders submitted by one bidder in the name of another vendor is not permissible.

28. CONTRACT MONITORING :

28.1 The buyer shall hold regular contract monitoring meetings after the award of the contract to monitor the performance of the contract.

28.2 First such meeting shall be hold within one week of award of the contract. The date and time of such meeting shall be intimated to the contractor / supplier by fax. / post. The date and time of subsequent meetings shall be decided and recorded in previous meetings.

28.3 The proceedings of each meeting shall be recorded and action as required towards successful completion of the project shall be initiated promptly by both AAI and the contractor. Project review meetings shall be with reference to mile stones and contract performance analysis.

______Section-II Page 24 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

28.4 Buyer shall communicate the readiness of the site(s) as per format as & when the buyer is ready with the installation plans.

29. ONLINE REVERSE AUCTION:

29.1 This e-tender shall be decided on the basis of online Reverse Auction after opening of financial bid

29.2 Base price for Reverse Auction shall be the Estimated Price or L-1 price received in the financial bid opening or as decided by AAI. The auction will be open for the bidders on specified date & time. During this period the Bidders are allowed to reduce the prices as many times as they desire.

29.3 Bidders are advised to prepare well in advance regarding maximum reduction they can offer on their proposal keeping in view the limited time allowed for reverse auction.

29.4 Bidders whose technical bids are accepted and are eligible for opening of the financial bids shall only be allowed to participate in Online Reverse Auction.

29.5 The due date and time of conduct of Reverse Auction and price bid opening shall be intimated in advance to the bidders, through e-procurement portal.

29.6 After selection of L1 bidder (if L1 price is received through Reverse Auction), itemized cost for the successful bidder shall be calculated by reducing the tendered items cost (quoted price as per Schedule-B) on pro-rata basis. For this purpose, reduction in the overall price from reverse auction is applied on pro-rata basis to each item of Schedule –B and accordingly purchase order / contract shall be awarded. If the L1 bidder after Reverse auction refuses to accept the contract, then his EMD will be forfeited in addition to action for blacklist as per tender provisions. 29.7 Bidders shall be informed regarding Reverse Auction and they may contact Helpdesk for the guidance on RA process.

29.8 If required, AAI may arrange training to all eligible bidders on request on the Online Reverse Auction process prior to conduct of Online Reverse Auction.

29.9 Bidders shall confirm process of Reverse Auctioning after getting invitation of process. If any change in the process, or bidders desire so, a training on the process shall be given in AAI premises New Delhi.

29.10 Reverse Auction may be conducted online with vendors from their own offices. However, necessary facilities / arrangements may be provided in AAI premises in Case of such requests by the vendors or for training purposes.

**************************

______Section-II Page 25 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______Section-II Page 26 of 246 TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

SECTION - III

GENERAL TERMS & CONDITIONS OF THE CONTRACT

1. Purpose & Scope

1.1 This document sets out the terms & conditions be met in connection with the provision of “Name of the work as given in Schedule-A Sr. No. 1” to AAI for the work as per details given in the notice inviting Tender with specifications in Annexure-VII & VIIA.

1.2 This tender document includes details like quantity, delivery, installation, testing, commissioning (including Operating system & other software for the items as tendered for), training & support services for maintenance, etc.

1.3 The hardware & software supplied against this tender must include all the modules, sub modules and items required for installation, smooth performance and crash recovery of the software such as installation kit, CDs, Software Manuals, hardware sub-systems etc.

2. Compliance:

2.1 The unconditional acceptance of all the terms & conditions of the NIT has to be submitted through a letter. The format of the letter is attached at Annexure-I.

2.2 The submission of the tender will imply acceptance of all the tender condition by the bidder laid in tender document including all the Annexure(s) & schedules to the tender document.

2.3 The compliance to the terms & conditions should be supported by authenticated documentation wherever required.

2.4 Each page of the Bid and cuttings / corrections shall be duly signed with stamp by the bidder. ( Not applicable for E-Tender)

2.5 The submission of unconditional acceptance of the terms & conditions of the NIT, as described above is essential for the tender evaluation. The failure to submit the unconditional acceptance statement in the said format shall result in his tender being rejected.

3. Language and Currency :

3.1 The bidder shall quote the rates in English language and international numerals. The rates shall be in whole numbers. The rates shall be written in both figures as well as in words.. In case of disparity in figures & words, the rate in words will be considered. In the event of the order being awarded, the language of all services, manuals, instructions, technical documentation etc. provided for under this contract will be English. The bidders should quote only in Indian Rupees and the bids in currencies other than Indian rupees shall not be accepted.

4. Standard Conditions. 4.1 Standard printed conditions of the bidder to the offer, other than the conditions specified here, will not be acceptable.

4.2 For the purpose of the tender, the metric system of units shall be used.

______Section-III PAGE 27 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

4.3 All entries in the tender shall either be typed or be in ink. Erasures shall render such tenders liable to summarily rejection. The bidder shall duly attest all corrections, cancellation and insertions.

4.4 Bidder's offers shall be with reference to section and clause numbers given in the tender schedules.

5. Earnest Money:

5.1 The Earnest Money Deposit (EMD) of amount of Rs. (a) (As Specified in Schedule-A Sr. No. 3(a)) (Rupees (b) (As Specified in Schedule-A Sr. No. 3(b))) shall be submitted. EMD Amount shall be remitted Offline through DD or Bank Guarantee as specified in para 2.1.2 of Section- II. Scanned copy of DD/BG should be submitted in packet-1. The EMD in original in a sealed envelope should be posted/couriered or in person to the concerned official, so as to reach latest by the last date and time of the bid submission.

5.2 The EMD of bidder who are not qualified in initial eligibility qualification or Technical qualification, EMD shall be refunded after Prequalification/Technical evaluation.

5.3 The EMD of the bidder other than the lowest bid shall be discharged / returned promptly, after evaluation of financial bids.

5.4 The EMD of the successful bidder will be returned after the bidder provides the performance guarantee, as required in para 6 of this section of the tender document.

5.5 The EMD amount shall be forfeited in the following events:

5.5.1 If the successful bidder fails to enter into a contract with AAI within 15 calendar days after the receipt of the purchase order / work order as specified under clause 23 of section-II.

5.5.2 If the successful bidder fails to submit the performance guarantee as stipulated in para 6 of this section within 30 calendar days after the receipt of the purchase order / work order.

5.5.3 In the event of not accepting the conditions of the contract even after agreeing to do so and submitting the letter of un-conditional acceptance of terms as per letter in Annexure- I.

5.6 No interest or any other expenses, whatsoever, shall be payable by AAI on the EMD in any manner. The Contractor shall pay all banking or conversion charges (and any other expenses incurred in this regard). 5.7 If a bidder withdraws from the Tender process for any reason deemed unsatisfactory in the sole opinion of the AAI, their EMD will be encashed and forfeited. 5.8 Should the AAI cancel this Tender process, AAI will return the EMD of all bidders for whom the EMD was not already forfeited and encashed without any interest.

6. Performance bank Guarantee.

______Section-III PAGE 28 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

6.1 The successful bidder shall submit Contract performance guarantee (in lieu of Contract Performance security) of the value equivalent to 10% (ten percent) of the total price, to AAI in the form of an irrevocable and unconditional bank guarantee on scheduled commercial bank as per Performa attached as Annexure-II. The guarantee shall be submitted within 30 calendar days of the issue of letter of acceptance of his bid, and will be valid till 90 days after the duration of Guarantee/Warranty. In case successful bidder fails to submit the PBG within stipulated period, interest @ 12% p.a. on performance Guarantee amount would be levied (non-refundable) for delayed period of submission and shall be deducted from EMD or First running Bill. In case, successful bidder fails to submit performance bank guarantee within 60 days, AAI reserve the right to forfeit EMD and cancel the order.

6.2 The performance guarantee amount shall be payable to AAI without any condition whatsoever and the guarantee shall be irrevocable.

6.3 The performance guarantee shall be deemed to govern the following guarantees from the successful bidder, in addition to other provisions of the guarantee:

6.3.1 The Hardware / Software supplied under the contract shall be free from all defects / bugs and upon written notice from AAI, the successful bidder shall fully remedy , free of expenses to AAI , all such defects / bug as developed under the normal use of the said hardware / software within the period of guarantee/Warranty.

6.3.2 The performance guarantee is intended to secure the performance of the entire system. However, it is not to be construed as limiting the damages stipulated in any other clause.

6.4 The performance guarantee will be returned to the successful bidder at the end of the period of liability without interest.

6.5 The bidder as per operation, installation, maintenance manuals and performance guarantee tests supplied by the successful bidder, will do the loading, installation & commissioning of systems. The successful bidder will be fully responsible for the guaranteed performance of the supplied systems and warranty obligations. In case of any problem after commissioning and during guarantee period the successful bidder will depute his supervisor(s) to AAI's site within 24 hours of intimation to remove all defects at contractor’s cost.

6.6 A fine of an agreed amount calculated @ 1/2% of the total value of the faulty equipment per week or part thereof subject to a maximum value equal to the value of the Performance Bank Guarantee can be imposed in case of delay in rectification of the problem in 72 hours. The acceptance of valid reasons for non-compliance to 6.5 above shall rest with ED (IT) and his decision with regard to imposition of the fine shall be final. The fine shall be recovered from the Bank Guarantee.

7. Correspondence:

7.1 All correspondence would be directly with the bidder and correspondence through agents will not be entertained.

8. Testing and Inspection :

______Section-III PAGE 29 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

8.1 The testing and inspection of the equipment / components procured shall be carried out in two stages as follows.

8.1.1 Factory Inspection / Acceptance Testing:

8.1.1.1 The Buyer or his representative shall have the right to conduct pre-dispatch inspection of the Hardware and Accessories including the software for their conformity to the specifications. Where the Buyer decides to conduct such tests on the premises of the Original Equipment Manufacturer (OEM) or Supplier of the OEM or its subcontractor(s), all reasonable facilities and assistance like Testing Instruments and other test gadgets including access to drawings and production data shall be furnished to the inspectors at no charge to the Buyer. The schedule & procedure of testing shall be intimated to the bidder after the placement of the Work order / purchase order. The successfully inspected / accepted items shall be sealed in the presence of the Inspectors and signed by the inspectors accordingly. The tentative list of the items can be seen at Annexure VII D and these can be changed based on request from AAI.

8.1.1.2 If any inspected or tested Items fail to conform to the Specifications the Buyer may reject them and the Contractor shall either replace the rejected Items or make all alterations necessary to meet Specification requirements free of cost to the Buyer.

8.1.2 Post receipt / pre-installation testing :

8.1.2.1 Notwithstanding the pre-supply tests and inspections prescribed in clause 8.1.1.1 & 8.1.1.2 above, the Items on receipt in the Buyer 's premises will also be tested after receipt and if found defective, or the seal found to be tempered these items shall be replaced free of cost to the Buyer as laid down in clause 8.3 below

8.1.3 Post installation Acceptance testing / Inspection:

8.1.3.1 This testing / inspection shall be performed after the completion of installation of the parts. The inspectors shall verify the component level details during this testing and shall sign the installation report after successful completion of the post installation testing. Defects / shortcomings brought out in this testing shall have to be attended as per the contract within the permitted time schedule. 8.1.3.2 The post-installation acceptance testing/ inspection shall prove that the procured systems meet all system requirements as per specifications specified in the tender document. The vendor shall provide all necessary test equipment, tools and instruments for the acceptance testing. Installation shall be termed as completed after successful completion of SAT/post-installation acceptance testing and resolution of all defects/bug.

8.2 If any Item or any part thereof, before it is taken over under above testing/inspection clauses, is found defective or fails to fulfill the requirements of the contract, the consignee shall give the Contractor notice setting forth details of such defects or failure. The Contractor shall make the defective material good, or alter the same to make it comply with the requirements of the contract forthwith and in any case within a period not exceeding one month of the initial report. The replacements by the Contractor shall be made free of all charges at site. Should he fail to do so within this time, the Buyer reserves the discretion to reject and replace at the cost of the Contractor the whole or any portion of the items as the case may be, and that is defective

______Section-III PAGE 30 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

or fails to fulfill the requirements of the contract. The cost of any such replacement made by the Buyer shall be deducted from the amount payable to the Supplier

8.3 The testing & inspection as per above clauses in any way does not relieve the Contractor from any Warranty or other obligations under this contract.

8.4 Acceptance test procedure & Programme for all the items shall be discussed and finalized after the award of the work in a joint meeting.

9. Extension of Time:

9.1 This work is urgent and hence the completion period as per contract shall be adhered to strictly. However, in-case of extraordinary situations which may delay the completion of the project, the contractor shall apply for extension in time as per format contained in Annexure- VI.

9.2 AAI at its sole discretion may extend the time period for completion of the work without any prejudice to operate the penalty clauses provided for in the Tender Document. Such extension of time and the circumstances leading to the extension of time shall be communicated in writing to the contractor.

10. Compensation for Delay:

10.1 Time is the essence of the Contract.

10.2 If the successful bidder fails to complete the supply / work within time fixed under the contract, he shall pay to the AAI without prejudice to any other rights or remedy as may be available to 1 the purchaser, an agreed compensation amount calculated @ /2 % of the total value of the uncompleted portion of the work per week or part thereof subject to a maximum value equal to the value of the Performance Bank Guarantee.

10.3 The amount of compensation for delay and waiver of compensation for delay in case of justified reasons shall be decided at the discretion of Accepting Authority and the same shall be final and binding on the contractor. Time taken by AAI and local statutory authorities for approval of drawings, design, estimate etc, force majeure reasons and any other reasons beyond control of the contractor shall be considered as justified reasons. The amount of compensation may be adjusted or set off against any sum payable to the contractor under this or any other contract with AAI.

10.4 Appeal for waiver of compensation for delay with due justification shall be decided by the Competent Authority. The decision of the competent authority on appeal shall be final and binding on the contractor.

10.5 Each site will be treated independently for calculating compensation. The delay applicable in the project shall also be site specific. The contract value shall be calculated separately for each site for this purpose. 11. Blank

12. Force Majeure :

______Section-III PAGE 31 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

12.1 AAI may grant an extension of time limit set for the completion of the work / repair in case the timely completion of the work is delayed by force majeure beyond the contractors control, subject to what is stated in the following sub paragraphs and to the procedures detailed therein being followed. Force Majeure is defined as an event of effect that cannot reasonably be anticipated such as acts of God (like earthquakes, flood, storms etc), acts of states, the direct and indirect consequences of wars (declared or un-declared), hostilities, national emergencies, civil commotion and strikes (only those which exceed a duration of ten continuous days) at successful Bidder’s factory. The successful bidder’s right to an extension of the time limit for completion of the work in above-mentioned cases is subject to the following procedures.

12.2 That within 10 days after the occurrence of a case of force Majeure but before the expiry of the stipulated date of completion, the bidder informs the AAI in writing about the occurrence of Force Majeure Condition (as per Annexure-V to the tender document) and that the Bidder considers himself entitled to an extension of the time limit. The contractor shall submit the application for extension of time as attached in Annexure-VI.

12.3 That the contractor produces evidence of the date of occurrence and the duration of the force majeure in an adequate manner by means of documents drawn up by responsible authorities.

12.4 That the contractor proves that the said conditions have actually been interfered with the carrying out of the contract.

12.5 That the contractor proves that the delay occurred is not due to his own action or lack of action.

12.6 Apart from the extension of the time limit, force majeure does not entitle the successful bidder to any relaxation or to any compensation of damage or loss suffered.

13. Patents, Successful bidder's Liability & Compliance of Regulations

13.1 Successful bidder shall protect and fully indemnify the AAI from any claims for infringement of patents, copyright, trademark, license violation or the like.

13.2 Successful bidder shall also protect and fully indemnify the AAI from any claims from successful bidder's workmen/employees, their heirs, dependents, representatives etc or from any person(s) or bodies/ companies etc. for any act of commission or omission while executing the order.

13.3 Successful bidder shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely the AAI from any claims/penalties arising out of any infringements and indemnify completely the AAI from any claims/penalties arising out of any infringements.

14. Settlement of Disputes :

14.1 If a dispute of any kind whatsoever arises between the AAI and the Contractor in connection with, or arising out of the Contract or the execution of the works, whether during the execution of the Works or after their completion and whether before or after repudiation or after termination of the contract, including any disagreement by either party with any action, inaction, opinion, instruction, determination, certificate or valuation of the Project Manager or his nominee, the matter in dispute shall, in first place be referred to the ED (IT), AAI. He shall

______Section-III PAGE 32 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

activate the dispute resolution mechanism to resolve the dispute in question. Any party may invoke arbitration clause, if dispute in question is not settled by the Dispute resolution mechanism

14.2 Unless the Contract has already been repudiated or terminated or frustrated the Contractor shall in every case, continue to proceed with the works with all due diligence and the Contractor and AAI shall give effect forthwith to every decision of the Project Manager or his nominee unless and until the same shall be revised, as hereinafter provided, by the Dispute Resolution Mechanism or in an Arbitral Award.

15. Arbitration and Law:

15.1 Except where otherwise provided for in the contract, all questions and disputes relating to the provisions of this contract shall be settled under the Rules of Indian Arbitration and Conciliation Act, 1996 as amended by the Arbitration and Conciliation (Amendment) Act, 20l5, within thirty (30) days (or such longer period as may be mutually agreed upon from the date that either party notifies in writing that such dispute or disagreement exists. The single Arbitrator for settlement of any dispute with regard to this contract shall be appointed by the Chairman AAI. The venue of Arbitration shall be New Delhi, India. The arbitration resolution shall be final and binding upon the parties and judgment may be entered thereon, upon the application of either party, by any court having jurisdiction. 15.2 The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 as amended by the Arbitration and Conciliation (Amendment) Act, 20l5 or any statutory modification or re-enactment' thereof and rules made there under and for the time being in force shall apply to the arbitration proceeding".

15.3 Indian laws shall govern this contract.

16. TERMINATION FOR DEFAULT & RISK PURCHASE :

16.1 The AAI may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the Contractor, terminate this Contract in whole or in part in any or the following events.

16.1.1 If the Contractor fails to deliver any or all of the Items within the time period(s) specified in the Contract or any extension thereof granted by the AAI pursuant to Clause 9 of Section - III. 16.1.2 If the Contractor fails to perform any other obligation(s) under Contract. 16.1.3 If the Contractor, in either of the above circumstances, does not remedy his failure within a period of 30 days (or such longer period as AAI may authorize in writing) after receipt of the default notice from AAI. 16.1.4 As a penalty to the Contractor the AAI shall en-cash Contract Performance Bank Guarantee. The AAI in such case shall pay for the assessed value of the executed work that can be used. No payment shall be made for the efforts put in by the Contractor in case the same are of no value to AAI. The balance unfinished work of the project will be got done by fresh tendering on Contractor’s risk and that extra expenditure will be recovered.

17. TERMINATION FOR INSOLVENCY:

17.1 The AAI may at any time terminate the Contract by giving written notice to the supplier, without compensation to the Contractor, if the Contractor becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect

______Section-III PAGE 33 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

any right or action or remedy which has accrued or will accrue thereafter to AAI. In the event of termination for penalty to the contractor Clause 16.1.4 shall be applicable.

18. SET OFF :

18.1 Any sum of money due and payable to the contractor (including security deposit refundable to him) under this contract may be appropriated by the Buyer to set off the same against any claim of the Buyer for payment of a sum of money arising out of this contract made by the Contractor with Buyer.

19. Deviation in Quantity:

19.1 AAI reserves the right to change the quantity to be supplied but within the overall deviation limit of 30% of the contract value.

19.2 AAI also reserves the right to purchase Extra item, Substitute items as per site requirements up to the overall limit of 30% of the contract value.

19.3 The overall deviation, Extra item or the substitute items taken together shall not exceed 30% of the contract value unless until it is mutually agreed by both the parties and a specific order is placed on the vendor in this regard.

20. Limitation of Liability

20.1 Notwithstanding any other term, there shall be no limitation of liability in case of any damages for bodily injury (including death) and damage to real property and tangible personal property due to gross negligence and willful misconduct of the other party.

20.2 In all other cases not covered by Para 20.1 above the total liability of either party under the terms of the contract shall not exceed the total contract value and in no event shall either party be liable to the other for any indirect, incidental, consequential, special or exemplary damages, nor for any damages as to lost profit, data, goodwill or business, nor for any reliance or cover damages even it was advised about the possibility of the same.

*****************************************************

______Section-III PAGE 34 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

SECTION - IV

SPECIAL CONDITIONS OF THE CONTRACT 1. Standards

1.1 All designs, codes, developing platforms, developing techniques and workmanship shall be in accordance with the highest accepted international standards for this type of work.

1.2 The bidder shall also state, where applicable, the National or other International standard(s) to which the whole, or any specific part, of the system, software, or training complies.

1.3 The quantities mentioned in the BOQ are indicative/ approx. and shall only be used for the purpose of financial bid evaluation and the Payments shall be made as per actual quantities supplied, installed and commissioned as per scope of work. However, Lump sum. LOT and Job cost shall be paid as per quote provided by bidder.

2 Time Schedule

2.1 The work as per the Notice Inviting Tender shall be completed within (As per Schedule-A Sr. No. 4) months of placement of firm order from AAI or as per the schedule submitted by the bidder whichever is less.

3 Time - The Essence of Contract

The time and date of completion of the works as contained in the supplier’s proposal and as agreed to contractually after modifications, if any, shall be final and binding upon the supplier. It must be understood that the supplier has made the proposal after fully considering all such factors which may have any bearing on the time schedule of the contract, and no extension in the schedule whatsoever shall be permitted on these accounts by AAI.

The bidder is expected to submit the project plan within 1 week of award of the contract and shall stick to the plan. The contract execution shall be monitored initially on weekly basis and subsequently on daily basis.

4 Delay & Non-Conformance

4.1 In case of the above time scheduled including levy of compensation for late delivery of systems as contained in of Section-III of the tender document not being adhered to, AAI has the right to cancel the order wholly or in part thereof without any liability to cancellation charges and procure the goods / software elsewhere in which case the successful bidder shall make good the difference in the cost of goods procured elsewhere and price set forth in the order with the successful bidder.

5 Payment terms

5.1 No mobilization advance shall be paid.

5.2 The payments shall be released to the Contractor on submission of documents as below.

5.2.1 Bills (Invoices) in duplicate 5.2.2 Delivery Challan in original 5.2.3 Original receipt from the Consignee for completion of delivery in good condition ______Section-IV PAGE 35 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

5.2.4 Inspection certificate in original as applicable. 5.2.5 Satisfactory report from AAI Project Manager for the work specified in the invoices.

5.3 Payment for each of the services / works to the contractor shall be made in the following stages consistent with the work done.

5.4 The payment of 60 % of the cost of the product / equipment including warranty support charges as per bill of material & 100% taxes shall be released against the delivery of items at site as per the order and their inspection by AAI after delivery.

5.5 The payment of 20 % of the cost of the product / equipment including warranty support charges as per bill of material & 100% taxes shall be released after Site Acceptance.

5.6 The balance 40% of the payment towards the cost of the Products / Equipment’s shall be released in the span of four years after the expiry of free one year warranty period. The maximum amount will be restricted to 10% per annum of the product cost. The payment equivalent 2.5% shall be released per quarter in a year.

5.7 The payment towards the manpower support shall be released quarterly after the successful services rendered by the vendor.

5.8 Bidder shall offer the price in the bid including GST as per current prevailing rate (i.e. the date of submission of bids), however in case of any change in GST, the actual GST prevailing at that time shall be paid to the vendor.

6 Guarantee / Warranty

6.1 Complete Software shall be guaranteed against all defects/bugs and for a satisfactory performance, as per all the listed features, for a period of (As per Schedule-A Sr. No. 5(a) & (b)) months from the date of supply.

6.2 The bidder shall attend at his own expense and get the defect/bugs removed in the systems as detected by AAI during the period of warranty.

7 Substitution & Wrong Supplies

7.1 Unauthorized/Pirated substitution or materials delivered in error of wrong description or quality or supplied in excess quantity or old versions shall be returned to the successful bidder at his cost and risk.

8 Dispatch of Documents

8.1 Pre-receipted Bills in triplicate at each stage of payment.

8.2 Copy of the Delivery Challan.

8.3 Copy of the Inspection report (if inspection carried out as a part of the Contract).

8.4 Duly certified Installation / Commissioning Certificate with the final bills. ______Section-IV PAGE 36 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

8.5 Any other Document as per Annexure- (As per Schedule-A Sr. No. 6).

9 Up gradation

9.1 The successful bidder shall guarantee the long-term availability of Upgraded versions of hardware / software to the buyer for the full life of the equipment. The successful bidder shall guarantee that before outdating the current systems covered under the contract, successful bidder shall give AAI at least six (6) months advance notice so that the latter may order the next up graded system.

10 Technical Manual

10.1 The bidder shall supply complete set of technical/ operations and maintenance manuals (as applicable) along with the delivery. The cost of such manuals supplied will be included in the cost of the system.

11 Change of Model 11.1 No change of model after the placement of order shall be entertained unless the alternate model offered are equivalent or higher in specifications and approval of the competent authority has been obtained in writing for such a change of model before the delivery of the product. Delivery of the alternate product without such an approval shall not be accepted and AAI shall not be responsible for any delay in delivery schedule on this account.

12 Sample Testing 12.1 The Buyer may demand a sample product at any stage of tendering for evaluation. AAI reserves the right to reject a Bid at any stage of processing and shall forfeit the EMD if the sample product is found to be substandard and / or fails to meet the NIT specifications and the bidder shall have no further claims in the tender.

12.2 AAI shall not bear any cost with regard to transportation of the equipment for testing and all such cost with regard to the testing shall have to be borne by the Bidder.

13 Training and documentation:

DOCUMENTATION: All documentation generated during design, installation and commissioning phase shall mandatorily be made available to AAI.

Provide documentation, which follows the ITIL (Information Technology Infrastructure Library) standards. This documentation should be submitted as the project undergoes various stages of implementation.

Indicative list of documents include: • Project plan in MS project giving out micro level activities with milestones, dependencies and deadlines. • Original manuals and CDs from respective OEMs. • Training material will be provided which will include the presentations used for trainings and also the required relevant documents for the topics • The selected bidder shall submit a complete set of Layout Drawings, BMS components, Single Line diagram, a complete cabling system layout (as installed), including cable routing, etc . The layout shall indicate detail locations of all components and indicate all wiring pathways. ______Section-IV PAGE 37 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

• The bidder shall be responsible for preparing process documentation related to the operation and maintenance of each and every component of the DR Site. The prepared process document shall be formally signed off by the AAI, before completion of final acceptance test. • The selected bidder shall document all the installation and commissioning procedures and provide the same to the tendering authority, within one week of the commissioning of SDC along with final configuration dumps and implemented solution details. • The selected bidder shall be responsible for documenting configuration of all devices and keeping back up of all configuration files, so as to enable quick recovery in case of failure of devices. • The selected bidder shall provide manuals, technical specifications, configurations of all IT and Non IT equipment’s etc. Supplied and installed by the bidder.

Training: The selected bidder shall conduct training for minimum 10 AAI officials after completion of Site Acceptance Test. Training shall be provided at DR site Hyderabad. All the training material and other associated expenses shall be borne by the bidder. The training shall cover the following topics: • Data Center Design • Overview of Non-IT Components • DG System & Operation • UPS System & Operation • PAC System & Operation • Security System & Operations • BMS System & Operations • Data Cabling Overview • Do’s and Don’ts • Remaining all other training on request from AAI for smooth operation of Non IT Components of DR Site. The copy of the training manual shall be submitted to AAI for approval before the commencement of training.

14 INTELLECTUAL PROPERTY RIGHTS

14.1 Airports Authority of India recognizing the intellectual property rights (in case of Software Development Projects) of the contractor and shall allow the marketing of the product to third party provided the marketing is done jointly or in consultation with AAI. For this a memorandum of understanding (MOU) shall be arrived at between AAI and the Contractor before taking up such activity. MOU will define in clear terms the responsibility of both the parties, financial implications and legality of the action.

15 Submission of Acceptance Testing procedure

15.1 It will be the responsibility of the vendor to submit the system test procedure for conducting the post installation site acceptance testing. The procedure submitted by the vendor should be drafted in line with the standard practices followed in the industry and should be in accordance with the test procedures & practices specified by the OEM. The acceptance test procedure on approval by AAI shall become the document for acceptance of the equipment after installation at the site. The draft copy of system test procedure should be made available to AAI before 15 days of the schedule site acceptance date.

16 Project Schedule & Monitoring

______Section-IV PAGE 38 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

16.1 The vendor shall plan various activities and submit the execution schedule within one week of award of the work. The execution schedule should clearly indicate all activities and the time required for completion of each activity taking the total project time as specified in para 2 above. Parallel activities and the dependent activities for each activity may be required to be specified in the schedule. The vendor would be required to submit the bar chart for all the activities along with the schedule. The project shall be closely monitored with respect to this schedule. The project review & coordination meetings shall be held once in 15 days with respect to this schedule. Apart from the regular monitoring meeting at CHQ/Hyderabad the physical progress of the work shall be monitored from time to time as agreed between both the parties in the progress review meetings. Any slippage from the schedule in completion of one activity and resultant delay / impact on the overall completion schedule shall be reviewed in each review meeting and the vendor would be required to take corrective actions to bring back the project on schedule.

17 The vendor should deploy well trained personnel at the site. AAI shall not be responsible for any incident or accident happening at the site due to the negligence of the personnel deployed by the bidder. The bidder shall absolve AAI against all such claims.

18 The Supplier is responsible for all unpacking, assemblies, wiring, installations, cabling between hardware units and connecting to power supplies at site.

19 Quantity ordered may vary as per site conditions / requirements.

20 Bidders registered with NSIC

20.1 Any concessions to the MSEs registered with NSIC and other govt agencies specified by the Ministry of Micro, Small Medium Enterprises as MSMED Act 2006, for goods produced and services rendered shall be applicable as per the directives of Govt. of India, prevalent on the date of acceptance of the bid.

20.2 In case a tenderer is eligible for any concession/exemption under this clause, documentary proof to this effect must be enclosed. It may be noted that submission, if any, of reference(s) of Govt. notification(s) pertaining to concessions/exemptions must be supported by copy(s) of such notification(s).

20.3 Bidder (MSEs) registered with NSIC seeking concession/exemption on the basis of “goods produced” need to submit a certificate issued from concerned authority (DIC or DEO etc.) for products offered in the bid are being produced by the concerned MSE.

20.4 Tender fee exemption: The tender fee will be refunded to NSIC registered bidders after duly checking and verifying their NSIC registration certificate during evaluation.

20.5 EMD Exemption: In case a bidder seeks and eligible for exemption from payment of EMD, Documentary proof as above to this effect must be enclosed with the document in fee (Packet-1) of the bid.

20.6 In case NSIC registration certificate is found invalid during evaluation, the bid of such bidder shall be rejected and tender fee shall not be refunded.

______Section-IV PAGE 39 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

20.7 The benefit as above to MSE’s shall be available only for good / services produced and provided by MSE’s for which they are registered.

21 List of Exclusions

21.1 The tender clauses not related for the present tender are not applicable.

******************

PAGE LEFT BLANK

______Section-IV PAGE 40 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE-I

ACCEPTANCE LETTER

(TO BE SUBMITTED IN Pre-Qualification BID )

To, G M (IT) Airports Authority of India Safdarjung Airport New Delhi

Sub: Acceptance of Terms & Conditions of Tender Name of Work: - “Name of the work as given in Schedule-A Sr. No. 1” Tender No. : - “Tender No. as given in Schedule-A Sr. No. 2”

Dear Sir,

1. The tender document for the works mentioned above have been sold to me/us by Airports Authority of India and I / we hereby certify that I / we have read the entire terms and conditions of the tender document made available to me / us in the office of the General Manager (IT) , AAI, which shall form part of the contract agreement and I / we shall abide by the conditions / clauses contained therein.

2. I / We hereby unconditionally accept the tender conditions of AAI’s tender document in its entirety for the above works.

3. It is clarified that after unconditionally accepting the tender conditions in its entirety, it is not permissible to put any remarks / conditions (except unconditional rebates on quoted rates if any) in the tender enclosed in envelope "A", "B" & “C” and the same has been followed in the present case. In case any provisions of this tender are found violated after opening envelope "A","B" &”C”. I / we agree that the tender shall be rejected and AAI shall without prejudice to any other right or remedy be at liberty to forfeit the full said earnest money absolutely.

4. That, I /We declare that I/we have not paid and will not pay any bribe to any officer of AAI for awarding this contract at any stage during its execution or at the time of payment of bills, and further if any officer of AAI ask for bribe /gratification, I will immediately report it to the appropriate authority of AAI.

Yours Faithfully,

(Signature of the Tenderer) Date: ______with rubber stamp

______Annexure-I PAGE 41 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______Annexure-I PAGE 42 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE-II

PROFORMA BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act) (The non-judicial stamp paper should be in the name of issuing Bank)

Ref : ______Bank Guarantee No : ______Date: ______To AIRPORTS AUTHORITY OF INDIA Rajiv Gandhi Bhawan, Safdarjung Airport New Delhi

Dear Sirs,

In consideration of the Airports Authority of India (hereinafter referred to as the Owner", which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s ------(hereinafter referred to as the 'Contractor', which expression shall unless repugnant to the context of meaning thereof, include its successors, administrators executors and assigns), a contract. Bearing No. ------dated------valued at ------for ------and the contractor having (scope of contract) agreed to provide a Contract Performance of the entire Contract equivalent to ------(10 per cent) of the said value of the Contract to the Owner. We at ------(hereinafter referred to as the 'BANK', which expression shall, unless repugnant to the context or meaning thereof, include the successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the Owner, on demand any and all money payable by the Contractor to the extent of ------as aforesaid at any time upto ------(day/month/year) without any demur, reservation, contest, recourse or protest and/or without any reference to the Contractor. Any such demand made by the owner the Bank shall be conclusive and binding notwithstanding any difference between the owner and contractor or any dispute pending before any court, tribunal or any authority.

The Bank undertakes not to revoke this guarantee during its currency without previous consent of the Owner and further agrees that the guarantee herein contained shall continue to be enforceable till the Owner discharges this guarantee. The Owner shall have the fullest liberty, without affecting in any way the liability of the Bank under this guarantee, to postpone from time to time the exercise of any powers vested in then or of any right which they might have against the Contractor,. And to exercise the same at any time in any manner, and either to enforce or to forebear to enforce any covenants, contained or implied, in the Contract between the Owner and the Contractor or any other course of or remedy or security available to the Owner. The Bank shall not be released of its obligations under these presents by any exercise by the Owner or by any other matters or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank. The Bank also agrees that the Owner 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 the Owner may have in relation to the Contractors liabilities.

Apart from other guarantees this Bank Guarantee explicitly provides for the following:

______Annexure-II PAGE 43 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

A) The Hardware / Software supplied under the contract shall be free from all defects / bugs and upon written notice from AAI, the successful bidder shall fully remedy , free of expenses to AAI , all such defects / bug as developed under the normal use of the said hardware / software within the period of guarantee/Warranty.

B) The performance guarantee is intended to secure the performance of the entire system. However, it is not to be construed as limiting the damages stipulated in any other clause.

Notwithstanding anything mentioned herein above our liability under this guarantee is restricted to Rs. ------and it shall remain in force upto and including ------and shall be extended from time to time for such period (not exceeding one year), as may be desired by M/s ------on whose behalf this guarantee has been given.

WITNESS

Dated this ------day of ------2013 at -----

Signature ------Signature ------

Name ------(Bank's Rubber Stamp)

Official address ------Name ------

Designation with Bank Stamp

Attorney as per Power of

Attorney No. ------

Date------

______Annexure-II PAGE 44 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE- II A

(Company Letter Head)

(To be submitted when the form of EMD submission is BG)

(Letter of understanding from the Bidder to Bank to be submitted along with EMD to Airports Authority of India)

The Branch Manager, ...... Bank, ......

Subject: My/Our Bank Guarantee bearing No...... dated...... for amount ...... issued in favor of Airports Authority of India (AAI). Sir,

The subject Bank Guarantee is obtained from your branch for the purpose of Earnest Money on account of contract awarded/ to be awarded by M/s AAI to me/us.

I/We hereby authorize the Airports Authority of India in whose favour the deposit is made to close the subject Bank Guarantee before maturity/on maturity towards adjustment of dues without any reference/consent/notice from my/our side and the bank is fully discharged by making the payment to Airports Authority of India.

Date: Signature of the Depositor Place:

______Annexure-II A PAGE 45 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______Annexure-II A PAGE 46 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE –II B

Bank Guarantee Format for EMD (To be submitted when the form of EMD submission is BG) (On Non‐judicial stamp paper of Rs.100.00)

Bank Guarantee

The Chairman, Airports Authority of India, CHQ, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi 110 003, INDIA

Dear Sir,

We ______(full name of the banker) hereby refer to the tender for ……………..(name of work) between the Airports Authority of India as purchaser and M/s ______(fill in the name of tenderer) as tenderer providing in substance for ……………..(name of work) as particularized in said tender, to which specific reference is made. Under the terms of said tender, the tenderer is required to provide a bank guarantee in a form acceptable to the purchaser for the amount of Rs………(amount in figures)(Rupees …………………………..) on account of EMD.

In view of the foregoing and pursuant to the terms of the said tender, which tender is referred to and made a part thereof as fully and to the same extent as if copied at length hereon, we hereby absolutely and unconditionally guarantee to the purchaser, performance of the terms and conditions of the said tender. The guarantee shall be construed as an absolute, unconditional and direct guarantee of the performance of the tender without regard to the validity, regularity or enforceability of any obligation of the parties to the tender.

The purchaser shall be entitled to enforce this guarantee without being obliged to resort initially to any other security or to any other remedy to enforce any of obligations herein guaranteed any may pursue any or all of its remedies at one or at different times. Upon default of the tender, we agree to pay to the purchaser on demand and without demur the sum of Rs………(amount in figures)(Rupees …………………………..) or any part thereof, upon presentation of a written statement by the purchaser that the amount of said demand represents damages due from the tenderer to the purchaser by virtue of breach of performance by the tenderer under the terms of the aforesaid tender. The determination of the fact of breach and the amount of damages sustained and or liability under the guarantee shall be in the sole discretion of the purchaser whose decision shall be conclusive and binding on the guarantor.

It is mutually agreed that the purchaser shall have the fullest liberty without affecting in any manner our obligation hereunder with or without our consent to vary any of the terms of the said tender or to extend the time for performance by the tenderer, from time to time any of the powers exercisable by the

______Annexure-II B PAGE 47 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

purchaser against the tender and either to forebear or on force any of the terms and conditions relating to the said tender and we shall not be relieved from our liability by reasons of any variation of any extension being granted to the tender or for any forbearance act or commission on the part of the purchaser or any indulgence by the purchaser to the tenderer or by any such matter or thing whatsoever which under the law relating to the sureties would but for this provision have effect of so relieving our obligation.

This guarantee is confirmed and irrevocable and shall remain in effect until ______(the validity shall be six months from the date of opening of Tender) and such extended periods which may be mutually agreed to. We hereby expressly waive notice of any said extension of the time for performance and alteration or change in any of the term and conditions of the said tender.

Very truly yours,

______

(Authorized Signatory of the Bank)

______Annexure-II B PAGE 48 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE –III

List of Support Staff with qualification background (To be submitted with Technical bid)

Name of Work: - “Name of the work as given in Schedule-A Sr. No. 1” Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”

Sr. Name of the Qualification Experience (No. Remarks No. Employee of years) Educational Professional 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

AUTHORIZED SIGNATURE ______

NAME OF THE SIGNATORY ______

NAME & ADDRESS OF THE TENDERER

OFFICIAL SEAL ______Date ______

______Annexure-III PAGE 49 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______Annexure-III PAGE 50 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE – IV

Details of Make/ Models offered against the Tender (To be submitted in the Technical Bid)

Name of Work: - Procurement of “Name of the work as given in Schedule-A Sr. No. 1” Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”

Make/ MAF Sr No Description Model Required offered A B C D 1.00 Flooring Vitrified Tiles flooring: Providing and laying Vitrified tiles in different sizes (thickness to be specified by the manufacturer), with water absorption less than 0.08% and conforming to IS: 15622, of approved brand & manufacturer, in all colours and shade, in skirting, riser of 1.01 steps, laid with cement based high polymer modified quick set tile adhesive (water based) conforming to IS: 15477, in average 6 mm thickness, including grouting of joints (Payment for grouting of joints to be made separately .Size of Tile 600x600 mm Grouting the joints of flooring tiles having joints of 3 mm width, using epoxy grout mix of 0.70 kg of organic coated filler of desired shade 1.02 (0.10 kg of hardener and 0.20 kg of resin per kg), including filling / grouting and finishing complete as per direction of Engineer-in- charge.Size of Tile 600x600 mm Carpet Flooring:Providing and laying of Carpet Tile over NOC area, Cabins reception area. The floor which recieves the carpet to be thourougly cleaned as per manufacturer's specification. The carpet is 1.03 to be laid over a bed of manufacturer's approved adhesive spread evenly over the entire floor. The rate shall include cutting, trimming, fixing and clearing away of residual material to a location as directed. Raise Flooring: Providing and fixing Access Floor panel of 600x600x32 mm medium grade Filled Steel anti static high pressure Lamination of 800H grade (FS800H). Access Floor panel shall be steel welded construction with an enclosed bottom pan with uniform pattern of 64 hemispherical cones. The top and bottom plates of Steel Gauges: top 0.6 mm and bottom 0.7 mm fused spot welded together (minimum 64 welds in each dome and 20 welds along each flange). The panel should be corrosion resistant epoxy coated for lifetime rust protection 1.04 and cavity formed by the top and bottom plate is filled with Pyrogrip noncombustible Portland cementitious core mixed with lightweight foaming compound. The access floor shall be factory finished with Anti- static High Pressure laminate with Non Warp technology upto 1mm thickness for superior adhesion and Surface flatness within 0.75mm.The panel is to withstand a Concentrated Load of 363 kgs applied on area 25mm x 25mm without collapse in the centre of the panel which is placed on four steel blocks. The panel will withstand and Uniformly Distributed Load (UDL) minimum 1250 kg/sqm and, an

______

Annexure-IV PAGE 51 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” impact load of 50kg all complete as per the approved manufacturers specification and as per the direction of Engineer-in-charge. All specification must be printed on the side of the panel to ensure the quality of the product. 300 mm Finished Floor Height (FFH)

2.00 PARTITIONS GYPSUM PARTITIONS: 100mm GYPSUM board partition with two layerf of 12.5 mm thick Gypsum Board on each side of the frame- screw fixed with drywall screws of 25mm & 35mm at 300mm centres to either side of 48mm. Stud (0.5mm thick having one flange of 34mm and another flange of 36mm made of GI Steel) placed at 610mm c/c in 50mm floor and ceiling channel (0.5mm thick have equal flanges of 32mm made of GI steel) anchored to the floor & true ceiling using suitable anchor fasteners or metal screws with Pvc plugs. The boards are to be fixed to the framework with joints staggered to avoid leakage 2.01 through joints . Rate to include making provisions in panels, grooves and finishing the same to fix soft board (0.45x1.8m) and whiteboard (1.2mx3.2m) fixed flush on the partition. Note soft board and whiteboards will be paid for separately. Rate also to include making openings for glass panels, ducts, services and doors by providing concealed frames on all sides, framework above false ceiling and any other provisions reqd. to facilitate the same, all hardware etc. all complete. 75 mm overall thickness partition with 12.5 mm thick double skin fire rated board conforming to IS: 2095: part I Fire Rated Glass partitions: Providing and fixing non load bearing fixed frame for fire resistant glazed Partition of 120 min Fire Rating, made out to a profile of dimension 60mm x 70 mm of 1.6 mm thick galvanised steel sheet as per test evidence suitable for fixing fire rated glass for 120 min of both integrity & radiation control (EW120) & minimum 15 min of insulation (EI15).The profile has to be fixed to the 2.02 supporting construction by means of anchor fasteners of size M10 x 80, every 150 mm from the edges and every 500 mm (approx) c/c. Linear meaurement of frame shall be measured for payment. The frame shall be filled with mineral wool insulation of density min 96kg/ m³. and finished with a approved fire resistant primer or Powder coating of not less than 30 micron in desired shade as per the directions of Engineer - in- charge Providing and fixing glazing in fire resistant door shutters, fixed panels & partitions etc., with G.I. beading made out of 1.6 mm thick G.I. sheet (zinc coating not less than 120 gm/m²) of size 20 x 33 mm screwed with M4 x 38 mm SS screws at distance 75 mm from the edges and 150 mm c/c , including applying a coat of approved fire resistant primer/powder coating of not less than 30 micron on G.I. beading, & special ceramic tape of 5 x 20 mm size etc complete in all respect as per direction of Engineer-in-charge. The glass shall be clear, 2.03 toughened, interlayered, non-wired fire resistant having 11 mm thickness of approved brand with 120 minutes of fire resistance both integrity & radiation control (EW120) and minimum 15 min of insulation (EI15) and having a sound reduction of 37dB and LT of 86%. Glass shall be compliant to class 2(B)2 category of Impact Resistance as per EN 12600. The glass should be manufactured in UL & TUV audited Facility and including UL-EU Certification.The maximum glazing size cannot be more than 1100 mm x 2200 mm (w x h) or 2.42 sq mts in ______

Annexure-IV PAGE 52 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” total area. The test report for the complete system (Glazed Door or Partition) will be considered valid only if it contains the stamp and signature of the authorized signatory from the glass manufacturer. (Actual glass size is to be measured at site for payments).

TOUGHENED GLASS PARTITION : Providing and fixing 12mm frameless self standing toughened glass of required height and length with mirror polished edges, fixed as per specified layout with patch fittings fixed as and where requried, specially or4dered stainless steel patch fittings as legs, tees, junctions, angles, glass to glass connectors, 2.04 wall to glass connectors, L angle connectors, 2 way glass connectors with SS patti with double sided bolt including all Stainless steel bolts with nuts etc. used as and where required as per layout plan, glass to be of required length with proper support with all gap filled with silicon sealantglass to have holes/ cut outs to accommodate patch fittings, all complete as per entire satisfaction of Engineer-in-charge. 3.00 FALSE CEILING Modular False Ceiling: Providing and fixing mineral fibre false ceiling tiles at all heights of size 595X595mm of approved texture, design and pattern. The tiles should have Humidity Resistance (RH) of 99%, Light Reflectance ?85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Fire Performance as per (BS 476 pt – 6 &7)in true horizontal level suspended on interlocking T-Grid of hot dipped all round galvanized iron section of 0.33 mm thick (galvanized @120 gsm ) comprising of main T runners of 15x32 mm of length 3000 mm, cross T of size 15x32mm of length 1200 mm and secondary intermediate cross T of size 15x32 mm of length 600 mm to form grid module of size 600x600 mm suspended from ceiling using galvanized mild steel item 3.01 (galvanised@80gsm) 50 mm long 8mm outer diameter M-6 dash fasteners, 6 mm diameter fully threaded hanger rod up to 1000 mm length and L-shape level adjuster of size 85x25x2 mm, spaced at 1200 mm centre to centre along main ‘T’. The system should rest on periphery walls /partitions with the help of GI perimeter wall angle of size24x24X3000 mm made of 0.40 mm thick sheet, to be fixed to the wall with help of plastic rawl plug at 450 mm centre to centre & 40 mm long dry wall S.S. screws. The exposed bottom portion of all T-sections used in false ceiling support system shall be pre-painted with polyester baked paint, for all heights. The work shall be carried out as per specifications, drawings and as per directions of the engineer-in- charge

______

Annexure-IV PAGE 53 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction, including 3.02 fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board, all as per manufacturer's specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but excluding the cost of painting with : 12.5 mm thick tapered edge gypsum fire resistant board conforming to IS: 2095- Part I FIRE RATED DOORS :Providing and fixing single or double steel door shutters with 45mm thk flush design shutter comprising of two outer sheets of 18 gauge steel sheets rigidly connected and reinforced inside with continuous vertical 20 gauge stiffeners, spot welded in position at not more than 150mm on centres 4.00 including void filled with mineral wool (density as per specification), all fittings, mortice lock with handle on both sides, tower bolt, stopper, aldrop, shop and final painting etc all complete. Each door to have 300mm x 200mm vision panel fitted with wired fire rated glass 4.01 (1200mm + 300 mm) x 2400 mm unequal double Leaf door 4.02 900 mm x 2400 mm single Leaf door with panic bar

______

Annexure-IV PAGE 54 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Providing and fixing glazing in fire resistant door shutters, fixed panels & partitions etc., with G.I. beading made out of 1.6 mm thick G.I. sheet (zinc coating not less than 120 gm/m²) of size 20 x 33 mm screwed with M4 x 38 mm SS screws at distance 75 mm from the edges and 150 mm c/c , including applying a coat of approved fire resistant primer/powder coating of not less than 30 micron on G.I. beading, & special ceramic tape of 5 x 20 mm size etc complete in all respect as per direction of Engineer-in-charge. The glass shall be clear, toughened, interlayered, non-wired fire resistant having 11 mm thickness of approved brand with 120 minutes of fire resistance both 4.03 integrity & radiation control (EW120) and minimum 15 min of insulation (EI15) and having a sound reduction of 37dB and LT of 86%. Glass shall be compliant to class 2(B)2 category of Impact Resistance as per EN 12600. The glass should be manufactured in UL & TUV audited Facility and including UL- EU ertification.The maximum glazing size cannot be more than 1100 mm x 2200 mm (w x h) or 2.42 sq mts in total area. The test report for the complete system (Glazed Door or Partition) will be considered valid only if it contains the stamp and signature of the authorized signatory from the glass manufacturer. (Actual glass size is to be measured at site for payments). Providing and fixing panic bar / latch (Double point) fitted with a single body, Trim Latch & Lock on back side of the Panic Latch of reputed 4.04 brand and manufacture to be approved by the Engineer- in- charge, all complete. 5.00 Glass Door Providing and fixing 12 mm thick frameless toughened glass door shutter of approved brand and manufacture, including providing and 5.01 fixing top & bottom pivot & spring type fixing arrangement and making necessary holes etc. for fixing required door fittings, all complete as per direction of Engineer-incharge 6.00 PAINTING and POP Providing and applying white cement based putty of average thickness 6.01 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete. Wall painting with acrylic emulsion paint, having VOC (Volatile Organic Compound ) content less than 50 grams/ litre, of approved brand and 6.02 manufacture, including applying additional coats wherever required, to achieve even shade and colour. Two coats Providing and applying two coats of fire retardant paint on cleaned wood / ply surface @ 3.5 sqm per litre per coat including preparation 6.03 of base surface as per recommendations of manufacturer to make the surface fire retardant. 7.00 BLINDS BLINDS: Twilight Series Blinds are available in Wide selection of colors and comes in band width 12 cm and is made up of 100% polyster, It comes in width of 250 - 280 cm, weight (opaque par) - 268 g/sqm ( + - 5% ) , weight ( mesh part ) - 31.7g/smtr (+ - 5%) , thickness - 0.60 - 7.01 0.65 mm ( opaue part ), UV Blockage - 99% , solar tranmittance - 0.7%, Tensile strength -Opaque - 291daN/5cm, Mesh - 206 daN/5cm,Colorfastness to light - above 4.5 grade. Twilight Blind tube is made of Aluminum with a diameter of 36mm, botom rail is made of

______

Annexure-IV PAGE 55 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Aluminum with powder coated having weight 390 gm/meter fitted with end caps in colour matching to the fabric and mechanism is of plastic with chain and metal bracket. The Blinds comes with Aluminum cover with the matching fabric designed on it. - Approved Make Deck,VISTA or equivalent

Provision of Motor in blind of following specifications: Motors DIA 34.75 mm, Torque(NM) - 6 NM , Speed (rpm) - 28 RPM (Radio motors), 7.02 Voltage - 220 V, Power consumption (W) - 155 W, Frequency - 50 HZ, Lifting capacity 15 KG, Average running noise(dbA) - less than 35 db .These motors can only operate on remote. 8.00 FURNITURE 8.01 Technical Workstations for NOC Area of Pyrotech - INFI or equivalent Providing and fixing of 750mm high Powder coated steel cabinets with 8.02 shelves, locks, handles etc. of Godrej - vertical filing cabinets or equivalent P/F of Fully upholstered chairs . Synchro tilt mechanism. Pneumatic height adjustable gas lift mechanism. Twin wheeled nylon 5 prong castors. Height adjustable arms with 360 degree rotation. Adjustable tilt tension with four stage back-lock. Adjustable backrest height. 8.03 Sliding seat pan. Medium back / High Back. Forward tilt. Soft arm caps. Foam density - 50 Kg/cu-m with hardness of 20Kg +/- 2 Kg at 25% compression. Fabric upholstered with fire retardant coating for fabric (Grade A - Fabric) of Herman miller - aeron or equivalent Supply of three seater sofa with fabric outer layout of Godrej Midas or 8.04 equivalent as per technical specification Providing and placing in position laminated working table of required size: a) Working top to be made in 18mm thick commercial board having single boards pasted upon another board orf depth 150mm at all sides (except rear side) to make it thick upto 36mm. b) Vertical support shall be 18mm thick Commercial board for supporting working top. 8.05 c) 1mm laminate shall be fixed on work top (top surface), vertical sides (both faces) d) 0.65mm balancing laminate on underside of table. e) Top to be fixed with 40x6mm teak margin on front, verticle side to have 20x6 teak margin on front cut out for cables etc. to be provided whenever required. The item shall be as per direction and satisfaction of Project-in-charge. Supply of glass top Centre table mounted on teak wood polished frame 8.06 of Godrej - PISA make or equivalent High back chair with armrest and comfort cushion of Godrej - La Sede 8.07 or equivalent Workstation chair of Godrej - EII 5002T or equivalent as per 8.08 specification Visitor chair in Cabin as per specification - 3 seater set of Godrej 8.09 Premeum lounge or equivalent Reception table of Godrej - First impression or equivalent as per 8.10 specification 8.11 Reception chair of Godrej Marvel or equivalent as per specification

______

Annexure-IV PAGE 56 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” File cabinet of 4 horizontal shelves of Godrej - vertical filing cabinets or 8.12 equivalent for cabins 8.13 Manager table of Godrej Enterprise or equivalent as per specifcation 9.00 Miscellaneous items Diluting and injecting chemical emulsion for POST- CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) :Treatment of soil under existing floors using 9.01 chemical emulsion @ one litre per hole, 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 :2 (1 cement : 2 Coarse sand) to match the existing floor: With Chlorpyriphos/Lindane E.C. 20% with 1% concentration Supplying chemical emulsion in sealed containers including delivery as 9.02 specified. Chlorpyriphos/ Lindane emulsifiable concentrate of 20% Providing 2 nos. Tile puller with suction cup, wooden door ramp of 9.03 required size and height, wooden steps of required dimensions as per direction of Project-in-charge (Unitile). Thermal Insulation:Supply, Installation, Testing & Commissioning of 10.00 Thermal Insulation: Supply & fixing of thermal insulation above ceiling with 19mm thick XLPE/Nitrile rubber. MAIN LT PANEL : Design, fabrication, assembly, wiring, supplying, installation, testing and commissioning of front operated cubicle type compartmentalised front access free standing, dust and vermin proof (IP 20 ingress protection) switchboards suitable for use at 400 volts +/- 10%, 3 phase 4 wire 50 Hertz system suitable for fault level of required value symmetrical at 400 volts +/-10%, fabricated from 2 mm thick CRCA MS sheets with hinged, gasketted (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel/T/flat sections including 3 mm thick gland plates on top and bottom and including lifting hooks and GI earth strip of required size with 2 nos earthing terminals and powder coated paint finish of approved shade over metal surface cleaned and treated with seven tank process complete with interconnections etc as per specifications, as required and as below. MCCB and MCB operation at 415V AC, and the insulation need to be at 690V AC, all Panels shall be duly metal labled with schematic diagarm and Danger marks.Complete as required. 11.00 All Panel/Switchboards shall have provision for entry of cables from the top and bottom as required. All live accessible parts shall be shrouded and all equipments shall be finger touch proof. The Busbars insulation shall be with heat shrinkable sleeves. SMC/DMC shrouds and busbar supports shall be used. All meters shall be digital type with LED display. Operations Logic to be decided and approved by AAI before GA drawing submission by bidder. LOC:-POWER ROOM Incomer: 2 No 800 Amps 4 Pole ACB (50KA) with trip setting at 40 to 100% and terminals suitable for cable connections on one side and bus bar connection on the other side,as per specifications and complete with inbuilt protections (UV,OV,EF,SC and OL) and as required at site of work. (with current setting plugs) . Metering, Indication & Protection: 2 Sets of R,Y,B Phase Indicating lamps with Neutral link with control ______

Annexure-IV PAGE 57 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” MCB. (3x2A). ON-OFF-TRIP indication lamps with control MCB (3x2 A) Multi function Meter ( equivalent to EM 6400) with CT -800/5A, 15VA, CL-1.0. BUSBAR SECTION : 1000 amps 4 Strip (50KA) busbar chamber of suitable length and cross sectional area with AL busbars with colour coded and Shrouded. All busbars and interconnections shall be of suitable size( AL ) at 1.5Amps/Sqmm. Neutral bar shall be of the same size as phase bar. Metering, Indication & Protection: ON-OFF-TRIP and all phase with neutral indication lamps with control MCB (3x2 A) Tie Breaker: Providing Installation,Testing,Commissioning of 1 No 800 Amps 4 Pole ACB (50KA) with trip setting at 40 to 100% and terminals suitable for cable connections on one side and bus bar connection on the other side,as per specifications and complete with inbuilt protections (UV,OV,EF,SC and OL) and as required at site of work. (with current setting plugs) . OUTGOING: Two (2) Nos. 300A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 300/5A, CL- 1, 15VA Cts. Complete as required Two (2) Nos. 200A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 200/5A, CL- 1, 15VA Cts. Complete as required Two (2) Nos. 160A, 4Pole MCCB (15 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 160/5A, CL- 1, 15VA Cts. Complete as required Three (3) Nos. 63A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 63/5A, CL-1, 15VA Cts. Complete as required 11.01 MLTP (1 & 2) UTILITY PANEL: Incomer One (1) No. 250 A, 4P MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, 250/5A, CL-1, 15VA CTs . Complete as required Busbar AL 300A Metering, Indication & Protection: 12.00 1 Set of R,Y,B Phase Indicating lamps with Neutral link with control MCB. (3x2A) ON-OFF-TRIP indication lamps with control MCB (3x2 A) Multi function Meter ( equivalent to EM 6400) with CT -300/5A, 15VA, CL-1.0 OutGoing 6 nos 63A 4 pole MCB 4 nos 32A 2 pole MCB APFC PANEL: GENERAL 13.00 Design, fabrication, assembly, wiring, supplying, installation, testing and commissioning of front operated cubicle type compartmentalised front access free standing, dust and vermin proof (IP 20 ingress

______

Annexure-IV PAGE 58 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” protection) switchboards suitable for use at 400 volts +/- 10%, 3 phase 4 wire 50 Hertz system suitable for fault level of required value symmetrical at 400 volts +/- 10%, fabricated from 2 mm thick CRCA MS sheets with hinged, gasketted (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel/T/flat sections including 3 mm thick gland plates on top and bottom and including lifting hooks and including GI earth strip of required size with 2 nos earthing terminals and including powder coated paint finish of approved shade over metal surface cleaned and treated with seven tank process complete with interconnections etc as per specifications, as required and as below. MCCB and MCB operation at 400V AC +/-10%, and the insulation need to be at 690VAC, all Panels shall be duly metel labled with scheme diagarm and Danger mark with 400V AC operation. All Panel/Switchboards shall have provision for entry of cables from the top and bottom as required All live accessible parts shall be shrouded and all equipment shall be finger touch proof. The Busbars insulation shall be with heat shrinkable sleeves. SMC/DMC shrouds and busbar supports shall be used. Padlocking facility shall be provided on all outgoing feeders doors and switch handles shall be lockable in OFF position All kA values indicated shall be Ics breaking capacity. APFC Control Circuit Stage load based Incommer 160A 4P MCCB 25kA CCB with thermal overload, magnetic short circuit release and 160/5 - 15 VA class - 1CTs to be added in panel along with control wiring 4C2.5Sqmm Cu FRLS wire for Sensing (3 CTs for 3P +1 CumCT) BUS BAR Electrolytic high conductivity aluminium three phase and neutral busbars rated at 250 amps having a maximum current density of 1 amp per sq mm suitable to with stand symmetrical fault level of 25 kA. at 415 volts. The neutral busbar is to be of 100% capacity. Indicators 3 Phase (R,Y,B Indicator lamps with control MCB) ON/OFF/Trip Indictaion (R,Y,A Indicator lamps with control MCB) 1 no. 96 mm sq Digital multipurpose Voltage, Current,Frequency Meter with 3 way and OFF selector switch with Kvar, Kw, KVA ,Pf, Cf display, if CTs required same shall be taken in to consideration The Switchboard shall be extensible complete with all interconnections, risers, internal wiring, labels etc complete as required 3 phase load based sensor and switching 1 set of Red/Green Indicating lamp to give status of the circuit Each Capacitor 1 set of manual ON/OFF push buttons 2x25 kVAr, 2x15 KVAr, 2x10KVAr hermetically sealed metallized polypropylene capacitor units complete with fuse protection, discharge resistors, adequate MCBs with copper links, ON/OFF button switches, Indicators and interconnections etc complete as required. CABLE AND TERMINATIONS: Supply, storing, handling, laying, testing and commissioning of 1100 Volt grade XLPE insulated and 14.00 sheathed aluminium conductor armoured cables, ISI marked , including providing required gap between adjacent cables (minimum one cable

______

Annexure-IV PAGE 59 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” dia.) including providing identification tags in shaft/ cable trays etc. complete as per specifications, as required (Low v/d losses)

14.01 4 C x 300 Sq.mm cable 14.02 4 C x 95 Sq.mm cable CABLE AND TERMINATIONS: Supply, storing, handling, laying, termination, testing and commissioning of 1100 Volt grade XLPE insulated and sheathed copper conductor un-armoured cables ISI 15.00 marked including providing required gap between adjacent cables (minimum one cable dia.) including providing identification tags in shaft and cable trays in ground etc. complete as per specifications, as required. 15.01 1C x 150 Sq.mm cable 15.02 1 X 95 Sq.mm cable 15.03 1C x 70 Sq.mm cable 15.04 4C x16 Sq.mm cable 15.05 4C x10 Sq.mm cable 15.06 4C x 6 Sq.mm cable Cable Termination : Supplying of all materials and making end terminations of 1.1 KV grade XLPE insulated aluminium multi core cables of the following sizes. The work includes cable cladding using brass plated double compression glands, sizing the core leads, 16.00 removing insulation, fixing suitable crimping type heavy duty aluminium lugs/ thimbles by using hydraulic crimping tools with correct size of the dies, shaping the leads and neatly connecting the same to the equipment terminals. Complete as required 16.01 4 C x 300 Sq.mm cable 16.02 4 C x 95 Sq.mm cable Cable Termination : Supplying of all materials and making terminations of 1100 Volt grade PVC insulated and sheathed copper conductor unarmoured cables including providing required gap between adjacent cables (minimum one cable dia.) and the cost of providing identification tags in shaft/ cable trays/ in ground etc. The 17.00 work includes cable cladding using brass plated double compression glands, sizing the core leads, removing insulation, fixing suitable crimping type heavy duty copper lugs/ thimbles by using hydraulic crimping tools with correct size of the dies, shaping the leads and neatly connecting the same to the equipment terminals. Complete as required. 17.01 1C x 150 Sq.mm cable 17.02 1C x 95 Sq.mm cable 17.03 1C x 70 Sq.mm cable 17.04 4C x16 Sq.mm cable 17.05 4C x10 Sq.mm cable 17.06 4C x 6 Sq.mm cable Cable Trays (Ladder Type):Supply, fabrication and installation of Hot dip galvanized(deposit of 75-80 microns) factory fabricated ladder type 18.00 cable trays complete with fabricated bends, tees, nuts bolts , dash fasteners, elbows, reducers, offsets etc & required hardware. with rungs at every 250 mm spacing (c/c) of various width in two

______

Annexure-IV PAGE 60 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” tier/three/five tier formation either on one side of the wall or on two sides of the wall or at other places and painted afterwards, if required.

50mm x 450mm x 2mm wide cable tray with rungs of 15mm x 30mm x 18.01 15mm 50mm x 375mm x 2mm wide cable tray with rungs of 15mm x 30mm x 18.02 15mm 50mm x 150mm x 1.6mm wide cable tray with rungs of 15mm x 30mm 18.03 x 15mm PERFORATED TYPE CABLE TRAYS(GI TRAYS)/ WIREWAYS: Supplying and installing following size of perforated Hot Dipped Galvanised Iron cable tray (Galvanisation thickness not less than 50 19.00 microns) with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders including G.I. bolts & nuts, etc. as required. 19.01 300 mm width X 50 mm depth X 1.6 mm thickness 19.02 450 mm width X 50 mm depth X 2.0 mm thickness STEEL ITEMS:Supply,fabrication,erection & epoxy painting of steel items as required as per specification complete, Generally steel items include cable tray, cable tray supporting arrangements,MS Channels- (ISMC),Angles,Plates and any other steel items not covered in other 20..00 items of schedule of quantities. The cable trays shall be of ladder made of angles and flats / sheet steel folded type . The rate shall also include painting with two coats of red oxide and primer and two coats of synthetic enamel paint of approved shade. SUPPLY & INSTALLATION OF INDOOR LIGHTING FIXTURES: Supply, Erection, Testing & Commissioning of the following light 21.00 fixtures complete with Energy Efficient Electronic Ballast, Control gear and all the other standard accessories. Supply and installtion of 2'x2' recess mounted LED light panel in the entire area in such a manner that the lux level in the server farm area 21.01 must be 500 lux measure at 1 mtr from from floor level at all places. For other area it must be 300 lux measured in a similar manner Supply and installtion of 9" dia round recess mounted LED light panel 21.02 in the entire area EARTHING: Supply & installation of the following with clamps, inspection chambers, excavationmaintenace free compound as per technical specifications & IS: 3043 standards. Complete. The cost shall 22.00 include excavation, bacfilling, compaction, construction of chambers, tools and tackles for excavation & all required civil works.Testing earth resistivity and electrode resistance (Maintenance free earthing) Providing and fixing 25 mm X 5 mm G.I. strip on surface or in 22.01 recess for connections etc. as required. Providing and fixing 25 mm X 5 mm copper strip on surface or in recess 22.02 for connections etc. as required. Providing and fixing 6 SWG dia G.I. wire on surface or in recess for 22.03 loop earthing as required. Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including accessories, and providing masonry enclosure with cover 22.04 plate having locking arrangement and watering pipe of 2.7 metre long etc ______

Annexure-IV PAGE 61 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Earthing with GI place including accessories, and providing masonry enclosure withEarthing with G.I. earth plate 600 mm X 600 mm X 6 mm 22.05 thick cover plate having locking arrangement and watering pipe of 2.7 metre long etc POINT WIRING: FOR LIGHT FIXTRURES: Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed 23.00 steel conduit, with piano type switch, phenolic laminated sheet, suitable size MS box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. (SWITCHES & SOCKETS SHALL BE OF MODULAR TYPE) 23.01 Single point controlled by 6 Amps switch (conduit / wires / switches) 23.02 2 - 3 point controlled by 6 Amps switch (combined rate for 2 / 3 points) INDUSTRIAL TYPE SOCKETS AND PLUG TOPS:Supply, store, erection, testing and commissioning of factory made metal clad totally enclosed with cast aluminium housing with industrial socket/interlocked combined rotary switch and socket with scrapping earth connection and plug top. In case of interlocked socket, the interlocking should 24.00 ensure that the plug cannot be inserted or withdrawn while the switch is in 'ON' position. (all switches & sockets shall be housed in painted MS boxes). The erection rate shall include supply of angle iron frame work and fixing accessories such as grip bolts/grouting/ welding to steel structures etc., All the MCBs shall be of 'D' Curve specifications. 32A, 415V, 3P+N+E, IP 44 Male top with socket, Plastic moulded industrial socket with suitable straight plug, Surface mounted / 24.01 Raceway mounted type. The pricing shall include to make the required supports on the floor/Raceway along with required accessories. 32A, 230V, 2P+E, IP 44 Male top with socket, Plastic moulded industrial socket with suitable straight plug, Surface mounted / 24.02 Raceway mounted type. The pricing shall include to make the required supports on the floor/Raceway along with required accessories. MODULAR TYPE: Supply, erection, testing and commissioning of power points by providing following switches/sockets mounted on 25.00 suitable size metal coated boxes fixed flush/surface on to the wall with all fixing and wiring accessories. 6/16 Amps, 5-pin (250 Volts) single phase universal socket with 16 Amps single pole switch with indicating lamp.The pin configuration 25.01 shall be round type. Plug tops are excluded from the scope of supply.(Normal Power) 6/16 Amps, 5-pin (250 Volts) single phase universal socket with 16 Amps single pole switch with indicating lamp.The pin configuration 25.02 shall be round type. Plug tops are excluded from the scope of supply.(Safety and Security systems UPS Power) SUB-MAINS/CIRCUIT MAINS/POWER WIRING: Supply and running of 1100 V grade FRLS PVC insulated copper conductor wires in 2mm 26.00 thick FRLS PVC/ MS conduits as per Technical specification. The rate shall include all wiring & conduit accessories as aplicable. Supply and running of 2Rx2.5 Sqmm + 1Rx1.5 Sqmm FRLS PVC insulated multistrand copper conductor wire in 25mm dia FRLS PVC 26.01 conduits for lighting circuits from DB to switch boards & emergency lighting circuits from MCB DBs to SBs and light fixtures

______

Annexure-IV PAGE 62 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Supply and running of 2Rx2.5 Sqmm + 1Rx1.5 Sqmm FRLS PVC insulated multistrand copper conductor wire in 25mm dia FRLS PVC 26.02 conduits for Raw power circuits (1x6/16A) from DB to Sockets and looping between the sockets Supply and running of 2Rx4 Sqmm + 1Rx2.5 Sqmm FRLS PVC insulated multistrand copper conductor wire in 25mm dia FRLS PVC 26.03 conduits for UPS power circuits (3x6/16A) and CAC units from DB to Sockets and looping between the sockets Supply, running and termination of 1C x 10 Sqmm Flexible FRLS PVC 26.04 insulated multistrand copper conductor wire in existing conduits/raceways. 27.00 Supply and fixing of the following charts / drawings duly Laminated 27.01 Single line diagram & Escalation Matrix 27.02 Rubber Mating 1M x 1M X 12mm Supplying and fixing 4 way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, 28.00 complete with tinned copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. DG Foundation: Creating DG bed foundation as per manufacturer 29.00 specification at the designated site DG control cable from Panel AMF module to the DG control panel as 30.00 per manufacturer specification Creating cable trench from Substation and DG yard to the main building. Bidder has to inspect the site and suggest how the cable can 31.00 be taken such as either in trench or buried under the gound and/OR on ladder tray 32.00 40mm MS conduit 33.00 Flexible MS conduit Multi Cable and Pipe transit sealant system for the site with fire 34.00 resistant material. The block to be factory manufactured as per the size and number of cable and pipe entry. Automatic transfer Switch with two inputs and one output with contactor 35.00 arrangement, source indication lamps housed in MS box to be used for inrow coolign units 36.00 DIESEL GENERATOR PACKAGE Supply of 500 KVA SILENT DG Set comprising of 500 KVA, 415 V alternator mounted on a common base frame, complete with (a) Batteries & Leads, (b) AVM Pads.(c) Residential Silencer.(d) First fill of 36.01 lube oil.(e) Acoustic Enclosure.(f) Manual control panel (Isolator), (g) Adapter box with extended Bus Bar (h) residential silencers with cladding,(i) 990 ltr fuel tank with base, (j) MS Pipe with Bends, flanges packing as required (k) Fuel Pipe fittings like valves, tee, elbows etc. 37.00 PRECISION AIR-CONDITIONING Supply, installation, testing and commissioning of Precision air conditioner with horizontal air flow pattern, can be placed in-between the racks or at the ends of rows, close to the heat source with 9 TR Net 37.01 sensible Load at return air tempareture of 32-35 deg C & 43-45 deg C ambient ) - Inside of Cold Aisle should maintain 22+/-1 deg C, 50+/- 5% RH . Unit should have Inverter/Digital Scroll Brushless compressor compatiable with R410a refrigerant,

______

Annexure-IV PAGE 63 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Refregerant piping, insulation as requried, cable tray for pipes and cables, electrical cable for conntecting indoor and outdoor, Odu stand, 37.02 IDU stand, drain pipe, ball valve and all other low side items requried for complete commissionign of the job. Piping and all low side work has to be done for 12 units 38.00 AISLE CONTAINMENT Heavy gauge Aluminium Sliding Door with viewing panel and support 38.01 arrangement Aisle containment made of Aluminium panels and Lexan sheet with 38.02 supporting arrangement. 39.00 COMFORT AIR-CONDITIONING SITC of 22HP Variable Refrigerant Volume modular type air- conditioning Equipment complete with indoor and out door units with Central control system for areas other than Server Farm Area Centre. 39.01 Outdoor Unit: Modular type outdoor units equipped with highly efficient scroll compressors, having Inverter technology, Corrosion resistant heat exchanger, low noise condenser fan etc of following independent circuits. Supply & Installation of following Indoor Units. The indoor unit shall have independent electronic control valve to control the refrigerant flow rate respond to variations of the air-conditioning load of the room. The fans shall be well balanced and noise free. The cooling coil shall be made of seamless copper tube. The tube shall be hydraulically or 39.02 mechanically expanded and tested for 21 Kg/cm2. Indoor units shall have a wireless remote control. All the unit shall have required ceiling/floor mounting arrangement. All the indoor units shall have drain pump/facility to drain out the condensate water. Indoor room temp requirement 24± 1 deg C. 39.03 1.0 TR 39.04 1.2 TR 39.05 1.6 TR SITC of accessories of VRV system including refrigerant , refrigerant piping with insulation , central controller ,control wiring between indoor 39.06 to outdoor units , drain piping , MS stand and any other related accessories required to complete the work as per site requirement & technical specification mentioned in the tender. 40.00 UPS FOR CRITICAL LOAD UPS: Supply, fixing and commissioning of 100KW Modular UPS Scalable to minimum 175KW with dual electrical distribution cables and panels to racks. UPS to have hot swappable power modules , hot swappable intelligence module and should be in minimum size of 25 KW - 30KW power module capacities. The system shall comprise of a user-replaceable continuous duty single bypass static switch module rated as per the Frame capcity. Batteries : Supply, interconnection 40.01 and commissioning of maintenance free lead acid (VRLA) type Hot Swappable Modular Batteries for back up time for approx 30 minutes on full load. It should possible to add or replace battery modules without switching the load to bypass source. The bank of batteries shall comprise of required Nos of batteries connected in series and there should be multiple banks connected in parallel to provide redundancy. Monitoring :The UPS should monitor and annunciate the status of individual battery modules or bank lavel and ______

Annexure-IV PAGE 64 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” perform temperature compensated charging depending on environment temperature. Notification should be provided on the UPS integrated display for add or removal of Battery modules.

FLOOR MOUNTED PDU FOR UPS OUTPUT: Supply, installation, testing, commissioning of 175 kVA Floor mount Modular PDU which should include minimum 24 Nos. Hot swappable 32 A Single Pole MCBs along with moulded cables and industrial sockets which shall be connected to individual PDU within the Server rack without any additional need of output panel and cables should be supplied as per 40.02 required length. Individual branch circuit monitoring shall be provided and should monitor the voltage & current of individual MCB and shall keep the record of that. It should be possible to add or replace circuit breaker modules without switching OFF the complete load bus. The PDU should have spare space for adding additional minimum 18 Nos. in future which shall be hot scaleable without any downtime. 41.00 UPS FOR NON-CRITICAL LOAD Power : Supply, fixing and commissioning of 80KVA/72 KW Unitary (NON MODULAR) Online double conversion IGBT based floor 41.01 monunted UPS system for uninterrupted operation of Lighting, IBMS and PAC loads. Batteries : Supply, interconnection and commissioning of 41.02 maintenance free lead acid (VRLA) type Batteries for back up time for approx 30 minutes on full load. 42.00 RACKS AND PDU SITC of 42U Server Racks ( 600 mm x 1200 mm ) UL approved; The Rack should be able to with stand a minimum Static load of 1300 Kgs and Rolling load of 1000 Kgs.The unit should have a minimum of IP 20 42.01 rating for protection against touch, ingress of foreign bodies, and ingress of water. Rack front door should have minimum 60 % of open perforation for efficient air flow. ROHS Compliant 42.02 Removal type cable manager rings in rear side of the racks 42.03 Min two temperature and RH sensors in each rack 42.04 Blanking Panels in each rack -20 nos SITC of Metered Rack PDUs with socket level monitoring include locking IEC receptacles, and ultra low profile circuit breakers, ZeroU, 32A, 230V, with minimum (18) C13 & (3) C19 outlets, each PDU should 42.05 have Hydraulic Magnetic breakers and overall width of the PDU should not exceed 70 mm so as to ensure sufficient space at rear side inside the rack. PDU should be CE/VDE Compliant, ROHS compliant. SITC of 42U Network Racks ( 750 - 800 mm x 1200 mm ) UL approved/complied; The Rack should be able to with stand a minimum 42.06 Static load of 1300 Kgs and Rolling load of 1000 Kgs.The unit should have a minimum of IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water. Rack front door should have

______

Annexure-IV PAGE 65 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” minimum 60 % of open perforation for efficient air flow. ROHS Compliant

42.07 Removal type cable manager rings in rear side of the racks 42.08 Blanking Panels in each rack -20 nos 42.09 Rack based Automatic Transfer switch 32A Single phase SITC of Temperature & Humidity Sensor to be integrated with above mentioned central monitoring system, Sensor Humidity Range ±3% RH 42.10 from 11% to 89% RH % , Sensor Temperature Range 15 degrees C to 50 degrees C 43.00 ADDRESABLE FIRE ALARM SYSTEM Supplying, installation, testing and commissioning of microprocessor based intelligent addressable main fire alarm panel, central processing unit with the following loop modules and capable of supporting not less than 240 devices (including detectors) and minimum 120 detectors per loop and loop length up to 2 km, network communication card, minimum 320 character graphics/ LCD display with touch screen or other keypad and minimum 4000 events history log in the non volatile 43.01 memory (EPROM), power supply unit (230 ± 5% V, 50 hz), 48 hrs back- up with 24 volt sealed maintenance free batteries with automatic charger. The panel shall have facility to connect printer to printout log and facility to have seamless integration with analog/digital voice evacuation system (which is part of the schedule of work under SH: PA System) and shall be complete with all accessories . The panel shall be compatible for IBMS system with open protocol BACnet/ over IP complete as per specifications. Supplying, installation, testing & commissioning of intelligent analog 43.02 addressable photothermal detector complete with mounting base complete as required Supply, installation, testing & commissioning of Addressable Manual Call Points (Break Glass Type). The same shall be square in shape & made of ABS plastic material. Surface / Flush Mounting. It shall have a 43.03 "Break glass" message embedded on the glass. The addressable module shall be enclosed along with the break glass in a junction box & with required accessories. Supply, installation, testing & commissioning of Conventional Sounder / Hooter. The sounder shall be made of ABS plastic material & have 43.04 the Db level of minimum 85dBs and a multi tone facility, wall mounted with mounting base & required accessories. Supply, installation, testing & commissioning of Addressable Monitor 43.05 Module (Input Module) with Surface / wall mounting box & required accessories. Supply, installation, testing & commissioning of Addressable Control 43.06 Module (Output module) with surface/ wall mounting box & required accessories. Supply, installation, testing & commissioning of Addressable Fault / 43.07 Loop isolator module with Surface mounting backbox & required accessories. Supply, installation, testing & commissioning of Response indicator for 43.08 Above false ceiling Detectors with required acessories. Supply, installation, testing & commissioning of 24V DC power pack 43.09 with battery backup. (for Strobe cum Sounders.) ______

Annexure-IV PAGE 66 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Supply and laying of 2C x 1.5 Sq.mm Copper Armoured Multi stranded FRLS cable on wall / slab or structure with necessary spacer & saddles. 43.10 scope shall also include required end termination using gland,lugs & required accessories. (Red in Colour) Supply, Installation, Testing and commissioning of Hand held Fire 43.11 Extinguisher - Clean Agent Type -4.0 Kg as required to support all areas 44.00 ASPIRATION SMOKE DETECTION SYSTEM Supply, Installation, Testing & Commissioning, calculations of flow and hole sizes in pipe network. Sampling unit shall be of LED technology. Detected smoke density shall be able to be adjusted between high 44.01 sensitivity to equal as ordinary smoke detector. Sampling system is connected to loop for ordinary fire alarm via address unit. Operation of sampling unit and status shall be able to display in fire alarm central unit. 44.02 Power Supply Unit 44.03 Capillary set with nozzel 44.04 Sampling Points 44.05 Aspiration Tubes with 25mm dia 44.06 Electronic Hooter with mounting arrangement 44.07 2 core x 1.0 sq.mm Armored cable 45.00 GAS BASED FIRE SUPPRESSION SYSTEM 120 Litre Seamless Cylinder CCOE Approved, complete with valve 45.01 assembly and a pressure gauge with a safety burst disc and a safety cap. ( quantity is indicative) Novec 1230 Gas (indicative only, Bidder need to calculate the gas 45.02 quantity and quote as per requriement only) 45.03 Electric Cum Manual Actuator. 45.04 Pneumatic Actuator. Discharge Nozzles are designed to provide the proper flow rate and 45.05 distribution of Novec 1230 to total flood a hazard area : 180 deg. / 360 deg. 45.06 Master Cylinder Adapter Kit 45.07 Flexible discharge Hose Manifold Check Valve installed at the discharge manifold to allow 45.08 removal of any Novec 1230 cylinder from the manifold while still retaining a closed system. 45.09 Flexible Actuation Hose 45.10 M.S. Container strap 45.11 Manifold Discharge Pressure Switch 45.12 Manifold with Mounting and all accessories 45.13 Seamless pipes as per ASTM A 106 Gr. B. Sch. 40 for Cylinder 45.14 Signages 45.15 Hooter Cum Flasher 45.16 Abort Switch 45.17 Release switch 45.18 Gas Release Panel 45.19 Battery 12VDC 7.2Ah 46.00 ACCESS CONTROL SYSTEM

______

Annexure-IV PAGE 67 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Supply installation Testing & commissioning of 4 Reader Main Access Controller Miroprocessor based, tamper protected wall-mount case 46.01 and communicating on Backnet/TCP/IP. ACCESS CONTROL SYSTEM which includes interface modules. For ICCC 2 doors, Server Room, Dial 100 room and Conference room 46.02 12 Vdc and 6 amp power supply for Controller and electromagnetic lock Supply installation Testing & commissioning of Biometric (Finger Print) 46.03 card Readers 46.04 Supply installation Testing & commissioning of Smart Card Readers 46.05 Supply installation Testing & commissioning of Push to Exit Buttons 46.06 SITC of Manual Break Glass Unit Supply installation Testing & commissioning of 600 Lbs Single Leaf 46.07 Electro magnetic Lock Supply installation Testing & commissioning of 1200 Lbs Double Leaf 46.08 Electro magnetic Lock SITC of Access Management Software license with seamless 46.09 integretion BMS Software complete with Graphic User Interface. ACS software shall be loading BMS workstation 46.10 BMS PC 46.11 Contactless iClass Smart Cards Supply and Laying of 8 Core x 0.75 Sq mm, multi strand, copper, 46.12 sheilded,Screened cable between the access controller and Card reader Supply and Laying of 4 Core x 0.75 Sq mm, multi strand, copper, 46.13 sheilded cable between the access controller and EM Lock/ door sensor /Push Button 46.14 25 mm PVC Conduit 46.15 Cat6 Cable for Controllers to Network Rack 47.00 CCTV SYSTEM 47.01 IP Indoor Dome Camera 2MP Onvif Compliant 47.02 16 CH NVR with VMS software 47.03 6 TB Surveillance HDD 47.04 24 port PoE L2 Fully Managed Switch 47.05 32" LED display 47.06 9U Rack 47.07 Cat6 cable 47.08 PVC Conduit 25mm dia 48.00 RODENT REPELLENT SYSTEM 48.01 Master Console panel including support bracket SITC of Transducer capable of Emitting Ultrasonic sound of frequencies 20 Khz and higher, with blinking LED Indication & shall 48.02 capable to covering area of 150 Sq ft in floor & ceiling void and 300 Sq ft in Room void. 48.03 Rodent Cable 48.04 25" PVC conduit including all accessories. 49.00 WATER LEAK DETECTION SYSTEM 4 zone Water Leak detection panel with Modbus Connectivity and 49.01 battery 49.02 Water leak detection cable sensor

______

Annexure-IV PAGE 68 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 49.03 Electronic Hooter DATA CENTER INFRASTRUCTURE MONITORING SYSTEM ( 50.00 DCIM) DCIM system should be modular and support perpetual licensing which provides us flexibility to purchase and expand enhanced modules according to AAI future need. Proposed DCIM should be created in separate installations to maintain sanctity of data as follows: a. Gateway/Convertor Devices: Required for connecting to third party BMS/ third party BMS controllers/field devices and building side device 50.01 Integrator system. b. Monitoring layer: Responsible for polling SNMP and Modbus TCP based Infrastrucure devices inside the datacenter like Rack Mount PDU, EMS systems etc. c.Customized Report generator to integrate with Operations and Monitoring Layers Central monitoring software along with required Server, Desktop for 50.02 dash boards monitoring, configuration and report generation and other accessories and cabling as required. 51.00 NETWORKING ( PASSIVE) 1U Hybrid Panel Housing with Front and Rear Cable Tray, Rack Mount, 51.01 accommode 144 fibers in 1U (can accept 4 Fiber or Copper cassette/frames) 51.02 Cat6A Modular Jack, Blue, Unshielded Cat6A LSZH Stranded Patch Cord, Foam-skin Polyethylene Insulation, 51.03 1 MT, Blue Color, Clear Transparent PVC Boot, LSZH Jacket, 6.1 mm OD 4-pair, 23AWG, Cat6A Unshielded Cable, LSZH Jacket, 650 Mhz 51.04 Tested, 60W PoE Rated, Max. 7.2 mm OD, IEC 61034-1/2 Smoke Density Test, IEC 60754-1/2 Halogen Acid Test OM4 CASSETTE, 06 PORTS, MPO-12 (FEMALE), LC DUPLEX, 51.05 TYPE-A (takes 1Nos of 12-core MPO-MPO trunks) MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.06 Male-Male, Type-B, 12 Fibers, 7 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.07 Male-Male, Type-B, 12 Fibers, 10 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.08 Male-Male, Type-B, 12 Fibers, 15 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.09 Male-Male, Type-B, 12 Fibers, 20 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.10 Male-Male, Type-B, 12 Fibers, 25 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.11 Male-Male, Type-B, 12 Fibers, 30 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye Fiber Duplex Patch Cord, LC Duplex - LC Duplex, Multimode OM4 51.12 Bend Insensitive , LSZH, Duplex Zip Cord 2.0mm, 3MT 51.13 Blank for empty slots of Panel

______

Annexure-IV PAGE 69 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 1U Hybrid Panel Housing with Front and Rear Cable Tray, Rack Mount, 51.14 accommode 144 fibers in 1U (can accept 4 Fiber or Copper cassette/frames) OM4 CASSETTE, 18 PORTS, MPO-12 (FEMALE), LC DUPLEX, 51.15 TYPE-A ALTERNATE (takes 3Nos of 12-core MPO-MPO trunks) Fiber Duplex Patch Cord, LC Duplex - LC Duplex, Multimode OM4 51.16 Bend Insensitive , LSZH, Duplex Zip Cord 2.0mm, 3MT with a recommended pull feature in HD Fiber Patch Panels 51.17 Angled Patch Panel, 48‐port, 1U, Black (Empty) Cat6A LSZH Stranded Patch Cord, Foam-skin Polyethylene Insulation, 51.18 1 MT, Blue Color, Clear Transparent PVC Boot, LSZH Jacket, 6.1 mm OD 51.19 Cat6A Modular Jack, Blue, Unshielded 1U Hybrid Panel Housing with Front and Rear Cable Tray, Rack Mount, 51.20 accommode 144 fibers in 1U (can accept 4 Fiber or Copper cassette/frames) MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, 51.21 Male-Male, Type-B, 12 Fibers, 15 Mtr, LSZH, Mini-D(single jacket) without Pulling Eye OM4 CASSETTE, 12 PORTS, MPO-12 (FEMALE), LC DUPLEX, 51.22 TYPE-A (takes 2Nos of 12-core MPO-MPO trunks) OM4 CASSETTE, 12 PORTS, MPO-12 (FEMALE), LC DUPLEX, 51.23 TYPE-A ALTERNATE (takes 2Nos of 12-core MPO-MPO trunks) 51.24 Cat6A Copper 6 Port Adapter Frame for Hybrid Panels (Empty) 51.25 Cat6A Modular Jack, Blue, Unshielded 4-pair, 23AWG, Cat6A Unshielded Cable, LSZH Jacket, 650 Mhz 51.26 Tested, 60W PoE Rated, Max. 7.2 mm OD, IEC 61034-1/2 Smoke Density Test, IEC 60754-1/2 Halogen Acid Test Cat6A LSZH Stranded Patch Cord, Foam-skin Polyethylene Insulation, 51.27 1 MT, Blue Color, Clear Transparent PVC Boot, LSZH Jacket, 6.1 mm OD Fiber Duplex Patch Cord, LC Duplex - LC Duplex, Multimode OM4 51.28 Bend Insensitive , LSZH, Duplex Zip Cord 2.0mm, 3MT Fiber Runner for laying fibre inside the runnner with all bends, T joints, 51.29 straight lengths, junctions and exit points and with all accessories for 2 rows, each of 11 racks to be expandable to 4 rows ( 44 racks) in future. 52.00 VIDEO WALL PACKAGE vIDEO WALL : Max. 1.29mm pixel pitch or better (Lower pitch is regarded as better) LED wall to make a minimum image size of 4.2 m (W) and 1.6 m (H) )(±5%) or higher. Resolution of total wall should be minimum 3000X1200. Resolution of total wall: shall be minimum 3000X1200 or more. LED Configuration: RGB 3 in 1; Technology :Max. 1.29mm or better pixel pitch direct LED wall. Brightness on screen: Minimum 600 nits. Controller should be from the same manufacturer 52.01 and single controller must be capable of giving UHD(4K, 30 Hz or better) output. Pixel Density: 620,000 pixels/m2 or higher. LED lifespan: ≥ 80,000 hours. Control IP based control to be provided. System should have redundant remote rack based power supply/In built power supply, should be kept away from the wall to reduce heat and noise around the LED wall. Refresh rate: ≥3000Hz,Operating Temperature: 0-40°C or better. Maintenance Access: Should be 100% front serviceable. Horizontal / Vertical Viewing Angle: 160° H, 140° V

______

Annexure-IV PAGE 70 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” or better. Mounting On stands As per the design requirement surrounded with false partition for flush installation look and feel. All cables, accessories, Mounting Kits required to complete the installations and commissioning of the system must be included. The video wall must be suppled with wall management software.

53.00 SAT, ISAT, Tier certification and health check Audit Individual system final aceptance test and Integrated system acceptance test with simulation by connecting dummy step load at 53.01 50%, 75% and 100%. All parameter possible at site must be shown and recorded and submitted to AAI before handover of the site. “Data Centre Facility to be constructed under this Contract shall be Uptime Institute Tier III Certified. The Successful Bidder shall obtain: - Uptime Institute Tier Certification III of Design Documents for the Complete Data Centre Facility Design. -Uptime Institute Tier Certification III of Constructed Facility for all areas of the Data Centre 53.02 Facility to be constructed under this Contract. -The necessary Certifications will be obtained on behalf of the Client and passed to the Client on Award. -All Certifications shall be kept current for the Contract Period; The Successful Bidder shall be responsible for all costs associated with obtaining and maintaining these Certifications. Half yearly Health check audit for the datacenter by third party agency for power , Cooling and IBMS installations. The agency must have prior experience of minimum 5 years in conducting the audit. All the tools 53.03 requried for the audit such as power quality analyser, thermal imager, Air hood ( for measureing CFM), Annemometer, Lux meter, temperature logger etc must be used to caputre the operational paramters of the system Multi skilled technician for operations and maintenance of the 54.00 dataenter for five years from the date of handover of the site.Each shift must have 2 mapower and there will be 3 shifts. 54.01 Year -1 54.02 Year -2 54.03 Year -3 54.04 Year -4 54.05 Year -5 55.00 Other Items

Instructions:

Note: 1. Tender specific for all items as stated above

AUTHORIZED SIGNATURE ______

NAME OF THE SIGNATORY ______

NAME & ADDRESS OF THE TENDERER

______

Annexure-IV PAGE 71 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” OFFICIAL SEAL ______Date ______

______

Annexure-IV PAGE 72 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Annexure – IV A

Detail Bill of Material For Active Networking Equipments Offered against the Specification as per Annexure-VII (To be submitted in the Technical Bid)

Name of Work: - “Name of the work as given in Schedule-A Sr. No. 1” Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”

S.No Item Description UOM QTY Detailed Bill of Material 1 2 3 4 5 6

Detailed Bill of Material is Mandatory to comply Specifications as per Annexure-VII

Note: Separate Additional Sheets may be attached.

______

Annexure-IV A PAGE 73 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE – V

FORMAT FOR INTIMATION OF FORCE MAJEURE OCCURRENCE

Information Technology Division, New Admin Block, Airports Authority of India, Safdarjung Airport, New Delhi - 110 003.

Name of Work : - “Name of the work as given in Schedule-A Sr. No. 1” Tender No. : - “Tender No. as given in Schedule-A Sr. No. 2”

Subject: Intimation regarding Force Majeure Case:

Sir,

Pursuant to Clause No.12 - FORCE MAJEURE, it is for your kind information that a case of force majeure has since occurred. Details are given below:

Date of occurrence Detail of Incident Activity affected Likely Delay Requested Extension

We are entitled to an extension in the date of completion as requested above. Bar Chart with revised schedule of activities is attached. Please approve the extension in the time. Evidence of the date of occurrence is also enclosed.

It is certified that performance of the Contract has been interfered with. It is also certified that the incident has not occurred due to our own action and that there has not been any lack of action by us in preventing the occurrence.

We are only claiming the extension in the date of completion of the activity (ies) and not claiming the loss incurred in the course of the incident.

Yours truly,

(Project Manager)

Enclosures: 1. Revised Bar Chart. 2. Evidence of the occurrence of the Force Majeure case (….. sheets)

______

Annexure-V PAGE 74 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______

Annexure-V PAGE 75 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” ANNEXURE-VI

APPLICATION FOR EXTENSION OF TIME

Part-I

1. Name of the Contractor

2. Name of the work as given in the agreement

3. Agreement No.

4. Contract Amount

5. Date of Commencement of work as per agreement

1. Period allowed for completion of work as per agreement

2. Date of completion stipulated in agreement

3. Date of actual completion of work

4. Period for which extension is applied for.

5. Hindrances on account of which extension is applied for with dates on which hindrances occurred and the period for which these are likely to last.

Sl Name of Date of Date of Period of Overlappin Net Remark No Hindranc occurrenc over of hindranc g Period extensio s if any e e of hindranc e n applied hindrance e for 1 2 3 4 5 6 7 8

Total period for which extension is now applied for on account of hindrances mentioned above. Month Days

6. Extension of time required for extra work.

12. Details of extra work and the amount involved:-

Total value of extra work Proportionate period of extension of time based on estimated amount put to tender on account of extra work. (a) (b)

______Annexure-VI PAGE 76 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

13. Total extension of time required for 10 & 11. Submitted to the Project Manager______.

Signature of Contractor

Dated Part II

(For Official Use)

1. Date of receipt of application from ______Contractor for the work of ______in the office of the General Manager (IT) ______.

2. Recommendations of the project Manager as to whether the reasons given by the contractor are correct and what extension, if any, is recommended by him. If he does not recommend the extension, reasons for rejection should be given.

Dated: Signature of the Installation In-charge

(To be filled in by the Project Manager)

1. Date of receipt in the Office:-

2. Project Manager’s remarks regarding hindrances mentioned by the contractor.

(i) Serial No (ii) Nature of hindrance (iii) Date of occurrence of hindrance (iv) Period for which hindrance is likely to last (v) Extension of time applied for by the contractor (vi) Overlapping period, if any, giving reference to items which overlap (vii) Net period for which extension is recommended (viii) Remarks as to why the hindrance occurred and justification for extension recommended.

3. Project Manager’s Recommendations. The present progress of the work should be stated and whether the work is likely to be completed by the date up to which extension has been applied for. If extension of time is not recommended, what compensation is proposed to be levied under Clause 32 of the agreement.

Signature of Project Manager

Signature of Accepting Authority

______Annexure-VI PAGE 77 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE-VII

Equipment / Product Specifications & Compliance Statement (To be submitted with Technical bid) (As per relevant 10.1.2 of section-II of Tender Document)

Name of Work : - “Name of the work as given in Schedule-A Sr. No. 1” Tender No. : - “Tender No. as given in Schedule-A Sr. No. 2”.

Scope of Work for the System Integrator under this project would be as follows:

Scope of Work

AAI Requirement Complied / Not Complied Supply, Installation, Testing and Commissioning of all the Equipments as per specifications in the NIT.

General Compliance:

Sr No Item Description Complied / Not Complied

1  The bidder/contractor shall be responsible for the construction, supply, installation, testing and commissioning as per the TIER III certified DC/DR at Hyderabad.  Bill of Quantity (tentative) has been given below for reference.  The data center shall be built (Non – IT) and maintain for 05 years by the vendor as per SLA attached as Annexure VII -C.  Tentative design for the DC/DR is available as Annexure VII-A.  Any necessary items which is required for the completion , security and operation of the TIER III data center at Hyderabad and not available in the Bill Of Quantity, bidder has to provide in the bid as “Other Items”. The Item wise details (without Cost/Price) of under “Other Items” shall be submitted in Technical Bid in the following format:

Sr. No Item Name Quantity

______Annexure-VII PAGE 78 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”  Bidder shall provide the details of “Other Items” in the Technical Bid.  Bidder shall provide drawings and layout of all the items and will get it approved by the AAI Engineer-in- charge of the project prior.

2 The DC build project is divided into 5 phases as under 1. Initiation 2. Design 3. Procure & Supply 4. Implementation 5. FAT and ISAT The bidder has to follow these process in true spirit.

Initiation: The bidder has to do a detail survey of the site and understand the requirement of the stakeholders. A plan must be prepared and submitted to AAI with schedule of requirement and timelines. The project plan has to be in MS project format. A kickoff meeting then be called with all the stakeholders and the plan be presented. Only after the plan is approved, further steps may start.

Design: It is the most important phase of the project. The bidder has to be work on detail design of the project and prepare drawing and schedule of each package/sub package. Each shop drawings and coordinated drawings have to be submitted to the consultant/ Engineer-in-chief of the project for their approval. Once the drawings are approved then only the actual execution would start.

The SI shall prepare detailed deployment design document and shall submit the same for approval within 2 weeks from the signing of the contract Agreement with the AAI.

To finalize Site Layouts and submit Working Diagrams The site layout as given in the RFP shall be mutually agreed between the AAI and the SI.

The suggested layout is attached at Annexure VII A:

Procure and Supply: The bidder has to procure the material as per the schedule from reputed manufacturer/as per the list of makes agreed through bidding process only. The same has to be supplied as on when the work demands during the execution.

Implementation: The implementation would be a continuous process in this project. The bidder has to engage skilled manpower for the implementation. The implementation has to be done as per the standards and best practices as agreed by the bidder. Any deviation would result in rework till the perfection is ______Annexure-VII PAGE 79 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” achieved and cost incurred due the rework and delay would be borne by the bidder.

FAT & ISAT: Once the implementation is done, testing of individual components will take place. Items those require factory test may be done at the OEMs premises at the cost of the bidder. Once the items are tested individually, an integrated test has to be done at the site with full simulated condition. Bidder has to provide load banks and tools as required for the test at his own cost. Final Acceptance Testing 1. The final acceptance shall cover 100% of the Date Center 2. After successful testing by the AAI or its third party monitoring agency; a Final Acceptance Test Certificate (FAT) shall be issued by the AAI to the SI. 3. The date on which Final FAT certificate is issued shall be deemed to be the date of successful commissioning 4. Detailed test plan shall be proposed by SI and approved by AAI. 5. This shall be submitted by SI before FAT activity to be carried out. 6. All documentation relevant acceptance test document should be completed & submitted before the Final Acceptance Test to the client (AAI). The training requirements as mentioned should be completed before the final acceptance test. 7. Final Acceptance shall include the following: 8. OEM certification of all the components installed. 9. All hardware and software items must be installed at site as per the specification. 10. Availability of all the defined services shall be verified.

Training

The selected Bidder shall conduct training after installation and commissioning have been completed. Training will be provided by the selected Bidder from the respective OEMs or OEM authorize partners or certified resources to the officials of IT, AAI , SI and other Departments, for a maximum of 15-20 people to be identified by the AAI, in a phased manner at the premises by the Government. Non IT training would include training on operation of

______Annexure-VII PAGE 80 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Precision AC, UPS Systems, electrical systems, BMS systems like access control, fire detection and suppression system, security aspects of the Data Center, education on how the passive network cabling has been done on the overall expansion area build etc.

______Annexure-VII PAGE 81 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Civil and Interior 1. Detail site survey has to done by the bidder before submitting the bid. AAI will consider it is done, whosoever has submitted a bid. 2. Bidder has to remove the existing flooring tiles (if any) from the area. 3. Disposal of debris has to be taken up by bidder during the entire project. The debris have to be dumped at the dump yard as directed by Engineer-in-chief or as per the local city municipal guidelines 4. A PCC flooring has be done all across the area. PVC/GI raceways wherever required have to be installed during this activity. 5. There is a shaft existing in the area. This will remain as it is. However the window opening of the shaft has to be closed by the bidder through Brick and plaster. 6. The bidder has to consider maximum height possible in the server farm area. Accordingly the false ceiling height may be decided. 7. Supply and installation of Partitions with double skin gypsum or toughed Glass/ Fire rated Glass or combination of the same. 8. Supply and installation of Fire rated steel door are required in server farm, power room, NOC area, Staging area, BMS room etc. 9. High quality tile carpets are required for all area except server farm area, power room, staging room and BMS room. 10. Supply and installation of Gypsum ceiling / Grid tile ceiling are required for the area. 11. Supply and installation of NOC room desks are required with multiple monitors. The desks have to factory made. All other furniture as mentioned in the bill of material has to be from reputed manufacturer. The same has to be approved by AAI before the procurement.

______Annexure-VII PAGE 82 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 12. Supply and installation of PVC vinyl flooring is required for all technical area such as server farm, power room, staging room and BMS room. 13. Supply and installation of Emergency exit doors with panic bars 14. Supplying and applying of POP and paint for all the surface with durable plastic premium emulsion paint and fire rated paint. 15. Supply and installation of Glass walls for cabins. 16. Making holes for services to pass through and closing the same with fire stop sealant. 17. Supplying and laying thermal insulation under the roof.

Electrical System

Detail site survey by bidder for the existing electrical installation. 1. Supply and installation of Diesel generator and creating exhaust stack as required by the site authorities. 2. Modular UPS system along with batteries. 3. Supply of double electrical main panel for each side of the source. 4. Supplying and laying of cable from the substation to the DC power room though trench, ladder and cable trays as suitable as per the site conditions. 5. Supply and installation of APFC panel. 6. Supply and installation of all other panels and DBs for ACs, lighting and raw power. 7. Supply and installation of Cabling and wiring for the entire site as per the design requirements. 8. Supply and installation of Earthing and grounding at the site and connecting the same to each of the equipment. 9. Supply and installation of LED lighting for the entire area. 10. Supply and installation of Switches, sockets, wall outlets, industrial sockets, NEMA connectors etc. 11. Supplying Electrical safety items.

______Annexure-VII PAGE 83 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 12. Supply and installation of Termination of cables and wires. 13. Testing of all the items at site. 14. Thermal imaging of the terminations with load. 15. Power Quality check with class A measuring tools during ISAT.

HVAC system

1. Direct Expansion based In-row (horizontal flow) cooling system 2. Refrigerant pipes, pipe for dehumidifier water exit and ODU & IDU 3. Containment housing with sliding doors on both sides of the aisle. 4. Providing Linear grills and diffusers in the non-technical area VRV/VRF system required for all other areas other than Server farm

Safety Security, Surveillance and Monitoring.

Safety and Security System: Design, supply, installation, testing and commissioning of security systems comprising the following components: 1. Fire alarm System 2. Public address system 3. High Sensitivity smoke detection system 4. NOVEC gas based fire suppression system 5. Access control system 6. CCTV surveillance system 7. Water leakage detection system 8. Rodent Repellent System 9. Intelligent Building Management System 10. The fire detections system has to be integrated by building fire detection system. 11. Display system to be near the reception in addition to BMS room. Other Items

______Annexure-VII PAGE 84 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 1. Video wall system in NOC with controller. 2. 42U racks with intelligent PDUs and Rack access control 3. Passive Network cabling as per TIA latest standard. 4. Uptime Tier III certification 5. Periodic health Audit of the infrastructure for the 5 years

The tentative BOM/BOQ as specified in “Scheduled B” shall be provided as per the technical specification given below:

Detailed Technical Specification and Scope of Work This documents details out the specification of major components of the Datacenter. The specifications are assumed to be generic and neutral to any specific manufacturer. The bidder has to be submit a clause wise compliance to each clause of the specification. In case the System Integrator (SI) wants to bid for an item with a higher specification than the mentioned one, they may do so. However, downgrading of the specification is not allowed.

CIVIL AND INTERIOR

______Annexure-VII PAGE 85 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Sl. No Technical specifications/Requirements Compliance YES/NO a Dismantling,Tender Name: Debris “Establishment cleaning of Non-IT and Infrastructure Disposal for Disaster Recovery (DR) Site at Hyderabad”

The site is in Hyderabad Old Airport Arrival/Departure building 1st floor. Currently the building is under renovation. The datacenter is proposed on one portion of the first floor. There may be debris lying around the area. Also during the construction of the datacenter a lot may debris may get accumulated. The Si has to do the dismantling at the site as per the requirement and clean the site periodically. The debris have to be removed on a manner by which they should not be any hindrance created in execution of the job of the datacenter or on adjacent work which may or may not be under the scope of SI. The debris have to be disposed on sack bags or bunched as the case may be. It has to be disposed on a landfill site as specified under the govt. rules without violating the environmental norms. The cost of dismantling, debris cleaning and disposal must be quoted as a separate item in the price bid.

b.1 Vitrified Tiles flooring: Providing and laying Vitrified tiles in different sizes (thickness to be specified by the manufacturer), with water absorption less than 0.08% and conforming to IS: 15622, of approved brand & manufacturer, in all colours and shade, in skirting, riser of steps, laid with cement based high polymer modified quick set tile adhesive (water based) conforming to IS: 15477, in average 6 mm thickness, including grouting of joints (Payment for grouting of joints to be made separately .Size of Tile 600x600 mm

b.2 Grouting

Grouting the joints of flooring tiles having joints of 3 mm width, using epoxy grout mix of 0.70 kg of organic coated

______Annexure-VII PAGE 86 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” filler of desired shade (0.10 kg of hardener and 0.20 kg of resin per kg), including filling / grouting and finishing complete as per direction of Engineer-in-charge.Size of Tile 600x600 mm

b.3 Carpet Flooring

Providing and laying of Carpet Tile over NOC area, Cabins reception area. The floor which recieves the carpet to be thoroughly cleaned as per manufacturer's specification. The carpet is to be laid over a bed of manufacturer's approved adhesive spread evenly over the entire floor. The rate shall include cutting, trimming, fixing and clearing away of residual material to a location as directed.

Suggested specification is as under

Pile material: 100% Olefin Polypropylene Pile yarn weight: 800gsm +/- 5% Stitches per 100mm; 40 No of Tufts per meter square :>225000 Total thickness : 7mm Backing type: PVC reinforced glass fibre Electrostatic and flame resistance: yes

b.4 Raise Flooring:

Providing and fixing Access Floor panel of 600x600x32 mm medium grade Filled Steel antistatic high pressure Lamination of 800H grade (FS800H). Access Floor panel shall be steel welded construction with an enclosed bottom pan with uniform pattern of 64 hemispherical cones. The top and bottom plates of Steel Gauges: top 0.6 mm and bottom 0.7 mm fused spot welded together (minimum 64 welds in each dome and 20 welds along each flange). The panel should be corrosion resistant epoxy coated for lifetime rust

______Annexure-VII PAGE 87 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” protection and cavity formed by the top and bottom plate is filled with Pyrogrip noncombustible Portland cementitious core mixed with lightweight foaming compound. The access floor shall be factory finished with Anti-static High Pressure laminate with Non Warp technology upto 1mm thickness for superior adhesion and Surface flatness within 0.75mm.The panel is to withstand a Concentrated Load of 363 kgs applied on area 25mm x 25mm without collapse in the centre of the panel which is placed on four steel blocks. The panel will withstand and Uniformly Distributed Load (UDL) minimum 1250 kg/sqm and, an impact load of 50kg all complete as per the approved manufacturers specification and as per the direction of Engineer-in-charge. All specification must be printed on the side of the panel to ensure the quality of the product. 300 mm Finished Floor Height (FFH)

c.1 GYPSUM PARTITIONS:

100mm GYPSUM board partition with two layer of 12.5 mm thick Gypsum Board on each side of the frame- screw fixed with drywall screws of 25mm & 35mm at 300mm center to either side of 48mm. Stud (0.5mm thick having one flange of 34mm and another flange of 36mm made of GI Steel) placed at 610mm c/c in 50mm floor and ceiling channel (0.5mm thick have equal flanges of 32mm made of GI steel) anchored to the floor & true ceiling using suitable anchor fasteners or metal screws with Pvc plugs. The boards are to be fixed to the framework with joints staggered to avoid leakage through joints. Rate to include making provisions in panels, grooves and finishing the same to fix soft board (0.45x1.8m) and whiteboard (1.2mx3.2m) fixed flush on the partition. Note soft board and whiteboards will be paid for separately. Rate also to include making openings for glass

______Annexure-VII PAGE 88 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” panels, ducts, services and doors by providing concealed frames on all sides, framework above false ceiling and any other provisions reqd. to facilitate the same, all hardware etc. all complete. 75 mm overall thickness partition with 12.5 mm thick double skin fire rated board conforming to IS: 2095: part I

c.2 Fire Rated Glass partitions:

Providing and fixing non load bearing fixed frame for fire resistant glazed Partition of 120 min Fire Rating, made out to a profile of dimension 60mm x 70 mm of 1.6 mm thick galvanised steel sheet as per test evidence suitable for fixing fire rated glass for 120 min of both integrity & radiation control (EW120) & minimum 15 min of insulation (EI15).The profile has to be fixed to the supporting construction by means of anchor fasteners of size M10 x 80, every 150 mm from the edges and every 500 mm (approx) c/c. Linear meaurement of frame shall be measured for payment. The frame shall be filled with mineral wool insulation of density min 96kg/ m³. and finished with a approved fire resistant primer or Powder coating of not less than 30 micron in desired shade as per the directions of Engineer - in- charge

c.3 GLAZING

Providing and fixing glazing in fire resistant door shutters, fixed panels & partitions etc., with G.I. beading made out of 1.6 mm thick G.I. sheet (zinc coating not less than 120 gm/m²) of size 20 x 33 mm screwed with M4 x 38 mm SS screws at distance 75 mm from the edges and 150 mm c/c , including applying a coat of approved fire resistant primer/powder coating of not less than 30 micron on G.I.

______Annexure-VII PAGE 89 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” beading, & special ceramic tape of 5 x 20 mm size etc complete in all respect as per direction of Engineer-in- charge. The glass shall be clear, toughened, interlayered, non-wired fire resistant having 11 mm thickness of approved brand with 120 minutes of fire resistance both integrity & radiation control (EW120) and minimum 15 min of insulation (EI15) and having a sound reduction of 37dB and LT of 86%. Glass shall be compliant to class 2(B)2 category of Impact Resistance as per EN 12600. The glass should be manufactured in UL & TUV audited Facility and including UL- EU Certification. The maximum glazing size cannot be more than 1100 mm x 2200 mm (w x h) or 2.42 sq mts in total area. The test report for the complete system (Glazed Door or Partition) will be considered valid only if it contains the stamp and signature of the authorized signatory from the glass manufacturer. (Actual glass size is to be measured at site for payments).

c.4 TOUGHENED GLASS PARTITION :

Providing and fixing 12mm frameless self-standing toughened glass of required height and length with mirror polished edges, fixed as per specified layout with patch fittings fixed as and where requried, specially or4dered stainless steel patch fittings as legs, tees, junctions, angles, glass to glass connectors, wall to glass connectors, L angle connectors, 2 way glass connectors with SS patti with double sided bolt including all Stainless steel bolts with nuts etc. used as and where required as per layout plan, glass to be of required length with proper support with all gap filled with silicon sealant glass to have holes/ cut outs to accommodate patch fittings, all complete as per entire satisfaction of

______Annexure-VII PAGE 90 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Engineer-in-charge.

d.1 Modular False Ceiling:

Providing and fixing mineral fibre false ceiling tiles at all heights of size 595X595mm of approved texture, design and pattern. The tiles should have Humidity Resistance (RH) of 99%, Light Reflectance ?85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Fire Performance as per (BS 476 pt – 6 &7)in true horizontal level suspended on interlocking T-Grid of hot dipped all round galvanized iron section of 0.33 mm thick (galvanized @120 gsm ) comprising of main T runners of 15x32 mm of length 3000 mm, cross T of size 15x32mm of length 1200 mm and secondary intermediate cross T of size 15x32 mm of length 600 mm to form grid module of size 600x600 mm suspended from ceiling using galvanized mild steel item (galvanised@80gsm) 50 mm long 8mm outer diameter M-6 dash fasteners, 6 mm diameter fully threaded hanger rod up to 1000 mm length and L-shape level adjuster of size 85x25x2 mm, spaced at 1200 mm centre to centre along main ‘T’. The system should rest on periphery walls /partitions with the help of GI perimeter wall angle of size24x24X3000 mm made of 0.40 mm thick sheet, to be fixed to the wall with help of plastic rawl plug at 450 mm centre to centre & 40 mm long dry wall S.S. screws. The exposed bottom portion of all T-sections used in false ceiling support system shall be pre-painted with polyester baked paint, for all heights. The work shall be carried out as per specifications, drawings and as per directions of the engineer-in-charge

d.2 Gypsum Ceiling:

______Annexure-VII PAGE 91 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board, all as per manufacturer's specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but

______Annexure-VII PAGE 92 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” excluding the cost of painting with : 12.5 mm thick tapered edge gypsum fire resistant board conforming to IS: 2095- Part I

e.1 FIRE RATED DOORS

Providing and fixing single or double steel door shutters with 45mm thick flush design shutter comprising of two outer sheets of 18 gauge steel sheets rigidly connected and reinforced inside with continuous vertical 20 gauge stiffeners, spot welded in position at not more than 150mm on centres including void filled with mineral wool (density as per specification), all fittings, mortice lock with handle on both sides, tower bolt, stopper, aldrop, shop and final painting etc all complete. Each door to have 300mm x 200mm vision panel fitted with wired fire rated glass

e.2 GLASS DOOR

Providing and fixing 12 mm thick frameless toughened glass door shutter of approved brand and manufacture, including providing and fixing top & bottom pivot & spring type fixing arrangement and making necessary holes etc. for fixing required door fittings, all complete as per direction of Engineer-incharge

e.3 Panic bar for fire rated door

Providing and fixing panic bar / latch (Double point) fitted with a single body, Trim Latch & Lock on back side of the Panic Latch of reputed brand and manufacture to be approved by the Engineer- in- charge, all complete.

______Annexure-VII PAGE 93 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” f.1 Providing and applying white cement based putty of average thickness 1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface even and smooth complete. f.2 Wall painting with acrylic emulsion paint, having VOC (Volatile Organic Compound ) content less than 50 grams/ litre, of approved brand and manufacture, including applying additional coats wherever required, to achieve even shade and colour. Two coats f.3 Providing and applying two coats of fire retardant paint on cleaned wood / ply surface @ 3.5 sqm per litre per coat including preparation of base surface as per recommendations of manufacturer to make the surface fire retardant. g.1 BLINDS: Twilight Series Blinds are available in Wide selection of colors and comes in band width 12 cm and is made up of 100% polyster, It comes in width of 250 - 280 cm, weight (opaque par) - 268 g/sqm ( + - 5% ) , weight ( mesh part ) - 31.7g/smtr (+ - 5%) , thickness - 0.60 - 0.65 mm ( opaue part ), UV Blockage - 99% , solar tranmittance - 0.7%, Tensile strength -Opaque - 291daN/5cm, Mesh - 206 daN/5cm,Colorfastness to light - above 4.5 grade. Twilight Blind tube is made of Aluminum with a diameter of 36mm, botom rail is made of Aluminum with powder coated having weight 390 gm/meter fitted with end caps in colour matching to the fabric and mechanism is of plastic with chain and metal bracket. The Blinds comes with Aluminum cover with the matching fabric designed on it. - Approved Make Deck,VISTA or equivalent g.2 Provision of Motor in blind of following specifications: Motors DIA 34.75 mm, Torque(NM) - 6 NM , Speed (rpm) - 28 RPM (Radio motors), Voltage - 220 V, Power consumption (W) - 155 W, Frequency - 50 HZ, Lifting capacity 15 KG, Average running noise(dbA) - less than 35 db .These motors can only operate on remote. h.1 Miscellaneous items

Diluting and injecting chemical emulsion for POST- CONSTRUCTIONAL anti-termite treatment (excluding the cost of chemical emulsion) :Treatment of soil under existing floors using chemical emulsion @ one litre per hole, 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 :2 (1 cement : 2 Coarse sand) to match the existing floor: With Chlorpyriphos/Lindane E.C. 20% with 1% concentration

______Annexure-VII PAGE 94 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” h.2 Supplying chemical emulsion in sealed containers including delivery as specified. Chlorpyriphos/ Lindane emulsifiable concentrate of 20%

h.3 Providing 2 nos. Tile puller with suction cup, wooden door ramp of required size and height, wooden steps of required dimensions as per direction of Project-in-charge (Unitile).

i.1 Dismantling the existing floor and clearing of debris and dumping at a location as per the local municila corporation rule or as directed by engineer in charge

SAFETY, SECCURITY, SURVEILLANCE AND MONITORING Sl. No Technical specifications/Requirements Compliance YES/NO Addressable Fire Alarm System

i. The System required is for Continuous (fail-safe) Surveillance Against any fire incidence in various Areas. Accordingly, the system should have the following proven TECHNOLOGICAL, TECHNICAL AND OPERATIONAL FEATURES.

ii. The System should be continuously available (fail- safe) and therefore the system should have microprocessor based Dual processor CPU and Dual Electronics in other modules like relays, loop card, etc. i.e. 100% hot redundancy circuitry.

iii. For the Bid to be accepted the Bidder should submit with the Bid the related Schematic/Constructional Illustration of the Dual Processor Systems Offered. iv. The System should have features to avoid false alarms. To have this feature incorporated, the system should have programmable sensing levels of detectors, adjustable/adaptable against the change in environment (dust level, temperatures etc.) v. Zones/individuals detectors in the same loop shall be able to be set at different sensing levels and shall possible to be changed through programming at any time.

vi. The System should have exact identification of location and nature/ type of fire incidence/ circuit fault/ emergency (the manual call point) to enable

______Annexure-VII PAGE 95 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” quick response to the incidence (fire or fault). Therefore, the System components (detectors, MCP’s etc) shall be self-managing type and should have inbuilt microprocessors for this purpose. vii. The system should CONTINUE TO BE ACTIVE against any fault / fire incidence at any device; the particular device/detector should only isolate itself so that the balance circuit/surveillance remains available. Therefore, the System components (detector, MCP, sounder, duct detector etc.) should have built-in short-circuit isolator. viii. Being an emergency System, to allow for enough time to set right the System against any power failure, the System should have maximum possible duration of battery backup power supply.

ix. Hence as per EN standard specifications, the backup battery power should be for 72 hours at least. The batteries should be housed inside the FACP. x. Modular addition facility shall be available in the Fire Alarm Panel for future additions of loops and devices.

xi. The Offered System should have “interfacing capability” with any Conventional system (existing or new) so that the Fire Incidence Surveillance is extended to areas covered / to be covered by such conventional systems.

xii. The Devices shall be max Loop- Powered to reduce the cabling. (This shall be a point for evaluation / loading of the total cost of installation.)

The System shall be possible to be monitored from Single PC station, if desired, making the Fire Surveillances visually available if and wherever desired Later.

Technical Features of FAS

1.1.1 The available electrical power is 220 VAC (10%) and 50 Hz (±3%). 1.1.2 Uninterrupted Power Supply (UPS): The FAS shall operate on internally placed and fully captive 24 VDC (nominal) SMF batteries with inbuilt charger for a minimum of 72 hours in normal conditions and 120 minutes in alarm condition in case of failure of mains power.

______Annexure-VII PAGE 96 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Technical Features of FAS

1.1.3 All system components like detectors, manual call points, sounders shall have corrosion resistant contact points. Termination of SLC cable at devices & panel shall be properly sealed to avoid false alarms due to spurious signal pick up. Recessing & dressing of cabling work inside & outside of building on wall & ceiling shall be done neatly to maintained good aesthetic view. 1.1.4 The entire FAS shall be intelligent analogue addressable type. The system components shall have soft addressing. 1.1.5 The FAS shall operate on 2 wires (or a 2 core cable) with single loop. 1.1.6 The multi-criteria detectors shall have an electronics free common base of 4” (100 mm) nominal diameter. 1.1.7 The multi-criteria detectors and manual call points shall have inbuilt fault isolators. 1.1.8 The multi-criteria detectors shall have a plug-in wiring connector for ease of installation and serviceability. Easy wiring using terminal block shall be provided to enable removal of a detector without loss of power to the remaining loop.

1.1.9 The multi-criteria detectors shall have an inbuilt function test switch, which initiates local visual alarm signal through LED but neither the fire alarm is annunciated nor any actions initiated on this signal. OR Panel should have “maintenance” mode to test for alarm signal, where output is not activated. 1.1.10 Once set; the sensitivity should remain fixed; irrespective of the variation of environmental factors like temperature, humidity, dust level etc. No drift in the sensitivity should be allowed for a fixed environmental condition.

1.1.11 The detectors should have a facility of automatic drift compensation and they should adjust to the environmental changes. 1.1.12 All the components and devices of FAS of the Fire Alarm Control Panel (FACP) should work on power drawn from FACP. External powering should allow in case of supply of Sounder cum Strobe. 1.1.13 Any addressable device in the system may be enabled or disabled through the system keypad.

______Annexure-VII PAGE 97 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Technical Features of FAS

1.1.14 A system status report will be generated and printed by the system operator's command.

1.1.15 The mean time between failures (MTBF) of the system shall be 10000 hrs or more with an availability of 99.99% or better. 1.1.16 The environmental conditions are 10%-95% RH and 0-40C ambient temperature. 1.1.17 The Fire Alarm Control Panel shall be compatible with RS 485.

Technical Specification of FACP Compliance YES/NO 1.1.18 Intelligent Feature Dual CPU 1.1.19 Inbuilt 100%hot redundancy: Redundancy Double circuits such as redundant CPU and redundant loop card leading to failsafe operation.

1.1.20 Number of Loops 1 loops expandable to 10 loops 1.1.21 Capacity 250 detectors & devices per loop 1.1.22 Sensitivity Adjustable from FACPOR PC Adjustment 1.1.23 Maintenance Missing & contamination Alerts 1.1.24 Authentication Two level password protection 1.1.25 No of users 3 user level passwords 1.1.26 Programmability Through panel and through PC 1.1.27 Display 5.7" TFT colour plain text display 1.1.28 Sounder Inbuilt, different tones for fire & fault 1.1.29 Event Logging 1000 events 1.1.30 Messaging Automatic SMS to 5 mobile numbers 1.1.31 Dialing Automatic dialing to 3 telephone numbers for giving pre-recorded messages of 60 seconds duration. Prerecording on non- volatile memory.

1.1.32 Checking daily checking of FAS 1.1.33 Connectivity RS 485

______Annexure-VII PAGE 98 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Technical Specification of FACP Compliance YES/NO 1.1.34 OS Compatibility As per the supplier 1.1.35 Network Network card to connect all FACPs, if required 1.1.36 Enclosure As per manufacturer design Parameter Technical Specification of Multi- criteria Detector 1.1.37 Detection Smoke, temperature, rate of rise. 1.1.38 Optical detection Light Scatter Principle 1.1.39 Light Emission Photoelectric / high power LED 1.1.40 Heat Detection NTC sensors Circuit 1.1.41 Sensitivity using FACP Adjustability 1.1.42 Controls with The detector shall be able to read its FACP settings from the control panel. Latching the detector and isolating the detector from the FACP shall be possible. 1.1.43 Construction Polycarbonate Plastic 1.1.44 Output Local and FACP 1.1.45 Maintainability Build-up of dirt or similar contamination on the sensing chamber shall be continually monitored by control panel, when it exceeds predetermined level; the panel should indicate that the detector is in need of servicing. The type of fault should be available on the computer or on the panel. The detector sensing chamber shall be easily removable for cleaning and maintenance purpose.

Technical Specification of Sounder 1.1.46 Sound Level 90 dB (A) 1.1.47 Function Test Possible from FACP 1.1.48 Strobe Light High intensity light from LED 1.1.49 Tone adjustability Yes 1.1.50 Powering By FACP

______Annexure-VII PAGE 99 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Parameter Technical Specification of Sounder 1.1.51 Sound Level 90 dB (A) 1.1.52 Function Test Possible from FACP 1.1.53 Strobe Light High intensity light from LED 1.1.54 Tone adjustability Yes 1.1.55 Powering By FACP

Parameter Technical Specification of MCP 1.1.56 Intelligent Integral Microprocessor Feature 1.1.57 Type Press Glass, double action 1.1.58 Cover Transparent protective flip cover in unbreakable type polycarbonate.

1.1.59 Reset Directly from panel 1.1.60 Color Red 1.1.61 Powering By FACP

Parameter Repeater panel 1.1.62 Display 5.7" TFT colour plain text display 1.1.63 Network Networkable with another repeater panel and fire alarm panel 1.1.64 Enclosure As per manufacturer 1.1.65 Navigation Scroll wheel OR arrows buttons 1.1.66 Powering Through FACP-UPS

Parameter Technical Specification of Computer 1.1.67 Type Industrial PC 1.1.68 Processor Intel 4th generation core i3 1.1.69 Operating Windows 7 Ultimate System 1.1.70 Memory 8 GB 1.1.71 Hard drives 1TB SATA HDD with one hot spare HDD with auto rebuild. 1.1.72 Graphics HD graphics card 1.1.73 Connectivity RS 485, USB, HDMI out, LAN 1.1.74 Monitor 22” LED monitor

______Annexure-VII PAGE 100 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Parameter Technical Specification of Cable 1.1.75 Category FRLS 1.1.76 Type 1.1.77 Conductor Copper material 1.1.78 Conductor area 1.5 mm2 1.1.79 No of strands 16

a. Aspiration Smoke Detection System

Sl. Technical specifications/Requirements Compliance No YES/NO

i. An aspirating smoke detector should be offered which continuously takes air samples via a pipe network from a monitored space and feeds the samples to one or more smoke detectors. Airflow monitoring ensures that the sensor tube is continuously monitored for pipe breakage and sampling hole soiling.

ii. Difficult to access areas such as intermediate ceilings, false floors, high bay storage.

iii. In listed buildings or in aesthetically demanding interiors where point detectors on the ceiling would

______Annexure-VII PAGE 101 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” disturb the interior design. In areas where high sensitivity is required, e.g. data centres, server cabinets.

iv. If filters are used, dirty areas can also be monitored. Monitoring large ventilation ducts compliant with EN 54-27.

v. The aspirating smoke detector has to have two primary parts: Branch able sampling pipes with small single openings and a detection chamber. These must contain a smoke sensor, a ventilator and the electronic evaluation circuit. The ventilator to draw ambient air through the sampling points into the detection chamber and feeds it to the smoke sensor. Smoke particles are registered immediately. If the threshold according to EN 54-20 is exceeded, an alarm is triggered.

vi. The display functions to include:

. Operation

. fault

. Pipe breakage

. Pipe blockage

. Smoke sensor

. Dust/soiling

. Pre-signal 1, 2 and 3

. Alarm

______Annexure-VII PAGE 102 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” . Alarm 2

. 10-level smoke level indicator

The control functions include:

. Power ON/OFF

. State display

b. Gas Suppression System

Sl. Technical specifications/Requirements Compliance No YES/NO Intent of Specifications This specification is for procurement of total flooding fire suppression system, designed for use with Novec 1230, clean agent. All requirements outlined in this specification must be completed in their entirety. These requirements, which are in accordance with the items listed in Section 2, combined with good engineering practices, shall be followed in order to produce a safe and effective fire suppression system.

General Description

Fire Suppression Systems shall be used to suppress fires in specific hazards or equipment located where an electrically non-conductive agent is required, where agent cleanup creates a problem, where extinguishing capability with low weight is a factor and where personnel normally occupy the hazard.

Fire Suppression Systems shall be designed for the following

______Annexure-VII PAGE 103 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” classes of fire:  Class A: Surface Type Fires—wood or other cellulose- type material  Class B: Flammable liquids  Class C: Energized electrical equipment For hazards beyond the scope described above, the designer shall consult with OEM and NFPA 2001.

i. CODES AND COMPLIANCE  The design, installation, testing and maintenance of the Fire Suppression Systems, employing Novec 1230, shall be in accordance with the following codes, standards and regulatory bodies: a) NFPA 2001: Standard for Clean Agent Fire Extinguishing Systems.

b) UL 2166: Standard for Halocarbon Clean Agent Extinguishing System Units

c) IS : 15493: Gaseous Fire Extinguishing System - General Requirements

d) IS : 15496 : Inspection and Maintenance of Gaseous Fire Extinguishing System - Code of Practice

e) ANSI B1.20.1 : Standard for pipe threads, General Purpose, 1992

f) NFPA 70 - NEC – National Electrical Code

g) NFPA 72 – National Fire Alarm Code

h) Requirements of the local Authorities Having Jurisdiction (AHJ)

 The manufacturer shall meet ISO 9001 requirements for the design, production and distribution of the engineered fire suppression system.

______Annexure-VII PAGE 104 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 All components of the total flooding suppression system shall be the products of the same manufacturer or listed by that manufacturer as compatible with those devices, components and equipment.

ii. System Design Criteria

 The designer shall consider and address possible Fire hazards within the protected volume at the bid stage. The delivery of the Novec 1230 system shall provide for the highest degree of protection and minimum extinguishing time. The design shall be as per NFPA 2001. . Sub floor and the ceiling void to be included in the protected volume. Server farm, UPS room and battery room must be covered under the gas flooding system with single / multiple systems

. The Novec 1230 System to be supplied by the bidder must satisfy the requirement of the Authority having Jurisdiction over the location of the protected area and must be in accordance with OEM’s product design criteria.

 The discharge time required to achieve 95% of the minimum design concentration for flame extinguishment shall not exceed ten (10) seconds. In accordance with NFPA Standard 2001. iii. Engineered Design Drawings

 The OEM-authorized Distributor or OEM shall provide all required installation drawings per NFPA 2001.  Flow Calculation Reports

______Annexure-VII PAGE 105 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 The system flow calculations shall be carried out on certified software, suitable for the particular seamless cylinder container being offered for this project. Such System flow calculations carried out for this project shall be further vetted by the OEM for its accuracy, and the only such vetted calculations shall be admissible for approval by the Consultant.

System Hardware

 Fire Suppression Systems shall include the following components:

 PIPE AND Pipe Fittings; Distribution piping, and fittings, shall be installed in accordance with NFPA 2001, approved piping standards and the engineered fire suppression system manufacturer’s requirements.  Pipe : As per ASTM A-106, Sch 40, M. S. Seamless

Actuation Hardware: The Clean Agent cylinder valve assembly shall be actuated using a electric control head (Solenoid) the actuator should have facility of manual actuation also.

Distribution Nozzles: Discharge nozzles shall be used to disperse the Novec 1230 agent. The nozzles shall be made of brass with female NPT threads and available in ½” through 2” sizes. Each size shall come in two styles: 180 degree and 360 degree dispersion patterns

i. Seamless Cylinders and valve assembles: Novec 1230 shall be stored in seamless type Cylinders. Welded

______Annexure-VII PAGE 106 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” cylinders are not permitted. Agent cylinder operating pressure shall be at 360 PSIG @ 70F (24.8 bar gauge @ 21°C). Offer Cylinder shall be manufactured and tested in accordance with IS 7285 Standard and approved by PESO for their use. Clean Agent storage cylinders shall be equipped with safety rupture disc and pressure gauge to display internal pressures. The gauge shall be an integral part of the equipment and shall be color-coded for fast referencing of pressure readings

Pressure Control Operated Head: Pressure operated Control Head, should allow for Pressure actuation of Clean Agent storage (Novec 1230) Cylinders.  This should be mounted directly on top of the master or slave cylinder valve.  Master Cylinder Adapter Kit: The Master Cylinder Adapter Kit, should provide a means to connect the flexible actuation hose to the master & slave cylinder valve assemblies.

Flexible Discharge Hose & Actuation Hose

 Flexible Discharge Hose should route Novec 1230 agent from the storage cylinders to the discharge piping. This hose should be connected to the discharge outlet of the Clean Agent Cylinder Valve.  The Flexible Actuation Hose, should be usually used in multiple Cylinder Systems

Manifold Check Valve : Manifold check valves should be installed at the discharge manifold in a multiple cylinder

______Annexure-VII PAGE 107 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” arrangement to allow removal of any Clean Agent Cylinder from the manifold while still retaining a closed System.

Manifold Supervisory Switch : Manifold Supervisory Switch, should operate from system pressure upon discharge of Novec 1230 gas discharge through piping network.

Distribution Nozzles: Discharge nozzles shall be used to disperse the Novec 1230 agent. The nozzles shall be made of brass with female NPT threads and available in ½” through 2” sizes. Each size shall come in two styles: 180 degree and 360 degree dispersion patterns

Seamless Cylinders and valve assembles: Novec 1230 shall be stored in seamless type Cylinders. Welded cylinders are not permitted. Agent cylinder operating pressure shall be at 360 PSIG @ 70F (24.8 bar gauge @ 21°C). Offer Cylinder shall be manufactured and tested in accordance with IS 7285 Standard and approved by PESO for their use. Clean Agent storage cylinders shall be equipped with safety rupture disc and pressure gauge to display internal pressures. The gauge shall be an integral part of the equipment and shall be color- coded for fast referencing of pressure readings

Pressure Control Operated Head: Pressure operated Control Head, should allow for Pressure actuation of Clean Agent storage (Novec 1230) Cylinders.

This should be mounted directly on top of the master or slave cylinder valve.

Master Cylinder Adapter Kit: The Master Cylinder Adapter Kit, should provide a means to connect the flexible actuation hose

______Annexure-VII PAGE 108 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” to the master & slave cylinder valve assemblies.

Flexible Discharge Hose & Actuation Hose

Flexible Discharge Hose should route Novec 1230 agent from the storage cylinders to the discharge piping. This hose should be connected to the discharge outlet of the Clean Agent Cylinder Valve.

The Flexible Actuation Hose, should be usually used in multiple Cylinder Systems

Manifold Check Valve : Manifold check valves should be installed at the discharge manifold in a multiple cylinder arrangement to allow removal of any Clean Agent Cylinder from the manifold while still retaining a closed System.

Manifold Supervisory Switch : Manifold Supervisory Switch, should operate from system pressure upon discharge of Novec 1230 gas discharge through piping network.

______Annexure-VII PAGE 109 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Access Control System

______Annexure-VII PAGE 110 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Sl. Technical specifications/Requirements Compliance No YES/NO Access to the facility must be though 2 levels of authentication. First level level at the Reception of the date center entry through access card and Second level at the Datacenter entry door through biometric and pin pad/ contact less card access.

The Integrated Access Control System’s (ACS) primary function shall be to regulate access through specific doors, gates or barriers to secured areas of the facility. It shall also have the provision of capturing cardholder images and producing access cards used to provide this access

An Intelligent System Controller (ISC) shall link the ACS software to all other field hardware. It shall provide full distributed processing for access control and alarm monitoring operations. Controller should be 8 doors, 40,000 cards capacity, and 10000 events. Interface on RS232,RS485 and TCP/IP

A Dual Reader Interface Module (DRIM) shall be available for each controlled door and provide the ability to connect up to two card readers or entry devices Smart card readers at every Critical door for Entry and Exist. Biometric finger print Card reader for Critical door of Server room Door only for Entry Point and exist Smart card readers

______Annexure-VII PAGE 111 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Enterprise Version Server Software for Access control &Time and Attendance with capability to service Minimum 1 concurrent clients, Inclusive of One Server & One Client License. Shall be capable to communicate with centralized command software

Biometric + Smart Card Readers, shall have 2” IPS (In Plane Switching) touch screen LCD with Corning Glass scratchproof protective glass with Smart card reader module. Authentication shall be done in 1 second and the 1GB memory on board for user storage of minimum 500 users with a card & 5000 events transaction log capability.

All doors will have access control through pin pad and contact less readers

c. CCTV System

Sl. Technical specifications/Requirements Compliance No YES/NO 1/2.9" Progressive CMOS or Image Sensor better

Maximum Resolution 1920 x 1080 (2MP) Lens Type Fixed-focal Focal Length f = 2.8 mm Aperture F1.8 105° (Horizontal) 60° (Vertical) Field of View 109° (Diagonal)

______Annexure-VII PAGE 112 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Shutter Time 1/5 sec. to 1/30,000 sec or better Removable IR-cut filter for day & Day/Night night function 0.09 Lux @ F1.8 (Color) Minimum Illumination 0.04 Lux @ F1.8 (B/W) ePTZ: Pan/Tilt/Zoom 48x digital zoom (4x on IE plug-in, Functionalities 12x built-in) Built-in IR illuminators, effective up to 20 meters or better with Smart IR IR Illuminators IR LED*8 MicroSD/SDHC/SDXC card slot On-board Storage Seamless Recording Video Compression H.264 & MJPEG 30 fps@ 1920x1080 Maximum Frame Rate In both compression modes Maximum Streams 4 simultaneous streams or better S/N Ratio 65 dB Dynamic Range 65 dB Adjustable resolution, quality and Video Streaming bitrate Time stamp, text overlay, flip & mirror; Configurable brightness, contrast, saturation, sharpness, white balance, exposure control, gain, backlight compensation, privacy masks; Scheduled profile settings, 3D noise reduction, Image Settings video rotation, defog Network

______Annexure-VII PAGE 113 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Users Live viewing for up to 10 clients IPv4, IPv6, TCP/IP, HTTP, HTTPS, UPnP, RTSP/RTP/RTCP, IGMP, SMTP, FTP, DHCP, NTP, DNS, DDNS, PPPoE, CoS, QoS, SNMP, 802.1X, UDP, ICMP, ARP, SSL, Protocols TLS 10 Base-T/100 Base-TX Interface (RJ-45) ONVIF Supported Intelligent Video Five-window video motion Video Motion Detection detection Alarm and Event Motion detection, manual trigger, periodical trigger, system boot, recording notification, camera Alarm Triggers tampering detection Event notification using HTTP, SMTP, FTP and NAS server, SD Card File upload via HTTP, SMTP, Alarm Events FTP, NAS server and SD card General RJ-45 for Network/PoE Connectors connection System power and status LED Indicator indicator Power Input IEEE 802.3af PoE Class 0 Power Consumption Max. 9 W CE, LVD, FCC Class B, VCCI, C- Safety Certifications Tick

______Annexure-VII PAGE 114 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Starting Temperature: 0°C ~ 50°C (32°F ~ 122°F ) Working Temperature: -10°C ~ Operating Temperature 50°C (14°F ~ 122°F ) Humidity 90%

Network Video recorder OS Embedded Linux Flash 256 MB RAM 2 GB Watchdog Hardware + Software System Restart Automatically Power Restoration after Power Recovery Storage HDD Devices Internal x 2 HDD Max. Capacity 8 TB x 2 Create, Format and Remove Disk Disk Management HDD S.M.A.R.T Video Video Output HDMI x 1, VGA x 1 Resolution 1920 x 1080, 1280 x 720 Graphics Decoder Hardware decoding H.264: 2560 x 1920 @ 30 fps (1-CH) 1920 x 1080 @ 120 fps (4-CH) 1280 x 720 @ 240 fps (8-CH) 720 Decoding Capacity x 480 @ 480 fps (16-CH) Change the viewcell position on Camera Position the Live View screens External Interface Front: 2 (USB 2.0) USB Interface Back: 1 (USB 2.0)

______Annexure-VII PAGE 115 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Alarm In 8 Alarm Out 4 1 x 3.5 Phone Jack Audio Output 1 x 3.5 Phone Jack Audio Input Audio (Reserved) External HDD 1 x eSATA Port RS232 1 Port (Reserved) RS485 1 Port (Reserved) Network 10/100/1000 Mbps Ethernet (RJ- Network Interface 45) x1 8x 802.3af Compliant PoE Ports PoE (Total Max. 80 W) IPv4, TCP/IP, HTTP, HTTPS, UPnP, RTSP/RTP/RTCP, SMTP, FTP, DHCP, NTP, DNS, DDNS, Protocols IP Filter Power Power Input DC 56V 2.32A Power Consumption Max. 120 W LED Indicator Power, Status, Record, HDD1, HDD2, eSATA, Ethernet, LED Indicator Port1~Port8 Mechanic Operating Temperature 0°C ~ 40°C (32°F ~ 104°F) Humidity 0 ~ 95% General Safety Certifications CE, LVD, FCC, VCCI, C-Tick, UL Client PC Requirements Microsoft Windows 10 or latest Operating System

______Annexure-VII PAGE 116 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” CPU Intel i5 or better Memory 16 GB or above Ethenet 10/100 Mbps Display Resolution 1024 x 768 pixels or above Internet Explorer 10 (32 bit) or Web Browser above Installation Wizard 2, ST7501, Software AP VAST Mobile/Tablet App Support iOS/Android Accessories Power Adapter, Power Cord, Quick Installation Guide, 16 x H.D.D. Screws, 4 x H.D.D. Brackets, 1 x USB Mouse, 2 x Others SATA Cables Software Information Record Maximum Channel 16 Record Throughput (MB) 96 Mbps Network Throughput (MB) 24 Mbps Audio Format G.711, G.726 Video Format MJPEG, H.264 VGA, 1MP, 2MP, 3MP, 5MP & Video Resolution 12MP Camera Array Type RAID 0, 1 Pre-Record: 5 (max. 10) Recording Time (sec.) Post-Record: 20 (max. 300) Recording Stream Single Continuous, Schedule, Manual, Event, Recording Mode Activity Adaptive Streaming Recording Setting Recycle (unit: Day)

______Annexure-VII PAGE 117 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Recording Path Local Path Record Video Format 3GP LiveView (Local Display) Stream Application Auto Adaptive Stream 16 Channels Multi Layout display: 1x1, 1x3 (Corridor View), 2x2, 3x3, 4x4, 1+5, 1+3, 1+12, 1+1+3 LiveView Display (1P), 1+3+3 (1P) OSD Display (NVR), OSD Display (Camera), Camera Information, Remote I/O Control, Event Notification, Aspect Ratio Fisheye Dewarp: Monitor Enhancement 1O,1P,1R,1O3R,1O8R PTZ Control Panel Control Direction Control, Home, Iris, Preset, Patrol (Group), PiP PTZ Operation Control Playback (Local Display) 4 Channels Playback Display Multiple Layout Display: 2x2 Regular (Play, Pause, Stop), Rewind, Next / Previous Frame, Speed Control, Calendar, Event, Timeline, Timeline Scale, Playback Control Thumbnail (Storyboard) Video Search By calendar, date/time, and alarm Thumbnail Explorer Listing the thumbnail of recorded (Storyboard) video (Max. 2 CH) OSD Display (Camera), Event Monitor Enhancement Notification, Aspect Ratio, PiP

______Annexure-VII PAGE 118 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Control, Fisheye Dewarp (1O,1P,1R,1O3R) Snapshot JPEG Video Clip Export EXE LiveView (Remote) Stream Application Stream Selection Audio Capability One Way 16 Channels Multi Layout display: 1x1, 2x2, 3x3, 4x4, 1+3, 1+5, LiveView Display 1+12 OSD Display (NVR), Drag & Drop, Image Freeze, Audio Control, Remote I/O Control, Event Notification, Bookmark, Fisheye Monitor Enhancement Dewarp (1O, 1P, 1R) PTZ Control Panel Control Direction Control, Home, Zoom, Focus, Iris, Preset, Patrol (Group), PTZ Operation PiP Control Snapshot JPEG Playback (Remote) 4 Channels Multi Layout display: Playback Display 1x1, 2x2, 1+3 Regular (Play, Pause, Stop), Next Frame, Speed Control, Calendar, Timeline, Timeline Scale, Playback Control Bookmark OSD Display (NVR), Drag & Drop, Monitor Enhancement Audio Control, PiP Control Snapshot JPEG

______Annexure-VII PAGE 119 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Video Clip Export EXE Alarm Management Schedule Type Continuous, Schedule, Manual Motion Detection, PIR Detection, Tampering Detection, Digital Input (Camera), Digital Output (Camera), Connection Abnormal, Storage Abnormal, Storage Full, Event Camera Network Loss, DI, DO Record, Email (Text), Email (Snapshot), FTP, Buzzer, PTZ Control (Go to Preset), NVR DO, Action Camera DO Pre-Record: 5 (max. 10), Post- Recording Time (sec.) Record: 20 (max. 300) Backup Manual USB Dongle (FAT Format) System User Account: 16 User Account Time Limit: 10 mins User Level: Administrator / Regular User User Feature Definition: By User Management Camera Log System, Recording, User, Error Time Zone, Manual, Automatic Date&Time Sync NTP, Daylight Saving Time Firmware Manual update Restore Default To be Supported Backup/Restore (Configuration) To be Supported Camera Integration

______Annexure-VII PAGE 120 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Insert Camera Manual, Search Compression, Resolution, FPS, Video (Media) Setting Video Quality Image Setting Image Display Image Adjustment PTZ Control Panel Control Direction Control, Home, Preset, PTZ Operation Patrol (Group) Motion Detection Supported ONVIF Stream Video (H.264 & MJPEG) ONVIF Recording Continuous, Schedule, Manual

Rodent Repellent system

______Annexure-VII PAGE 121 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Sl. Technical specifications/Requirements Compliance No YES/NO Panel Specification

 Configuration: URRS - 12T Main Console  Operating frequency: Between 20Khz to 50Khz auto sweep  Frequency Generation: Voltage controlled oscillator (VCO)  Transducer Test: “Test Transducer” Menu selection  Ventilation: Mini Exhaust Fan  Power Consumption: 15W approx  Power Supply: 230V AC / 50 Hz  Dimensions in mm: 290 x 210 x 100  Weight: 6 Kg  Mounting: Wall Mounting

Transducer Specification

 Ultrasound Generator: Piezo Electric disc type transducer  Power O/P Transducer: minimum 800mW  Sound Pressure: 80dB to 110dB ( At 1 meter)  Transducer Housing: ABS Plastic with mounting base  Colour: Half White  Dimension in mm: 67.5 (Dia) x 30 (H)  Mounting Method: Hole to Hole match with Electrical T junction box

d. Water leak Detection System

______Annexure-VII PAGE 122 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Sl. Technical specifications/Requirements Compliance No YES/NO A system for early detection of water leaks at particular locations in any water-dependent appliance and apparatus used in buildings such as homes, townhouses, apartments, mobile homes, and offices. A central control apparatus electrically interconnected with a plurality of circuits which enable water leaks to be accurately detected in a diversity of devices including air conditioners, compressor coils, hot water appliances, and pipes, and for communicating the severity of the water-related problem. A plurality of water sensors are incorporated into specially designed probes of the preferred embodiment wherein water leaks may be accurately and reliably detected in a diversity of water-dependent appliances and devices. The product shall be designed and should be easily installed and to be inherently devoid of any safety hazards. The total area under protection shall be divided into multiple zones. When there is a potential leak detected, the product shall be able to locate the zone(s) in which the leak has occurred with the corresponding zone name.

Main Control Panel : The main control panel shall be a microcontroller based intelligent system capable of accepting 4 / 8 sensor cables. The system shall have LCD / LED display unit and keypad for user interface. The sensing technology shall be AC excitation and shall not use DC supply for leak detection. The AC excitation is preferred because of sensor cable getting degraded due to scale formation do to the electrolysis associated when DC excitation. The panel shall have potential free relay outputs for fire, fault, Hooter etc. Individual alarm relay output shall be provided for each zone. The panel shall have MODBUS connectivity built in and shall communicate to any BMS for integration. All necessary hardware, interface card shall be included in the panel. No external module shall be connected to the main panel for leak detection.

______Annexure-VII PAGE 123 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Sensor cable : The water leak sensor cable shall be twin insulated embodiment made up of PVC material. The sensor cable shall be SS316 grade or equivalent element. The elements shall be constructed in such a way that the “λ” distance between the consecutive twist shall be maintained.

DCIM

Sl. DATA CENTER INFRASTRUCTURE MONITORING SYSTEM Compliance No ( DCIM) YES/NO Proposed DCIM should be from an established player having an implementation base of at least 1000 Racks in India (cumulative). DCIM player should have at least 3 on roll dedicated technical person to implement the same. The 1 proposed DCIM should address following areas: Inventory Management, Capacity Management, 3D Thermal Heat Maps, Site Monitoring, Power chain, PUE/DCiE, Customised Workflow Management. DCIM system should be modular and support perpetual licensing which provides us flexibility to purchase and expand

2 enhanced modules according to AAI future need. The DCIM should be able to run on a physical, virtualized server and should be 100% web based system. Proposed DCIM should be created in separate installations to maintain sanctity of data as follows: a. Gateway/Convertor Devices: Required for connecting to third party BMS/ third party BMS controllers/field devices and building side device Integrator system. 3 b. Appliance based Monitoring layer: Responsible for polling SNMP and Modbus TCP based Infrastructure devices inside the datacenter like Rack Mount PDU, EMS systems etc. c. Customized Report generator to integrate with Operations and Monitoring Layers

______Annexure-VII PAGE 124 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Central monitoring software along with required Server,

4 Desktop for dash boards monitoring, configuration and report generation. Proposed DCIM should have its own App running on only iOS platform with cutting edge image recognition technology for doing data collection of IT Assets in Data Center. Proposed 5 DCIM solution should support complex business process mapping based on requirement. Example:- commission, de- commission, add and modify Appliance based Monitoring layer: To act like DCIM Data Collection Engine must be able to have users of different permission levels for system administration and usage. Should support external authentication of Microsoft Active Directory and LDAP. The solution must have the capability to interface with third party solutions through its API. 6 The available APIs must be web services, SOAP and XML. The appliance supports dual stack IPv4 and IPv6 protocols. The administrator can use the web UI or CLI to configure support for IPv4 addresses only or for both IPv4 and IPv6 addresses. The appliance should have autosensing ports that can be used for either service processor (SP) or serial connectivity

The appliance should support up to 40 simultaneously KVM sessions, up to 1024 service processors and data collection up to 10,000 data point per minute. An administrator can enable auto discovery to find the hostname of a target connected to a

7 port. Auto discovery’s default probe and answer strings have a broad range. An administrator can configure site-specific probe and answer strings. The appliance should supports rack and blade server SPs from the following vendors: Dell®, HP, IBM®, CISCO®, Fujitsu®, Oracle® Sun and additional IPMI implementations

______Annexure-VII PAGE 125 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Service Processor Support (for monitoring Server Level Power consumption) IPMI 1.5 (incl. nonstandard Sol support), IPMI 2.0 HP integrated Lights Out (iLO, iLO3) HP IPMI, HP Blade System Dell Remote Access Cards (DRAC3, 4, 5), Dell

8 BladeCenter DRAC MC, DELL 10G, M1000e Blade Chassis Controller, Blade Chassis Management Controller/iDRAC for blades/iDRAC6 for blades Cisco UCS-C Rack Mount servers FSC iRMC, iRMC S2 , IBM RSA (RSA II), IBM BladeCenter Sun ALOM, Sun ILOM, Sun eLOM Standards Approved for Monitoring appliance: Standards

9 Approved Agency UL, FCC, cUL, ICES-003, CE, VCCI, KCC, C-Tick, GOST DCIM should be single and same OEM of PAC,UPS and Racks 10.

______Annexure-VII PAGE 126 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 2. ELECTRICAL SYSTEM

______Annexure-VII PAGE 127 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Sl. No Technical specifications/Requirements Complianc e YES/NO a.1 STANDARDS AND CODES

Updated and current Indian Standard Specifications and Codes of Practice will apply to the equipment and the work covered by the scope of this contract

Low Voltage switchgear Assemblies IEC61 439-1 & 2 Low Voltage switchgear & control gear EC 60 947 /IS 13947: 1993 Part I : General rules Part II : Circuit Breakers Part III : Switches, disconnectors, switch disconnectors and fuse combination units Part IV : Contactors and Motor starters Part V : Control circuit devices and switching elements Degree of Protection of Enclosures for low voltage switchgear.IEC60529 /IS 2147: 1962 Internal arc – IEC 61641 V2 Degree of Protection of Enclosures for low voltage switchgear.I Internal arc – IEC 61641 V2

______Annexure-VII PAGE 128 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” b.1 SWITCHBOARDS

The LV switchboards shall be as per the standards IEC 61439-1 & 2. The switchboards and the associated equipment including switchgear, control gear, Busbar supports, Busbar orientation, Busbar links etc shall be identical in construction to the assembly which has undergone the type test. The drawings of the type- tested assemblies shall be made available for inspection.

The designs of the switchboards should be with switchgear manufacturer, and all the mechanical drawings must be available in the factory beforehand.

Only OEM design model panels shall only be supplied.

Switchboards shall have a short circuit level withstand as per Schedule of Quantities and drawings.

Panel shall be tested of design as per Seismic Zone 4 of IEC 60068-3-3 requires compliance against 0.4g acceleration

The enclosures shall be designed to take care of normal stress as well as abnormal electro-mechanical stress due to short circuit conditions. All covers and doors provided shall offer adequate safety to operating persons and provide ingress protection of IP 42 unless otherwise stated. Ventilating openings and vent outlets, if provided, shall be arranged such that same ingress protection of IP 42 is retained. Suitable pressure relief devices shall be provided to minimize danger to operator during internal fault conditions.

LT Panel shall be ready with Ethernet(TCP/IP) communication i.e. Switchgears (ACB & MCCB) status (On/Off & Trip) and Multi-

______Annexure-VII PAGE 129 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” function meters (MFM) parameters shall be available on Ethernet communication inside the LT Panel) ready monitoring at BMS/EMS level.

______Annexure-VII PAGE 130 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” b.2 In case of ACB/MCCB with communication port, the release metering data shall be available on Ethernet. Panel builder shall include all necessary hardwares in their scope to make LT panel Ethernet ready and submit communication test report during panel testing at shop floor. Communication hardwares should be plug & play, non PLC type, with no programming requirement, with built-in web pages, EMC/EMI certified to be installed in electrical panels.

The switchboard along with ACBs and connections should have been being type tested design at CPRI /Independent international test house for short circuit, temperature rise, protective earth short circuit test and dielectric tests of the ratings required Panel shall be rated for Impulse withstand capability equal to or greater than the switchgears inside the panel i.e. 12kV For operator safety IP2 X (touch proof) protection to be available even after opening the feeder compartment door. The compartmentalization to be achieved by using metal separators, use of PVC sheet / Hylem sheets shall not be allowed For operator safety IP2 X (touch proof) protection to be available even after opening the feeder compartment door. The compartmentalization to be achieved by using metal separators, use of PVC sheet / Hylem sheets shall not be allowed Main switchboard shall be form 4b, for form of separation only metallic covers shall be used, Hylem / PVC sheets shall not be allowed, rest of the panels shall be minimum conform to form 3b design.

______Annexure-VII PAGE 131 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” C.1 SWITCHBOARD CONFIGURATION

MAIN LT PANEL : Design, fabrication, assembly, wiring, supplying, installation, testing and commissioning of front operated cubicle type compartmentalised front access free standing, dust and vermin proof (IP 20 ingress protection) switchboards suitable for use at 400 volts +/-10%, 3 phase 4 wire 50 Hertz system suitable for fault level of required value symmetrical at 400 volts +/-10%, fabricated from 2 mm thick CRCA MS sheets with hinged, gasketted (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel/T/flat sections including 3 mm thick gland plates on top and bottom and including lifting hooks and GI earth strip of required size with 2 nos earthing terminals and powder coated paint finish of approved shade over metal surface cleaned and treated with seven tank process complete with interconnections etc as per specifications, as required and as below. MCCB and MCB operation at 415V AC, and the insulation need to be at 690V AC, all Panels shall be duly metal labled with schematic diagarm and Danger marks.Complete as required. All Panel/Switchboards shall have provision for entry of cables from the top and bottom as required. All live accessible parts shall be shrouded and all equipments shall be finger touch proof. The Busbars insulation shall be with heat shrinkable sleeves. SMC/DMC shrouds and busbar supports shall be used. All meters shall be digital type with LED display. Operations Logic to be decided and approved by AAI before GA drawing submission by bidder. Incomer: 2 No 800 Amps 4 Pole ACB (50KA) with trip setting at 40 to 100% and terminals suitable for cable connections on one side

______Annexure-VII PAGE 132 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” and bus bar connection on the other side,as per specifications and complete with inbuilt protections (UV,OV,EF,SC and OL) and as required at site of work. (with current setting plugs) . Metering, Indication & Protection: 2 Sets of R,Y,B Phase Indicating lamps with Neutral link with control MCB. (3x2A). ON-OFF-TRIP indication lamps with control MCB (3x2 A) Multi function Meter ( equivalent to EM 6400) with CT -800/5A, 15VA, CL-1.0. BUSBAR SECTION : 1000 amps 4 Strip (50KA) busbar chamber of suitable length and cross sectional area with AL busbars with colour coded and Shrouded. All busbars and interconnections shall be of suitable size( AL ) at 1.5Amps/Sqmm. Neutral bar shall be of the same size as phase bar. Metering, Indication & Protection: ON-OFF-TRIP and all phase with neutral indication lamps with control MCB (3x2 A) Tie Breaker: Providing Installation,Testing,Commissioning of 1 No 800 Amps 4 Pole ACB (50KA) with trip setting at 40 to 100% and terminals suitable for cable connections on one side and bus bar connection on the other side,as per specifications and complete with inbuilt protections (UV,OV,EF,SC and OL) and as required at site of work. (with current setting plugs) . OUTGOING: Two (2) Nos. 300A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 300/5A, CL-1, 15VA Cts. Complete as required Two (2) Nos. 200A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 200/5A, CL-1, 15VA Cts. Complete as required

______Annexure-VII PAGE 133 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Two (2) Nos. 160A, 4Pole MCCB (15 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 160/5A, CL-1, 15VA Cts. Complete as required Three (3) Nos. 63A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 63/5A, CL-1, 15VA Cts. Complete as required

The main panel must have the AMF facility inbuilt for DG operation, load management, Micro PLC etc for performing the sequential operation logic.

______Annexure-VII PAGE 134 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” c.2 UTILITY PANEL: Incomer One (1) No. 250 A, 4P MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, 250/5A, CL-1, 15VA CTs . Complete as required Busbar AL 300A Metering, Indication & Protection: 1 Set of R,Y,B Phase Indicating lamps with Neutral link with control MCB. (3x2A) ON-OFF-TRIP indication lamps with control MCB (3x2 A) Multi function Meter ( equivalent to EM 6400) with CT -300/5A, 15VA, CL-1.0 OutGoing 6 nos 63A 4 pole MCB 4 nos 32A 2 pole MCB

______Annexure-VII PAGE 135 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” c.3 APFC PANEL: GENERAL Design, fabrication, assembly, wiring, supplying, installation, testing and commissioning of front operated cubicle type compartmentalised front access free standing, dust and vermin proof (IP 20 ingress protection) switchboards suitable for use at 400 volts +/- 10%, 3 phase 4 wire 50 Hertz system suitable for fault level of required value symmetrical at 400 volts +/- 10%, fabricated from 2 mm thick CRCA MS sheets with hinged, gasketted (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel/T/flat sections including 3 mm thick gland plates on top and bottom and including lifting hooks and including GI earth strip of required size with 2 nos earthing terminals and including powder coated paint finish of approved shade over metal surface cleaned and treated with seven tank process complete with interconnections etc as per specifications, as required and as below. MCCB and MCB operation at 400V AC +/-10%, and the insulation need to be at 690VAC, all Panels shall be duly metel labled with scheme diagarm and Danger mark with 400V AC operation. All Panel/Switchboards shall have provision for entry of cables from the top and bottom as required All live accessible parts shall be shrouded and all equipment shall be finger touch proof. The Busbars insulation shall be with heat shrinkable sleeves. SMC/DMC shrouds and busbar supports shall be used. Padlocking facility shall be provided on all outgoing feeders doors and switch handles shall be lockable in OFF position All kA values indicated shall be Ics breaking capacity. APFC Control Circuit Stage load based Incommer 160A 4P MCCB 25kA CCB with thermal overload, magnetic short circuit release and

______Annexure-VII PAGE 136 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 160/5 - 15 VA class - 1CTs to be added in panel along with control wiring 4C2.5Sqmm Cu FRLS wire for Sensing (3 CTs for 3P +1 CumCT) BUS BAR Electrolytic high conductivity aluminium three phase and neutral busbars rated at 250 amps having a maximum current density of 1 amp per sq mm suitable to with stand symmetrical fault level of 25 kA. at 415 volts. The neutral busbar is to be of 100% capacity. Indicators 3 Phase (R,Y,B Indicator lamps with control MCB) ON/OFF/Trip Indictaion (R,Y,A Indicator lamps with control MCB) 1 no. 96 mm sq Digital multipurpose Voltage, Current,Frequency Meter with 3 way and OFF selector switch with Kvar, Kw, KVA ,Pf, Cf display, if CTs required same shall be taken in to consideration The Switchboard shall be extensible complete with all interconnections, risers, internal wiring, labels etc complete as required 3 phase load based sensor and switching 1 set of Red/Green Indicating lamp to give status of the circuit Each Capacitor 1 set of manual ON/OFF push buttons 2x25 kVAr, 2x15 KVAr, 2x10KVAr hermetically sealed metallized polypropylene capacitor units complete with fuse protection, discharge resistors, adequate MCBs with copper links, ON/OFF button switches, Indicators and interconnections etc complete as required.

______Annexure-VII PAGE 137 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” D CABLE: Supply, storing, handling, laying, testing and commissioning of 1100 Volt grade XLPE insulated and sheathed aluminium conductor armoured cables, ISI marked , including providing required gap between adjacent cables (minimum one cable dia.) including providing identification tags in shaft/ cable trays etc. complete as per specifications, as required (Low v/d losses)

ALUMINIUM The Aluminium conductor used shall be of H-4 grade (Tensile strength above 150 N/mm2 ). High conductive aluminium, stranded (Class-II, stranded circular shaped), uniform in quality and free from scale, inequalities, spills, splits and other defects. The aluminium used shall have purity meeting the criteria for maximum resistance allowed. Two sample conductor randomly selected from finished lot of cables, shall be tested for its purity at any 3rd party NABL accredited lab. COPPER The conductors shall be made from high conductivity copper rods complying with IS: 613-1964. The conductor material used shall be electrolytic grade with high purity. Two sample conductor randomly selected from finished lot of cables, shall be tested for its purity at any 3rd party NABL accredited lab. Cable Joints: Joints shall be permitted in the individual wires of which the conductor is formed, but no joint shall be within 300 mm of any other joint within the same layer. The joints shall be made by resistance butt welding, fusion welding, cold pressure welding,

Cable Joints: Joints shall be permitted in the individual wires of which the conductor is formed, but no joint shall be within 300 mm of any other joint within the same layer. The joints shall be made by

______Annexure-VII PAGE 138 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” resistance butt welding, fusion welding, cold pressure welding, electric welding, gas welding, brazing or silver soldering. No joint is allowed in the conductor after stranding. A maximum of two joint shall be allowed in any strand forming complete length of the cable. The conductors shall conform to appropriate dimensions, resistance and number of wire in the conductor (number of strands) as given in IS 8130 (Part I): 1984. Insulation The insulating material for power cables shall be extruded cross linked polyethylene (XLPE) compound as per IS-7098(Part-I)- 1988. The minimum thickness of insulation shall not be less than the values specified in Table-2 of IS-7098 (Part-I)- 1988. No negative tolerance shall be applicable for the thickness. The insulation of the cable shall be designed and manufactured for the specified system voltage. The manufacturing process shall ensure that insulation shall be free from voids. The insulation shall withstand mechanical and thermal stress under steady state and transient operating conditions. The cores shall be identified as per the following colour scheme: 3-Core - Red, Yellow & Blue 3 ½ or 4-Core - Red, Yellow, Blue & Black Inner Sheath The inner sheath shall be extruded FRLS PVC, Type ST2, compatible with thermal rating of insulation conforming to IS- 6380-1984. The sheath shall have adequate thickness, mechanical strength and elasticity, as specified in IS 5831. The material shall be soft thermoplastic type, applied by extrusion method. The thickness of the inner sheath shall be as per IS: 7098 (Part I) and the color of the inner sheath shall be Grey. The inner sheath shall be so formed that it fits closely on the laid up cores and could be easily removed without damaging insulation. One or more layer of proofed plastic tape shall be provided over the laid up core before extrusion. Armouring

______Annexure-VII PAGE 139 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” The armouring arranged over the inner sheath shall consist of one layer of galvanized round steel wires for all sizes of cable. The armour round wire used on the cable shall conform to IS: 3975 for all requirements. The direction of lay of armour shall be opposite to that of the cores. The zinc coating on the galvanized steel strip shall comply with relevant standards. The joints in armour wires/strips shall be made by brazing or welding and the surface irregularities shall be removed. A joint in any wire/strip shall be at least 300 mm away from the nearest joint in any other wire/strip in the completed cable. Outer Sheath Extruded outer sheath shall be provided over the armouring. The material used for sheathing shall be FRLS PVC sheath, Type ST-2 base compound conforming to IS 1554/ IS 5831 for power cable. The outer sheath shall be so formed that it fits closely on the laid up armour and could be easily removed without damaging the intermediate sheath and insulation. The colour of the outer sheath shall be black. The thickness of outer sheath shall be in accordance with the IS 1554 (Part-I)-1988. Suitable additives shall be added to prevent attack by rodents and termites. All serving must be given anti-termite treatment. Cables shall have suitable fillers laid up with the conductor to provide a substantially circular cross section before the sheath is applied. Fillers shall be suitable for the temperature of the cable and compatible with the insulating material. The material shall be of the best quality and workmanship. The fillers and sheath material shall be non-hygroscopic. All materials shall be new, unused and of the finest quality.

______Annexure-VII PAGE 140 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Cable Trays (Ladder Type):Supply, fabrication and installation of Hot dip galvanized(deposit of 75-80 microns) factory fabricated ladder type cable trays complete with fabricated bends, tees, nuts bolts , dash fasteners, elbows, reducers, offsets etc & required hardware. with rungs at every 250 mm spacing (c/c) of various width in two tier/three/five tier formation either on one side of the wall or on two sides of the wall or at other places and painted afterwards, if required.

PERFORATED TYPE CABLE TRAYS(GI TRAYS)/ WIREWAYS: perforated Hot Dipped Galvanised Iron cable tray (Galvanisation thickness not less than 50 microns) with perforation not more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders including G.I. bolts & nuts, etc. as required.

STEEL ITEMS: Generally steel items include cable tray, cable tray supporting arrangements, MS Channels- (ISMC),Angles,Plates and any other steel items not covered in other items of schedule of quantities. The cable trays shall be of ladder made of angles and flats / sheet steel folded type . The rate shall also include painting with two coats of red oxide and primer and two coats of synthetic enamel paint of approved shade.

______Annexure-VII PAGE 141 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Light fixtures complete with Energy Efficient Electronic Ballast, Control gear and all the other standard accessories.

Supply and installation of 2'x2' recess mounted LED light panel in the entire area in such a manner that the lux level in the server farm area must be 500 lux measure at 1 mtr from from floor level at all places. For other area it must be 300 lux measured in a similar manner

recessed 2'x2' white CRCA powder coated LED luminaire with dimmable ballast with total system wattage 36W covered by acrylic diffuser, extruded aluminium housing, prewired electronic driver complete with all accessories suitable for operation on single phase 240V 50Hz AC supply as required. LED shall be SMD type, fixture should have minimum efficacy >= 100lm/W and minimum system lumens 3600.

downlighter LED luminaire.White powder coated die-cast aluminium housing. High power LED, pasted on diecast housing and high efficiency PmmA diffuser, flat opal diffuser fixed to housing with engg. Plastic front cover, Driver installed on cast aluminium housing and prewired upto the terminal block. It should system level lumen of not less than 1500 lumens with luminaire efficacy of >100lm/W. constant current output driver, operating range 150 – 270V AC supply, voltages, LED Colour Temp. from 5700°K ±300°K. with PF=0.95 and THD=10% & Surge Protection of more than 2.5kv. The system level lifetime should be around 50,000 burning hours with 70% percent lumen maintenance. The luminaire must be IP 20 protected.

______Annexure-VII PAGE 142 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” EARTHING: Supply & installation of the following with clamps, inspection chambers, excavation maintenance free compound as per technical specifications & IS: 3043 standards. Complete. The cost shall include excavation, backfilling, compaction, construction of chambers, tools and tackles for excavation & all required civil works.Testing earth resistivity and electrode resistance (Maintenance free earthing)

General requirement

The purpose of this specification is to provide reliable electrical grounding to equipment. The contractor should propose the number of earth pit as per site requirement. The bidder shall consider the following earth pit minimum, . UPS Body earth . UPS neutral earth . DG body earth . DG neutral earth . Electrical Panel Body earth . Tray earth o Rack body earth  The scope covers supply, installation testing and commissioning of Earth pit. The bidder has to consider the required material like sand, chemical compound, heavy-duty lid to cover the earth pit, bolt and net, bus bar etc.  The Maintenance Free Earth system shall consist of a) Earth electrodes b) Highly conductive and eco-friendly backfill compound, c) Earth termination clamps to facilitate connections to the equipment.  The Earth electrode shall confirm to the following specifications: o The electrode shall be a solid steel rod made of high tensile low carbon steel and coated with molecularly bonded copper on the outside as per UL 467.  Highly conductive and Eco friendly backfill material

______Annexure-VII PAGE 143 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”  The backfill material shall be highly conductive and should be certified as nonpolluting and safe for use near potable ground water systems. The backfill Material shall be carbon based and of low resistance, non-corrosive, highly conductive carbon based powdered material that improves grounding effectiveness, especially in areas of high soil resistivity such as rocky and sandy areas. This material shall be suitable to be installed in either slurry or dry form.  The earth termination clamp shall be made of copper and shall be suitable for terminating 25 x 5 mm copper flat strips. Care should be taken to tighten all bolts and nuts to ensure a proper connection  Installation of Earth system : The earth electrode shall be installed in a bore made by auguring 3 or 4 inches hole up to the required depth. Wherever auguring is not feasible, pit shall be made and suitable size of PVC pipe shall be used to fix the electrode. At the Centre of the hole the electrode shall be driven and around the electrode the highly conductive and eco-friendly backfill material shall be filled. The highly conductive and ecofriendly backfill material can be poured in either dry or slurry form. The PVC pipe shall be removed simultaneously as the backfill compound is poured.

______Annexure-VII PAGE 144 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” POINT WIRING: FOR LIGHT FIXTRURES: Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed steel conduit, with piano type switch, phenolic laminated sheet, suitable size MS box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. (SWITCHES & SOCKETS SHALL BE OF MODULAR TYPE)

INDUSTRIAL TYPE SOCKETS AND PLUG TOPS:Supply, store, erection, testing and commissioning of factory made metal clad totally enclosed with cast aluminium housing with industrial socket/interlocked combined rotary switch and socket with scrapping earth connection and plug top. In case of interlocked socket, the interlocking should ensure that the plug cannot be inserted or withdrawn while the switch is in 'ON' position. (all switches & sockets shall be housed in painted MS boxes). The erection rate shall include supply of angle iron frame work and fixing accessories such as grip bolts/grouting/ welding to steel structures etc., All the MCBs shall be of 'D' Curve specifications.

32A, 415V, 3P+N+E, IP 44 Male top with socket, Plastic moulded industrial socket with suitable straight plug, Surface mounted / Raceway mounted type. The pricing shall include to make the required supports on the floor/Raceway along with required accessories.(NEMA/IEC 309)

32A, 230V, 2P+E, IP 44 Male top with socket, Plastic moulded industrial socket with suitable straight plug, Surface mounted / Raceway mounted type. The pricing shall include to make the required supports on the floor/Raceway along with required accessories. (NEMA/IEC 309)

______Annexure-VII PAGE 145 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Cable Laying

Cable shall generally be installed in ladder type/perforate sheet type site fabricated/pre-fabricated trays except for some short run in rigid/flexible conduit for protection or crossings

Cables lay on trays and risers shall be neatly dressed and clamped at an interval of 1500 mm and 900 mm for horizontal and vertical cable runs. Clamps for multi- core cables shall be fabricated out of 25 x 3 mm Aluminum flats

All power cables shall be clamped individually and control cables shall be clamped in groups of three or four cables. Prior to lying of cables inside both indoor and outdoor trenches, the Selected Bidder shall properly clean inside those trenches

In addition, the cable runs both before and after the fire seals shall be suitably sprayed with anti-fire propagation liquid at least for 1M length. After completion of installation and prior to connection, all power cables shall be subjected to a high potential test

Cable Tag & Marker

Each cable and GI/MS conduit run shall be tagged with numbers that appear in the cable and GI conduit schedules.

Cables and GI/MS conduits shall be tagged at their entrance, every 30.0M and exit from any equipment, junction box

The tags shall be of Aluminum with the number punched on it and securely attached to the cable by not less than two turns of nylon 6 cable ties

______Annexure-VII PAGE 146 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

The location of cable joints, if any, shall be clearly indicated with cable marker with an additional inscription ‘cable-joint’. The Selected Bidder shall furnish and install all tags and markers stated above. For buried cable, the marker shall project 150 mm above ground and shall be spaced at an interval of 30 meters and at every change of direction

Cable Termination

The termination and connection of cables shall be done strictly in accordance with manufacturer’s instruction, drawings and/or as directed by the Engineer In charge The work shall include all clamping, fitting, fixing, cable jointing, crimping, shorting and grounding etc. as required for heat/cold shrinking technology for the complete job

______Annexure-VII PAGE 147 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” GI/MS Conduit shall be used only in short lengths in certain areas where required and/or as directed by the Engineer In charge

Conduits shall be GI/MS type in general. However, rigid type steel conduit, if required, shall also be supplied by the Selected Bidder

The Selected Bidder shall also maintain and submit when requested, a record of cable insulation value when drawn from store, after laying, before and after termination/jointing.

______Annexure-VII PAGE 148 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” UPS AND BATTERY SYSTEM

UPS for Critical load : For Data Centre IT Load, the Bidder should provide 2 nos. (N+N) UPS (IGBT based) type Uninterrupted Power Supplies (UPS) to provide 3 phase/ Neutral AC to the desired load. The UPS should be Online Double Conversion and fully redundant with at least N+N configuration. The back-up time should be at least 30 minutes for full load operation during which alternative feed should provide the input power.

Mode of Operation

Normal: The input converter and output inverter should operate in an on-line manner to continuously regulate power to the critical load. The input and output converters should be capable of full battery recharge while simultaneously providing regulated power to the load for all line and load conditions within the range of the UPS specifications.

Battery: Upon failure of the AC input source, the critical load should continue being supplied by the output inverter, which should derive its power from the battery system. There should be no interruption in power to the critical load during both transfers to battery operation and retransfers from battery to normal operation.

Recharge: Upon restoration of the AC input source, the input converter and battery charger should recharge the battery and output converter should continue to provide regulated power to the critical load.

Static Bypass: The static bypass should be used to provide transfer of critical load from the Inverter output to the bypass source. This transfer, along with its retransfer, should take place

______Annexure-VII PAGE 149 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” with no power interruption to the critical load. In the event of an emergency, this transfer should be an automatic function.

______Annexure-VII PAGE 150 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

The scope should include supply, transportation, storage, unpacking, erection, testing, successful commissioning and satisfactory completion of trial operations of the 2 x 100 kVA/kW

UPS in N+N Configuration systems for Datacenter. The UPS should be scalable to minimum 175 KW/KVA by adding additional UPS modules in the one or multiple frames. Each UPS should have Hot swappable/trained-user replaceable Minimum 25/30 kW /kVA power module shall contain a fully rated, power factor corrected input rectifier/boost converter hereafter referred to as the PFC input stage, a fully rated output inverter, battery charging circuit and field replaceable fans. Power module fans shall be variable speed controlled and capable of maintaining

the system in the event of a single fan failure. The system shall also be comprised of a swappable continuous duty bypass static switch module, redundant control modules, redundant logic power supplies, and touch screen user interface/display. Hot Swappable/trained-user-replaceable battery modules should be provided along with UPS. Hot Swappable Static bypass module. AC Input Voltage Window: ±15 percent for full performance (340 to 460 volts at 400 volts) Operating ambient temperature: 0°C to 40°C without any derating in kVA/kW Capacity. Input Power Factor: 1) Greater than 0.995 with load at 100 percent. 2) Greater than 0.99 with loads above 50 percent. 3) Greater than 0.97 with loads above 25 percent.

______Annexure-VII PAGE 151 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Relative humidity: 0 to 95%, non-condensing. Operating altitude with no de-rating: 0 to 1000m feet above sea level. Overload Rating: 1) Normal Operation: a) 150 percent for 60 seconds before transfer to bypass. b) 125 percent for 10 minutes before transfer to bypass.

2) Battery Operation: 125 percent for 30 seconds (up to 10 minutes with fully configured battery solution) 3) Bypass Operation: a) 110 percent continuous at 400 volts. b) 1000 percent for 100 milliseconds. Input power factor: 0.99 Input current distortion with no additional filters. < 5% THD at 100% linear load System AC-AC Efficiency: 1) Normal operation: > 95 percent at 40 percent to 100 percent load. 2) Battery operation: > 95 percent at 40 percent to 100 percent load.

Output Power Factor Rating: 0.5 leading to 0.5 lagging without any derating in kVA/kW capacity. Regulatory compliance: The UPS shall comply with the following standards: Underwriters Laboratories, Inc. (UL): 1) UL 891, "Standard for Dead-Front Switchboards" (copyrighted by UL, ANSI approved).

______Annexure-VII PAGE 152 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

2) UL 1558, "Standard for Metal-Enclosed Low-Voltage Power Circuit Breaker Switchgear." 3) UL 1778, "Standard for Uninterruptible Power Supply Equipment" (copyrighted by UL, ANSI approved). 4) UL 60950, “Standard for Information Technology Equipment.” 5) CSA C22.2 No.107.3-05 Uninterruptible Power Systems International Electrotechnical Commission (IEC): 1) IEC 61000-4-2, “Electromagnetic Compatibility - Testing and Measurement Techniques; Electrostatic Discharge Immunity Test.” 2) IEC 61000-4-3, “Electromagnetic Compatibility - Testing and Measurement Techniques; Radiated, Radio Frequency, Electromagnetic Field Immunity Test.” 3) IEC 61000-4-4, “Electromagnetic Compatibility - Testing and Measurement Techniques; Electrical Fast Transient/Burst Immunity Test.” 4) IEC 61000-4-5, “Electromagnetic Compatibility - Testing and Measurement Techniques; Surge Immunity Test.” 5) IEC 62040-2, “Uninterruptible Power Systems - Electromagnetic Compatibility (EMC) Requirements,”

______Annexure-VII PAGE 153 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

6) IEC 62040-3, “Uninterruptible Power Systems - Method of Specifying the Performance and Test Requirements The UPS should have Redundant controllers, failure of any controller should not affect the overall capacity of UPS. Modular Batteries: Should be designed for 30 Minutes back up at Full Load on each UPS. Standard battery technology should be 12 V SMF Valve Regulated Lead Acid (VRLA). Minimum 5 strings of Batteries to be connected in Parallel. Batteries should be housed in the same rack as the power section or separate rack. The UPS battery should be of modular construction made up of user replaceable, hot swappable, fused, battery modules. Each battery module should be monitored to determine the highest battery unit

temperature for use by the UPS battery diagnostic, and temperature compensated charger circuitry. Batteries should be modular on pull out shelves for quick replacement and servicing. In event of failure of any single battery only battery backup time must reduce and should not become zero. Battery Charge Current Limit: The UPS should can limit the energy sourced from the mains for purposes of battery charging. The battery charging circuit should remain active when in Static Bypass and in Normal Operation. DISPLAY, CONTROLS AND ALARMS A microprocessor controlled display unit should be located on the front of the system. The display unit should allow the user to display an event log of

all active alarms and most recent status and alarm events. The following minimum set of alarm conditions should be available: Static bypass switch on

______Annexure-VII PAGE 154 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

EPO Active Mechanical bypass activated Battery discharged Return from low battery Power Module removed/inserted Battery module removed/inserted UPS in bypass Battery self-test aborted Battery self-test started Battery self-test completed Bypass not available, frequency/voltage out of range Mains voltage/frequency out of range Low battery voltage shut down Runtime is below alarm threshold Load is above alarm threshold Battery over-voltage warning Battery over-temperature warning Emergency power supply fault Output overloaded

UPS system for Non-Critical Load

UPS ( non-Modular) of 80 KVA @ 0.9 pf for the non-critical load such as Air-conditioning equipment, lighting, and other IBMS systems must have following features. The UPS has to be in N+N configuration with 30 minutes back up on each UPS at full resistive load.

IGBT based UPS with High efficiency and power quality.

______Annexure-VII PAGE 155 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Output Crest factor: 3:1 without derating of output. Output Voltage Distortion:  5% for linear and Non Linear loads;

Efficiency: Overall efficiency of each UPS unit shall be greater than or equal to: 91% @ full load. Noise level: Compliant to ISO 3746, Less than: 65 dBA.

Overload capacity: The UPS shall be capable of supplying for at least: 10 minutes @ 125% of the rated load; 1 minutes @ 150% of the rated load;

Standards

IEC 62040-1 and EN 62040-1: UPS - Safety. IEC 62040-2 and EN 62040-2: UPS - Electromagnetic compatibility - [level C3 / C2 class A is optional]. IEC 62040-3 and EN 62040-3: UPS - Performance. IEC 60950 / EN 60950: Safety of IT equipment, including electrical business equipment. IEC 61000-2-2: Compatibility levels for low-frequency conducted disturbances and signalling in public low-voltage power supply systems. IEC 61000-3-4: Limits for harmonic current emissions (equipment input current > 16 A/ph). IEC 61000-4: EMC - serie for EMC according to IEC/EN 62050-2. IEC 60439: Low-voltage switchgear and controlgear assemblies. IEC 60529: Degrees of protection provided by enclosures (IP Code).

______Annexure-VII PAGE 156 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ISO 3746: Sound power levels. CE marking.

______Annexure-VII PAGE 157 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

DIESEL GENERATOR AND ALLIED SYSTEM

General Requirement Diesel Generator location is inside the Old airport compound near the substation area. Bidder must visit the area and the location and assess the distance from the DG to the Main LT panel that will be housed inside the data centre at first floor. The bidder shall propose the supply and installation of the exhaust pipe as per manufacturer standard, best practice and as per CPCB norms. In case a exhaust stack structure is required, the same may be quoted. The bidder shall propose the DG foundation for proposed rating as per OEM recommendation.

DG Set should be 500 KVA. DG should be suitable to supply power continuously to a constant or varying electrical load for unlimited hours in a data center application. The DG should meet the uptime requirement of a Tier III data center conforming to 2012 IBC Certification and capable to run for unlimited hours of operation. DG should be capable of delivering Minimum 400 kWe @ 0.8 PF (lagging) Electrical power output at Alternator terminals continuously without any interruption 24 x 7 x 365 days @ 50 Deg. C. The DG rating proposed can either be Data Center Continuous Rating conforming to 2012 IBC Certification and should meet uptime requirement of a Tier III data center. The Proposed DG set capable to run for unlimited hours of operation at its full capacity for 12 hours . If the Data Center Continuous ratings are not available with the manufacturer then the bidder can propose a Continuous Power rating as per ISO8528-1, whilst supplying a constant electrical load when operated for an unlimited number of hours per year under the agreed operating conditions.

______Annexure-VII PAGE 158 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Scope

This section covers the detailed requirements regarding design, manufacture, assembly, testing at the manufacturer's works, packing & forwarding and delivery up to the site, unloading and in-site shifting. supply, erection, testing, commissioning, performance and guarantee testing of Diesel Gen-Sets at Site complete in all respects with all equipment, fitting and accessories for efficient and trouble free operation as specified here under. The design and performance of equipment shall comply with all currently applicable statues, regulations and safety codes in the locality where the equipment going to be installed. The equipment shall be to the latest edition of applicable standard as specified. In case of conflict between applicable standards and this specification shall govern.

The General Scope of this work shall include but not limited to the following:

DG set including diesel engine complete with all auxiliary and accessories, Alternator directly coupled to the engine through flexible/ rigid coupling complete with all accessories for starting, regulation and control, including common base frame, interconnecting piping and accessories, power and control cable glands and lugs. DGs local (Engine mounted) control Panel, all housed within the Acoustic Enclosure as per CPCB Norms. The DG set has to have Auto start-Stop feature.

Radiator of suitable capacity coupled with the Engine.

______Annexure-VII PAGE 159 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Equipment’s necessary for fuel distribution including day oil tank, piping, valves, and calibrated MS tank along with level switch Flexible connections,

Residential type silencer, exhaust system including piping, support and thermal insulation for total exhaust system.

Starting batteries and battery-charging equipment, including their connections as required o Set of Anti Vibration Mountings pad etc.

The DG Set shall have properly machined common base frame with grouting bolts.

All the sheet metals should be processed (cutting, forming, bending, etc.) through CNC machine for fabricating and assembling acoustic enclosure, fuel tank and other allied works at the DG manufacturer’s premises.

All the sheet metals to be used for the acoustic, fuel tank, etc. should be properly cleaned though 9-11(Min) tank treatment process before painting. The Acoustic Enclosure shall be weatherproof and rust proof when kept in open air. The fresh air inlet and the hot air outlet should be hood type placed on the top of the acoustic enclosure to improve the efficiency of air circulation and ventilation.

______Annexure-VII PAGE 160 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

AIR CONDITIONING SYSTEM

 The following parameters shall be maintained in the Data center

. Temperature: 35 Degree C (Return Air Temperature)

. Humidity: 50+/- 5% RH.

. Ambient: 45 Degree C

i. The cooling for the data center to be achieved with the help of closed couple cooling units which should be positioned in between the IT Racks which shall help to achieve maximum operational efficiency.

ii. The entire system should be designed in accordance to latest guidelines of ASHRAE TC9.9.

iii. The Present IT load per rack to be considered as 7 kW and 10 KW per Rack. Minimum 125 CFM per kW to be considered while proposing/designing the Cooling unit. iv. The compressor shall be Brush less digital scroll- type or Brush less Inverter scroll type with variable capacity operation from 30-100%. The compressor shall be located outside the air stream and shall be removable and serviceable from the rear of the unit.

v. The system shall be designed for use with R410A refrigerant, which meets the Clean Air Act for phase out of HCFC refrigerants.

______Annexure-VII PAGE 161 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

vi. Units should be offered with two plug EC Direct Drive Fan, High efficiency, EC motor with integrated electronics, Maintenance free design and construction. The fan section should be designed for higher air flow. Each unit should deliver minimum 125 CFM per every kW of cooling, Minimum 3875 CFM per each Machine. The fan should be protected from over temperature of motor, electronics, locked rotor protection, short circuit of motor output. vii. A manual disconnect switch, thermal magnetic circuit breakers compliant to UL 489/CSA C 22.2/IEC – 947 shall be mounted in the electrical panel and can disrupt the flow of power to the unit.

viii. Each unit shall have minimum three factory-supplied and connected supply air sensor that may be used as a controlling sensor or reference. When multiple sensors are applied for control purposes, the user shall be able to control based on a maximum or average temperature reading

ix. The filters should be minimum 30% efficient per ASHRAE Standard 52.1, UL Class 2 (MERV 8 per ASHRAE 52.2). Filters should be EN779 G4 efficient. The 3.75 in. (96 mm) deep, pleated filters should be replaceable from the rear of the unit

x. The dual-float condensate pump shall have a minimum capacity of 8 GPH (32 l/Hr.) at 11 ft. (3m) head.

xi. The evaporator coil should be manufactured from corrugated aluminum fin and copper tube coils. Coil should be rated for a maximum pressure of 600 psig

______Annexure-VII PAGE 162 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

(4200 kPa), and the coils should be certified in accordance with UL207. Coil header should be equipped with a drip plate in the bottom to capture and direct the condensation accumulating on the suction header tube to the drain pan. Coil should have multiple circuits complete with brass distributor and copper distribution tubes.

xii. There should be SNMP and HTTP/Web-management capability for enhanced communications and control of HPM systems. The cards make use of an Ethernet network (10/100Mbit) to monitor and control a wide range of operating parameters, alarms and notifications thanks to a standard web browser (Internet Explorer).

xiii. Humidifier should be able to modulate capacity. The humidifier should be self-contained, steam- generating type, factory piped and wired, with disposable cylinder and automatic solid-state control circuit. Humidifier canisters should be replaceable. The humidifier controller should communicate directly to the microprocessor controller and provide complete status and control at the operator interface. Humidifier should control flush cycling and conductivity via automated controls. Humidifier should produce up to 6.6 lbs. (3 kg) of steam per hour

AISLE CONTAINMENT SYSTEM i. Entry and Exit Doors of the Aisle should have open able or sliding double door

ii. Each door should have CRCA frame with fire retardant glass sheet of 4 mm thick or Fire Retardant

______Annexure-VII PAGE 163 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Rigid UL V-0 Plastic 3 mm. The frame of door should have 4 vertical MS Columns of rectangular section with thickness of 1.5mm

iii. columns should be grouted to real floor or can be fixed to the base frame of rack iv. Vertical columns should be connected to each other with help of Cross members. These Cross members should be length of Aisle width

v. The Doors must have a Steel Picture Frame fabricated in 1.2mm thick CRCA sheet as per “IS 513 Grade D” standards

vi. PU Foam Gasket should used across the metal edges of the door to prevent any leakage on cold air vii. The doors should have automatic door closers installed to ensured that those are closed.

viii. Polyamide Cable Brushes should be fitted at the bottom of doors to avoid leakage of cold air when doors are closed. Top panels of the cold aisle should be covered with either fire rated Glass or Polycarbonate panels Top Panels are fixed in CRCA frame per “IS 513 Grade D” with thickness of 1.2 mm. The Glass/ Polycarbonate in the top Panels are of 4 mm thick

ix. Top Panel must be tool less installation to offer quick access to area above the contained aisle during the maintenance activity x. Top Panel must have opening for Smoke Sensor/ FM System wherever necessary

xi. The Powder coating complies with ROHS requirement to avoid hazardous substance contamination in the Data Center. Pre-treatment Nano Ceramic process should be followed. The powder coating thickness is 80-100 Microns

VRV/VRF COOLING SYSTEM

i. The scope comprises supply, installation, testing commissioning of air-conditioning by VRV/

______Annexure-VII PAGE 164 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

VRF/MRV system. The system to facilitate the operation & control of individual room. The system shall be able to cater the partial load which can be as low as 10% of the total load. Thereby the operation of indoor & outdoor units is minimized. The Inverter based Scroll Compressors/Digital Scroll compressor which has higher EER are employed in the VRV/VRF systems ensure trouble free operation. The drain point of each unit shall be connected to the common drain point. Proposed AC system will be microprocessor controlled inclusive of safety factor & gadgets.

ii. The condensing units should be capable of providing cooling within ambient range of -5 degree C to 50 degree C DB & heating is the range of 0 degree C to 15 degree DB. The Outdoor Unit should have a One DC Inverter Scroll Compressor and One Constant Speed Scroll Compressor. The Outdoor Unit should have a D-Shape Coil for better efficiency and TOP Discharge DC Current Operated Fan Motor. All the Indoor Units to have a EEV built in system and nowhere the EEV to be placed outside separately. All expose pipe to be covered with race way or heavy duty flexible pipe for protection. Special precaution to be taken while, installing of the drain piping. The contractor shall be responsible for any leakage / seepage due to poor installation of HVAC drain till the guarantee period. Drain point to be tested for 24 hours after

______Annexure-VII PAGE 165 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

blocking one end. Drain piping will be plugged at both ends by appropriate method after completing the drain test to avoid chocking due to foreign material

iii. DC INVERTER TECHNOLOGY

 Inverters are used to vary the speed of motors and in this way can be used to control the capacity of a compressor. For refrigeration users they can be an effective method of accurately matching compressor capacity to load requirement. A way of reducing compressor output is needed in almost every application. Without the means to run efficiently at low capacity, compressor cycling by switching on/off is most commonly used. This method introduces large fluctuations and high power consumption due to heavily loaded heat exchangers. Multiple compressor solutions overcome this problem to some extent and stepping by means of cylinder unloading is used with piston compressors. on operating envelope may be necessary. Risk of electrical disturbance to control signals iv. OUTDOOR UNIT WITH HEAT PUMP

 The outdoor shall be factory assembled weather proof casing constructed from heavy gauge MS panels and coated with baked enamel finish of color approved by architect. The unit should be completely factory wired tested with all necessary control.

______Annexure-VII PAGE 166 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 All ODU shall have minimum 2 Scroll Compressors and be able to operate even in case one of the compressors is out of order.  It should also be provided with duty cycling for multiple Inverter/Digital Compressor switching starting sequence of multiple ODU. The ODU shall be modular in design and should be allowed for side by side installation the unit shall be provided with its microprocessor control panel. The odu unit should have anti-corrosive point free steel plate for easy mounting of the unit. The ODU should be filled with low noise, aero-spiral design fan with grill for spiral discharge airflow to reduce pressure loss and should be fitted with DC Fan Motor to better efficiency. The unit should also be capable to deliver of adequate external static pressure. The condensing unit shall be designed to operate safely when connected to multiple fan coil units.  Noise level shall not be more than 60 dB (A) at normal operation measured horizontally 1 M away and 1.5 M above ground. Control Wiring from ODU to IDU shall be contractors scope. v. COMPRESSOR :  The compressor shall be Highly Efficient Hermetic Scroll type and capable of Inverter Control. It shall change the speed in accordance to the variation in cooling load requirement or the refrigerant volume thru loading or unloading.

______Annexure-VII PAGE 167 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 All outdoor units shall have multiple steps of capacity control to meet load on fluctuation and indoor unit should have individual control. All parts of compressor shall be sufficiently lubricated stock. Forced lubrication may also be employed.  ODU heater to be provided in compressor casing.  The inverter shall be IGBT (insulated gate bipolar transistor) type for efficient and quiet operation.  The compressor shall be Highly Efficient Hermetic Scroll type and capable of Inverter Control. It shall change the speed in accordance to the variation in cooling load requirement or the refrigerant volume thru loading or unloading.  All outdoor units shall have multiple steps of capacity control to meet load on fluctuation and indoor unit should have individual control. All parts of compressor shall be sufficiently lubricated stock. Forced lubrication may also be employed.  ODU heater to be provided in compressor casing.  The inverter shall be IGBT (insulated gate bipolar transistor) type for efficient and quiet operation. vi. HEAT EXCHANGER  The heat exchanger shall be constructed with copper tubes mechanically bonded to Aluminum fins to form a cross fin coil.

______Annexure-VII PAGE 168 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 The Aluminum fins shall be treated with anti-corrosion resin film.  The unit should be with E- bypass / Split type Heat Exchanger for good efficiency of condenser.  The unit shall be provided with necessary number of direct driven low noise level propeller type fan arranged for vertical/ horizontal discharge. Each fan shall have safety guard.

vii. REFERIGERENT CIRCUIT  The refrigerant circuit shall have liquid and gas shut off valve or a solenoid valve at condenser end.  All necessary safety devices shall be provided to ensure the safety operation of the system. viii. . INDOOR UNIT  The selection deals with supply installation testing commissioning of various types of indoor units confirming to general specifications. Each indoor unit has Electronic Expansion Valve which senses the temperature based on variation of the load and conveys the same for the outdoor modules to respond accordingly. The indoor unit shall be selected as per the dehumidified CFM.

 Indoor units shall be either ceiling mounted cassette type, or ceiling mounted ductable type

______Annexure-VII PAGE 169 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

or floor standing type or wall mounted type or other as specified in BOQ. Each unit shall have electronic control valve to control the refrigerant flow rate respond to load variations in the rooms.

 The address of the indoor unit shall be set automatically in case of individual and group control  In case of centralized control, it shall be set by liquid crystals remote Controller.

 The fan shall be dual suction, aerodynamically designed turbo, multi-blade type, statically & dynamically balanced to ensure low noise and vibration free operation of the system. The fan shall be direct driven type, mounted directly on motor shaft having support from housing.

 The cooling coil shall be made out of seamless copper tubes and have continuous aluminum fins. The fins shall be spaced by collars forming an integral part. The tubes shall be staggered in the direction of airflow. The tubes shall be hydraulically/mechanically expanded for minimum thermal contact resistance with fins. Each coil shall be factory tested at 21 kg/sqm air pressure under water.

 Unit shall have cleanable type filter fixed to an integrally molded plastic frame. The filter shall be slide away type and neatly inserted.

______Annexure-VII PAGE 170 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 Each unit shall be provided with Electronic Expansion Valve for cooling and heating.

 Each unit shall be with wireless LCD type remote controller. The controller shall be able to change the fan speed and angle of swing flap individually and change s in set temperature as per requirement.

ix. REFERIGERENT  Refrigerant should be only R-410A.  The entire condensing unit & evaporative unit should be factory assembled and tested. The units should come with an initial charge of referred R-410A from the factory. Any additional required refrigerant shall be added at site free of cost & loss of refrigeration due to deflect in equipment or workmanship or workmanship shall also be filled up free of cost during execution and guarantee period. x. REFERIGERANT PIPING  All refrigerant piping for the air-conditioning system shall be constructed from soft seamless upto 19.1mm and hard drawn copper refrigerant pipes for above 19.1mm with copper fittings and silver soldered joints. The refrigerant piping arrangements shall be in accordance with good practices within the air conditioning industry, and are to include charging connections, suction line insulation and all other items normally forming part of proper refrigerant circuits.

______Annexure-VII PAGE 171 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 All joints in copper piping shall be sweat joints using low temperature brazing and or silver solder. Before jointing any copper pipe or fitting, its interiors shall be thoroughly cleaned by passing a clean cloth via wire or cable through its entire length. The piping shall be conti9nuously kept clean of dirt etc. while constructing the joints. Subsequently, it shall be thoroughly blown out using nitrogen.  After the refrigerant piping installation has been completed, the refrigerant piping shall be pressure tested using nitrogen at 32 Kg per sq.cm. Pressure shall be maintained in the system for 24 hours. The system shall then be evacuated to minimum vacuum if 700 mm Hg and held for 24 hours. The air-conditioning supplier shall be design sizes and erect proper interconnections of the complete refrigerant circuit.  The suction line pipe size and the liquid line pipe sizes shall be selected according to the manufacturers specified outside diameter. All refrigerant pipe shall be properly supported and anchored to the building structure using steel hangers, anchors, brackets, and supports which shall be fixed to the building structure by means of inserts or expansion shields of adequate size and number to support the load imposed thereon.

xi. DRAIN PIPING

 Shall be UPVC.

______Annexure-VII PAGE 172 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

 The IDU shall be connected to the drain pipe made of rigid heavy duty UPVC, density 10 KG/sqcm min 20 MM dia meter. The pipe under floor should be 20 Kg/sqcm  The pipe shall be laid in proper slope for efficient draining of the condensate water.

i. PIPE INSULATION

 Refrigerant Pipe Insulation: (a). The whole of the suction and liquid line including all fitting , valves and strainers bodies etc. shall be insulated with 19 MM/ 13 MM respectively thick class ‘o’ Electrometric Nitrile Rubber sleeve as per BOQ. (b). The joint shall be properly sealed with R242 adhesive of polychloroprene to ensure proper bonding at the ends. (c). Insulation of cold lines shall be carried out with Armaflex/K-flex insulation sheets and tubes of appropriate thickness so that condensation does not occur.  Drain Pipe Insulation (a). Drain pipe carrying condensate water shall be insulated with 3 MM thick Kinifoam. (b). The joint shall be properly sealed with R242 adhesive of polychloroprene to ensure proper bonding at the ends. (c). For proper drainage of condensate U-trap shall be provided in the drain piping (wherever required). (d.) All pipe supports shall be of pre-fabricated and pre-painted slotted angle supports properly installed with clamps.

______Annexure-VII PAGE 173 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

VIDEO WALL SYSTEM

VIDEO WALL :

Max. 1.29mm pixel pitch or better (Lower pitch is regarded as better) LED wall to make a minimum image size of 4.2 m (W) and 1.6 m (H) )(±5%) or higher. Resolution of total wall should be minimum 3000X1200. Resolution of total wall: shall be minimum 3000X1200 or more. LED Configuration: RGB 3 in 1; Technology :Max. 1.29mm or better pixel pitch direct LED wall. Brightness on screen: Minimum 600 nits. Controller should be from the same manufacturer and single controller must be capable of giving UHD(4K, 30 Hz or better) output. Pixel Density: 620,000 pixels/m2 or higher. LED lifespan: ≥ 80,000 hours. Control IP based control to be provided. System should have redundant remote rack based/in-built power supply, should be kept away from the wall to reduce heat and noise around the LED wall. Refresh rate: ≥3000Hz,Operating Temperature: 0-40°C or better. Maintenance Access: Should be 100% front serviceable. Horizontal / Vertical Viewing Angle: 160° H, 140° V or better. Mounting On stands As per the design requirement surrounded with false partition for flush installation look and feel. All cables, accessories, Mounting Kits required to complete the installations and commissioning of the system must be included. The video wall must be suppled with wall management software.

______Annexure-VII PAGE 174 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

3. RACK, PDU AND STS

Server Rack , Network Rack, IPDU, Sensors, STS & Rack Sl.No Access Control Server Racks ( 600 mm x 1200 mm ) UL approved; The Rack should be able to with stand a minimum Static load of 1300 Kgs and Rolling load of 1000 Kgs.The unit should have a minimum of

1.0 IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water. Rack front door should have minimum 60 % of open perforation for efficient air flow. ROHS Compliant Removal type cable manager rings in rear side of the racks Min two temperature and RH sensors in each rack 1 U Blanking Panels in each rack -20 nos Metered Rack PDUs with socket level monitoring include locking IEC receptacles, and ultra low profile circuit breakers, ZeroU, 32A, 230V, with minimum (18) C13 & (3) C19 outlets, each PDU

2.0 should have Hydraulic Magnetic breakers and overall width of the PDU should not exceed 70 mm so as to ensure sufficient space at rear side inside the rack. PDU should be CE/VDE Compliant, ROHS compliant. 42U Network Racks ( 750-800 mm x 1200 mm ) UL approved/complied; The Rack should be able to with stand a minimum Static load of 1300 Kgs and Rolling load of 1000

3.0 Kgs.The unit should have a minimum of IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water. Rack front door should have minimum 63 % of open perforation for efficient air flow. ROHS Compliant Removal type cable manager rings in rear side of the racks Min two temperature and RH sensors in each rack 1 U Blanking Panels in each rack -20 nos

______Annexure-VII PAGE 175 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Server Rack , Network Rack, IPDU, Sensors, STS & Rack Sl.No Access Control Metered Rack PDUs with socket level monitoring including coloured locking ( Without use of special power cord )IEC receptacles, and 2x16Amp low profile circuit breakers, ZeroU, 32A, 230V, with minimum (18) C13 & (6) C19 outlets, each PDU 4.0 should have Hydraulic Magnetic breakers and overall width of the PDU should not exceed 70 mm so as to ensure sufficient space at rear side inside the rack. PDU should be UL, EN 55032, EN 55024 , IEC 60950-1 & ROHS compliant. Rack based Static Transfer switch 32A Single phase SITC of Temperature & Humidity Sensor to be integrated with DCIM Solution, Sensor Humidity Range ±3% RH from 5% to

95% RH % , Sensor Temperature Range -20 degrees C to 80 degrees C with ±0.5% accuracy . Rack Access Control The rack access control system should provide an extensive range of alarm like

a. Temperature ,

b. Unauthorized access ,

c. Status of Lock (open/closed)

d. Green period

e. Blocking period.

It should have Keypad and smart card Access at front and rear door.The Mechatronic locks should eliminate the use of traditional mechanical key locks for racks.Four Eye Principle – Triple authorization via transponder card and secret pin / numeric key pad numbers at rack level.The Mechatronic lock should have memory to store 1,000 user cards + 1,000 Pins + 1 Super User

The system / Software should allow specific user to be assigned to a specific racks.The Software should integrate with authentication system like Active Directory, Radius, etc. ,

______Annexure-VII PAGE 176 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Server Rack , Network Rack, IPDU, Sensors, STS & Rack Sl.No Access Control

The complete bill of material under Racks and PDUs should be from same OEM. 5.0

PASSIVE NETWORK SYSTEM

Sl.No 1U Rack Mount Hybrid Enclosure (LIU) Compli UHD, Unloaded ance Items YES/NO Fiber Patch Panel Typically used in Server rooms, Network rooms, Data Centres and Small offices Can be mounted directly on Fiber Interface Unit any 19" rack or cabinet. It should be able to accommodate a variety of Fiber connectors and terminated to fiber cables using Splicing or other methods. Fiber LIU should be 1U (1.75”), 19 Inch Rack Mount Titanium Dimension: H: 45mm, W: 483mm and D: 426mm Front Drawer Sliding Out style and the Drawer should be removable from the panel 12/24/48/96 and 144 Fiber Ports should be Type available in 1U Rack Mount LIU. Unloaded panels should be of high density to accommodate at least 32 no’s of 10G copper ports or 144 cores of 10G fiber. 1U unloaded panel suitable for mounting up to 4 no’s of pre terminated cassettes or Frames.

______Annexure-VII PAGE 177 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Each 1U LIU should be able to accommodate 144 fibers in LC type connectors via 144 fiber splice tray. Should be equipped with front patch cord tray/manager and rear cable tray/manager Front Patch Cord Manager/Tray should be with door Each 1U panel should take at least 4 Adapter Frames or 4 Cassettes allowing flexible and customized patch panel design. LIU should be able to accommodate Fiber, Copper and Multimedia Connectivity like Coaxial (BNC,F Type, RCA Connectors), HDMI, USB etc. Universal Optical fiber adapter frames shall Features & provide the connecting interface between Compatibility two optical fiber connectors. Adapter frames should be preloaded with adapters/couplers Duplex/Simplex. Adapter frames should be of Black Color with different colored couplers Panel/cassette should be available in both angled and straight versions Storage Temperature -40°C To +70°C Operating Temperature -10°C To +60°C Max. weight should be 3.7 kg Adapter frames/Cassettes should be available for both Single-mode and Multimode. Adapter should be color coded for easy identification and to avoid mixing of solution as per below. Singlemode Adapters – Blue Color

______Annexure-VII PAGE 178 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Multimode OM3 Adapters – Aqua Color Multimode OM4 Adapters – Erika Violet Color Singlemode APC Adapters – Green Color It should include Screws (12-24); Screws (10-32); Screws (8-32); Tie Wraps; Kurly locks; Velcro Straps; Identification Labels Adapter strips should be available in LC/SC/ST types. Standard Fiber LIU should comply to EIA/ECA 310 RoHS Compliant Warranty 25 Years MPO-LC Cassette, OM4, MPO-12 (Female), LC DUPLEX/QUADPLEX

Fiber Ultra High Density Solutions, Backbone, Telecommunications Room, Main Suitable Applications Distribution Room, DataCenters. Rack Mount and Wall Mount Panels. 6 LC Duplex Ports (12 Fibers) / 12 LC Duplex Ports (24 Fibers) / 9 LC Quad Ports (36 Fibers) Type Adapter should be Multimode OM4 with Erika Violet Color LC Type Connectors will be required with DUST CAPS. Pre-terminated cassettes with 1/2/3 MPO trunk connections at rear Features & 6/12/18 x LC Quad/Duplex (fibers) Compatibility connection in the front Front Connection: 1” Pull Out for easy removal of Patch Cords

______Annexure-VII PAGE 179 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Storage Temperature Range: -10°C To +75°C Operating Temperature Range: -10°C To +60°C Port Nos. should be mentioned on front top of the cassette Universal Optical fiber adapters shall provide the connecting interface between MPO -12 and LC Connectors. Cassette should be available with 18 LC Duplex (36 Fiber) connector option for High Density Solution Couplers in adapter strip should be Erika Violet Colored Adapter Sleeve : Zirconia-Ceramic Front Connector Body : LC Duplex - Plastic - UL94V-0 (Erika Violet Color) Rear Connector Body : MPO Female – Plastic – UL94V-0 (Black Color) Cassette Assy : Plastic - UL94V-0 (Black Color) Color of LC Couplers/Connector in Cassette should have same color which is for MPO-12 OM4 Trunk Cables and LC Duplex OM4 Fiber Patch Cord Attenuation <= 0.15 dB, for LC Connector at front Return Loss >= 25 dB, for LC Connector at Optical Parameters front Attenuation <= 0.20 dB, for MPO Connector at rear

______Annexure-VII PAGE 180 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Return Loss >= 25dB, for MPO Connector at rear TIA 568.C.3 Standard RoHS Complied 25 Years Performance Warranty MPO-12 Trunk Cable, Multimode OM4 Bend

Insensitive, Double LSZH Jacket Type MPO-MPO Trunk Cable, 12F, Male/Male or Female/Female, Straight/Cross Multimode 50/125 OM4 Bend Insensitive Feature Multimode 50/125 um OM4 Bend Insensitive should be of Erika Violet Color for easy identification from OM3

Loose tube cable construction with Round jacket and LSZH outer sheath

Outside Nom. Diameter 4.5 mm Jacket Material LSZH Color Color of fiber trunk cable should be same as Jacket Double Jacket Construction MPO Connector Color – same as MPO trunk cable jacket color , Minimum Cable 150 N Tensile Strength Retention Strength 500 N/100mm Crush Resistance Insertion Loss ≤ 0.35 dB @ 850nm Return Loss ≥ 20 dB @ 850nm RoHS/ELV Complied Yes (Should be mentioned in datasheet) Standard TIA 568-C.3 Fiber Patch Cords, LC-LC Duplex, Type 2mm Duplex Zipcord. Multimode OM4 Bend Insensitive, Erika Violet Feature Multimode OM4 should be of Erika Violet Color Outside Diameter (Duplex): 2.0mm x 3.0mm or as per design Jacket Material LSZH Length 3 MT Identification Color of fiber patch cord should be same as

Minimum Cable 2.0/3.0mm:lfTkCbldAdt/Cl 200 N Tensile Strength Retention Strength 2 0/3 0mm: 1000 N Crush Resistance Insertion Loss ≤ 0.3 dB Return Loss ≥ 25dB @ 850nm RoHS Certified Yes ______Annexure-VII PAGE 181 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Fiber Patch Cords, LC-LC Duplex, Type 2mm Duplex Zipcord. Multimode OM4 Bend Insensitive, Erika Violet Feature Patch Cord should be with some pull feature for easy removal without touching any other couplers/patch cords in 144 Fiber High Density Fiber Patch Panel in Equipment Racks Outside Diameter (Duplex): 2.0mm x 3.0mm or as per design Jacket Material LSZH Length 3 MT Identification Color of fiber patch cord should be same as

Minimum Cable 2.0/3.0mm:color of Trunk 200 Cables N Tensile and Strength Adapters/Couplers Retention Strength 2 0/3 0mm: 1000 N Crush Resistance Insertion Loss ≤ 0.3 dB Return Loss ≥ 25dB @ 850nm RoHS Certified Yes Adapter Frame for Hybrid Patch Panels, Copper 6 PORTS Details Fiber Ultra High Density Solutions, Backbone, Telecommunications Room, Main Suitable Applications Distribution Room, DataCenters. Rack Mount and Wall Mount Panels. 6 Ports (Can Accept 6 No. of Cat6A Modular jack) Adapter should be Black Color with BLUE Color Modular jack Labeling should be provided on top of the Feature and adapter frames Compatibility Universal adapter strips shall provide the connecting interface between two optical fiber connectors. Adapter strips should be available in 6 and 8 Ports both CAT6A U/UTP LSZH CABLE

______Annexure-VII PAGE 182 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Type 23 AWG solid bard copper, Unshielded Twisted 4 Pair, Category 6A, confirming to TIA 568.C.2, Class EA - ISO/IEC 11801:2002 Conductors Solid bare copper 23 AWG Insulation Polyolefin 1.14 mm OD Jacket LSZH jacket complying to: Acid Gas Emission pH per IEC 60754-2 : ≥ 4.3 Acid Gas Conductivity per IEC 60754-2 : ≤ 10µs/mm Smoke density IEC 61034-2 : ≥ 60% Light Transmittance Flame Test: IEC 60332-1 All above parameters should be available in technical sheet Pair Separator + Shape Spline Suitable Premise Horizontal Cable, 10 Gigabit Applications: Ethernet, 100BaseTX, 100BaseVG ANYLAN, 155ATM, 622ATM, NTSC/PAL Component or Composite Video, AES/EBU Digital Audio, AES51, RS-422, Noisy Environments, PoE Guaranteed Bandwidth 500 Mhz for 100 MT Channel Packing Box of 305 meters Cable Outer Diameter 7.2 mm Delay Skew 45 ns @ 100M Bend Radius 50 mm (Installation) Maximum Conductor DCR @ 20°C (Ohm/100 m) < 9.5 DC Resistance:

______Annexure-VII PAGE 183 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Third Party ETL Test Report for compliance to 61156‐ Verification 5 as referenced in ISO/IEC 11801‐1 for Min. 500Mhz or Higher

ETL Test Report for Alien crosstalk (6 around 1) for ANEXT, AFEXT, PS ANEXT.

ETL Test Report for testing at elevated temperature of 40 Deg C and 60 Deg C respectively min. 500 Mhz or higher for IL, Propagation Delay and Delay Skew

All above test reports to be submitted along with bid Nom. Mutual Capacitance (nF/km) < 56 Capacitance Nom. Velocity of 67 % Propagation Temperature Range -20 Deg C to +60 Deg C Operation Max. Attenuation: 45.4 dB/100m Min. NEXT : 34.8 dB Performance Min. PS NEXT : 31.8 dB characteristics @ 500 Min. Return Loss: 17.3 dB MHz Min. PSACRF : -11.0 dB Min. PS ANEXT: 52.0 dB Min. PS AACRF: 24.2 dB PoE Type 1 (15 W), Type 2 (30 W), Type 3 PoE Compatibility (60 W) Average DCR <= 8.0 Ohms @ 20 Deg C, ETL Test Report Avg. Delay Skew <= 41ns, Submission Resistance Unbalance <=1%,

______Annexure-VII PAGE 184 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Max. Capacitance Unbalance <= 100pf/100m RoHS Yes Cat6A UTP Modular Jacks

The jacks shall not have an integrated spring Feature shutter as the shutter malfunctions and causes operational issues in Panel Operating -10° to 60°C Temperature 1,000 V RMS @ 60 Hz for 1 minute (Signals Dielectric Strength to Ground) Performance Technical Datasheet should have Worst Case Characteristics to be Performance parameters for Attenuation, provided with bid for NEXT, FEXT, Return Loss, PSANEXT and 1 – 500 MHz or Higher PSAACRF Insertion Loss: Max. 0.48 dB NEXT: Min. 37.0 dB Electrical FEXT: Min. 31.0 dB Performance @ 500 RL: Min. 12.8 dB Mhz or Higher PSANEXT: Min 56.0 dB PSACRF: Min 56.0 dB Balanced TCL: Min 19.0 dB Termination of cable on IO through Universal Termination Process 110 Connector Termination Tool. It should be covered under 25 year warranted Warranty solution from OEM. Cat6A Unshielded Patch Cords, LSZH Parameters Jacket Modular Cord shall meet and exceed channel Type specification of ANSI/TIA/EIA-568-B.2 Category 6a and ISO/IEC 11801 2nd edition

______Annexure-VII PAGE 185 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

(2002) & Amendment 2 (2010) up to 500 MHz when used as a component in a properly installed UTP channel. It should also comply to EN 50173-1 (2002) & EN 50173-1 Amendment 1 (2009). Conductor Stranded copper ETP, 7/26AWG(0.16mm) Foam-skin Polyethylene (1.05 mm +/- 0.05 Insulation mm) Length 2 / 3 / 5 Meter Plug Boot Clear boot with PVC material Plug Housing Polycarbonate (PC) Phosphor bronze plated with 1.27um gold Plug contact blade over 2.54um nickel undercoat Insertion Life 750 Cycles Operating/Storage -20 to +60 Deg C Temperature Range Certificate by Intertek (ETL) for the 4- Connectors and 3 Connectors channel testing Channel compliance to the Cat 6A Cabling system as per the certificate ANSI/TIA 568 C.2 standards, ISO/IEC 11801 and EN 50173-1. Document to be submitted. Guaranteed Min. 500 Mhz or Higher Guaranteed Bandwidth Bandwidth Pairs in Metal Foil , Overall cable with braid Construction shield Sheath Material LSZH OD 6.1 ± 0.3 mm Patch Cords which will give guaranteed higher Performance bandwidth will be preferred (not just tested). 48 PORT ANGLED UNLOADED JACK Parameters PANEL, 1U

______Annexure-VII PAGE 186 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Type -48 Port 1U Unloaded Angled Patch Panel

-Patch panels IDC (IDC of Information Outlet) Connectivity should be at rear end & RJ-45 jack on front panel, 19" rack mountable.

-Patch panels Ports should be individually replaceable & Consistent port-to-port performance. Availability Cable management Patch Panel to be supplied with a cable support bar/kit Compatibility Patch Panel should be able to accept Cat6A, Cat6 and Cat5e information outlets for backward and forward compatibility.

Height & Color 1U (1.75”), Black Color Feature The jacks shall not have an integrated spring shutter as the shutter malfunctions and causes operational issues in panels Storage Temperature -40Deg C to +70 Deg C Range Operating -10Deg C to +60 Deg C Temperature range Color and Material Made up of Steel and should come with 4 Screws (10x32); 4 Screws (12x24); 2 Velcro Straps; 2 Rear Cable Management Bracket, 1 Cable Management Bar in the Packing Applicable RoHS complied Standards &

______Annexure-VII PAGE 187 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Environmental Programs Safety Listing ACA, Bi-national Standard Listed

Operations and Maintenance for five years Sr. Item specification Complied / No Not Complied The bidder shall propose 5 year Operation and Maintenance. The bidder should consider the below manpower for operation and maintenance:

Sl. Operation and General 1st shift 2nd Shift 3rd shift No maintenance manpower 01 Data center supervisor Yes No No No 02 Multi skilled technician - No Yes Yes Yes 1 03 Multi skilled technician - No Yes Yes Yes 1

 This is minimum indicative list of resources and based on actual requirements bidder may deploy any number of resources to meet the SLA.  AAI shall not pay any cost for additional resources deployed for compliance of SLA and completion of scope of work in due time. In case deployed manpower is not available or on leave, bidder is required to provide the replacement personnel with same or higher technical capabilities of the non-available personnel.  The bidder should submit the SLA for operation & maintenance along with technical proposal  All local labour compliances must be adhered for the O&M employees.  The bidder has to consider adequate extra manpower for rostering purpose. At any point of time the site must have 2 resources on shifts and 3 resources on general shifts. Minimum Qualification Criteria

______Annexure-VII PAGE 188 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Sl. Type of manpower Minimum qualification No 01 Site supervisor Diploma in Electrical / Electronics / Instrumentation / mechanical with 7 years of total experience with minimum 3 years of experience in managing physical infrastructure of datacenter. 02 Multi Skilled Diploma in Electrical / Electronics / Technician Instrumentation / mechanical with 3 years of total experience with minimum 1 years of experience in managing physical infrastructure of datacenter. The following are the major activities to be carried out in O&M Phase:

 Asset Management Services The Bidder shall be required to create and maintain database of all Non IT assets procured/installed in DR Site as per following details. o The database should have information like make, model, configuration details, serial numbers, licensing agreements, warranty and AMC details, place/location of installation etc. o The Bidder shall be required to record installation and removal of any equipment and inform tendering authority even if it is temporary.  Preventive Maintenance Services The Bidder in co-ordination with equipment service provider shall provide preventive maintenance services for all the equipment’s for which maintenance services are to be provided by bidder at least once in every quarter. The preventive maintenance shall include - a) Cleaning and removal of dust and dirt of the equipment with appropriate precautions. b) Conduct inspection (check for loose contacts in the cable and connections etc.), health checking of all components of the equipment’s, testing, satisfactory execution of diagnostics and necessary repairing of equipment. c) Bidder shall intimate and take due approval from AAI before carrying out preventive maintenance activity.  BMS/ DCIM Services The Bidder shall do the following activities: a) Monitoring and resolution of all alarms related to IT and Non IT equipment’s integrated with DCIM/BMS such as fire, temperature, humidity and surveillance through camera etc. and updating relevant records. b) Maintaining all logs and CCTV footage as per prevailing guidelines/policies. c) Reporting problems to the purchaser/designated agencies and supervision of repair/solution. d) Monitoring of Smoke detector, WLD, RRD, VESDA etc. e) Arranging Mock-drill as & when required / desired by the purchaser. This will includes the functionality testing of the Fire alarm System. Bidder to conduct the mock drill testing of the detectors without releasing the Fire suppression Gas. In case of release of the gas Bidder is responsible for refilling of the same.

______Annexure-VII PAGE 189 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

f) Any other relevant duty asked by the purchaser related to DCIM/BMS.

Sl No: 23 Other Items Sr. No Item specification Complied / Not Complied Any items which are not mentioned above and required for smooth functioning and security of TIER III Data center for any of the above package shall be considered under this line item. The details of such item shall be considered submitted in Technical Bid in the following format:

Sr No Item Description Qty with Specification

______Annexure-VII PAGE 190 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Annexure – VII-A Suggested Layout of DC/DR at Hyderabad

______Annexure-VII PAGE 191 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Annexure – VII-B Single Line Diagram (SLD)

______Annexure-VII PAGE 192 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Annexure – VII C

SERVICE LEVEL MANAGEMENT

Service Level Management

SERVICE LEVEL MANAGEMENT The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be provided by the SI to AAI for the duration of this contract.

The SI and AAI shall regularly review the performance of the services being provided by the SI and the effectiveness of this SLA

Note: The purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be provided by the SI to AAI for the duration of this contract. The SI and AAI shall regularly review the performance of the services being provided by the SI and the effectiveness of this SLA

Definitions For purposes of this Service Level Agreement, the definitions and terms as specified in the contract along with the following terms shall have the meanings set forth below:

"Uptime" shall mean the time period for which the specified services / components with specified technical and service standards are available to the end user departments. Uptime, in percentage, of any component can be calculated as: Uptime = {1- [(Downtime) / (Total Time – Scheduled Maintenance Time)]} * 100

“Downtime” shall mean the time period for which the specified services / components with specified technical and service standards are not available to the user departments and excludes the scheduled outages planned in advance for the Data Center “Incident” refers to any event / abnormalities in the functioning of the Data Center Equipment / specified services that may lead to disruption in normal operations of the Data Center services. “Resolution Time” shall mean the time taken in resolving (diagnosing, troubleshooting and fixing) an incident after it has been reported at the helpdesk. The resolution time shall vary based on the severity of the incident reported at the help desk. The severity would be as follows:

Critical: Incidents whose resolution shall require additional investment in components or time or shall involve coordination with OEMs. These incidents shall impact the overall functioning of the DR. For example, purchase of printer, router, software bug fixing etc. Medium: Incidents, whose resolution shall require replacement of hardware or software parts, requiring significant interruption in working of that individual component. For example, installation of operating system, replacement of switch etc. Low: Incidents whose resolution shall require changes in configuration of hardware or

______Annexure-VII PAGE 193 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” software, which will not significantly interrupt working of that component. For example, installation of printer on a client etc.

Category of SLAs

This SLA document provides for minimum level of services required as per contractual obligations based on performance indicators and measurements thereof. The SI shall ensure provisioning of all required services while monitoring the performance of the same to effectively comply with the performance levels. The services provided by the SI shall be reviewed regularly to check performance of the SI against this SLA.  Discuss escalated problems, new issues and matters still outstanding for resolution.  Review of statistics related to rectification of outstanding faults and agreed changes.  Obtain suggestions for changes to improve the service levels.

Implementation Service levels

The following measurements and targets shall be used to track and report the implementation performance on a regular basis. The targets shown in the following table are applicable for the duration of the contract. All the targets for the completion of the implementation activity are calculated on a weekly basis. Please note that the Bidder should provide comprehensive, end-to-end service to implement the DR Infrastructure, including replacement of the equipment in case of physical damage. No reason shall be entertained (unless those mentioned in Force Majeure) in case of unavailability of any service given in the scope of work in this RFP and the appropriate penalty shall be levied.

Measurement Target Severity Penalty

Civil Work 10 weeks from the Critical A Penalty as 0.5% signing of contract per week for every week delay. Subject to a maximum of 10% Penalty will be computed on the remaining milestone activity

______Annexure-VII PAGE 194 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Installation of all 10 weeks from the Critical A Penalty as 0.5% Non-IT Components signing of contract per week for every including Electrical week delay. Subject and BMS to a maximum of 10% Penalty will be computed on the remaining milestone activity

Integrated Testing 19 weeks from the Critical A Penalty as 0.5% and Final Acceptance signing of contract per week for every test ( FAT ) week delay in FAT. completed and Subject to a handing over maximum of 10% Penalty will be computed on the remaining milestone activity

Operations Service Levels

Operations after the handover is one of the most critical activities the successful bidder has to perform in the facility. Multi skilled manpower are required to operate the center according to the stated guidelines. These SLAs shall be strictly imposed and a third party audit/certification agency shall be deployed for certifying the performance of the Agency against the target performance metrics as outlined in the table below. Sr.No Measurement Parameter Target Severity Penalty 1. Power availability (UPS >=99.749% Critical No Penalty output) <99.749% to >=99% 1 % of Quarterly Bill >=98% to <99% 2 % of Quarterly Bill >=95% to <98% 3 % of Quarterly Bill <95% 5% of Quarterly Bill 2 PAC system Availability >= 99.749% Critical No Penalty including redundant units. <99.749% to >= 99 % 1 % of Quarterly Bill maintained 21°± 2° at all >=98% to <99% 2 % of Quarterly Bill times Relative humidity to >=95% to <98% 3 % of Quarterly Bill be maintained 50°± 5° at all <95% 5% of Quarterly Bill times 3 Surveillance: CCTV >= 99.749% Critical No Penalty Availability would include <99.749% to >= 99 % 1 % of Quarterly Bill DVR system availability, >=98% to <99% 2 % of Quarterly Bill availability of CCTV >=95% to <98% 3 % of Quarterly Bill recording – 180 days of <95% 5% of Quarterly Bill backup data from the present date 4 Complete BMS, system. >= 99.749% Critical No Penalty This parameter applies to <99.749% to >= 99 % 1 % of Quarterly Bill any individual component >=98% to <99% 2 % of Quarterly Bill

______Annexure-VII PAGE 195 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” of BMS system, i.e., >=95% to <98% 3 % of Quarterly Bill VESDA, Fire detection, fire <95% 5% of Quarterly Bill suppression, water leak detection, Rodent repellant etc. For any component downtime, the penalty will be applicable 5 Data Center Infrastructure >= 99.749% Critical No Penalty Management <99.749% to >= 99 % 1 % of Quarterly Bill (Measure all the >=98% to <99% 2 % of Quarterly Bill components at the end >=95% to <98% 3 % of Quarterly Bill terminal level) <95% 5% of Quarterly Bill 6 Major Civil Work including < 4 days Critical No penalty the False Flooring, False 4-8 days 0.1 % of Quarterly Ceiling, Doors & Locking, Bill for every Partitioning, Fire Proofing unresolved call of all surfaces, Furniture & > 8 days 0.2 % of Quarterly Fixtures and Painting to be Bill for every replaced within 2 days of unresolved call reporting the problem

The SI should maintain sufficient inventory to carry out civil and electrical repairs without any disruption to operations. For critical items, the Resolution time shall be mutually agreed by AAI and the SI at the time of award of contract. T shall be the agreed Resolution ( All aspects of the Physical Data Center) 7 Minor Civil works < 4 days LOW No penalty 4 -8 days 0.1 % of Quarterly Bill for every unresolved call >8 days 0.2 % of Quarterly Bill for every unresolved call

______Annexure-VII PAGE 196 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Operation and maintenance manpower

The bidder shall propose 5 year Operation and Maintenance. The bidder should consider the below manpower for operation and maintenance, Sl. Operation and maintenance General 1st 2nd 3rd No manpower shift Shift shift 01 Data center supervisor Yes No No No 02 Multi skilled technician -1 No Yes Yes Yes 03 Multi skilled technician -1 No Yes Yes Yes

i. This is minimum indicative list of resources and based on actual requirements bidder may deploy any number of resources to meet the SLA. . AAI shall not pay any cost for additional resources deployed for compliance of SLA and completion of scope of work in due time. In case deployed manpower is not available or on leave, bidder is required to provide the replacement personnel with same or higher technical capabilities of the non-available personnel. . The bidder should submit the SLA for operation & maintenance along with technical proposal . All local labour compliances must be adhered for the O&M employees. . The bidder has to consider adequate extra manpower for rostering purpose. At any point of time the site must have 2 resources on shifts and 3 resources on general shifts. Minimum Qualification Criteria

Sl. Type of manpower Minimum qualification No 01 Site supervisor Diploma in Electrical/Electronics/Instrumentation/mechanical with 7 years of total experience with minimum 3 years of experience in managing physical infrastructure of datacenter. 02 Multi Skilled Diploma in Technician Electrical/Electronics/Instrumentation/mechanical with 3 years of total experience with minimum 1 years of experience in managing physical infrastructure of datacenter.

______Annexure-VII PAGE 197 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Annexure VII D

Factory Acceptance List

The tentative list of items for which Factory Acceptance test may be carry out:

1. DG Set 2. UPS 3. Video Wall 4. DCIM

The above list may vary based on the request of AAI.

______Annexure-VII PAGE 198 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Annexure-VIII Sl.No. Details of the Vendor Firm/ Company 1 Name of the Company: 2 Name of the Directors as per MoA: 3 Name of the Authorized signatory: 4 Email Address: 5 Phone/Fax: 6 Email Address for correspondence: 7 Detail of EMD Name of the Amount Whether Scanned EMD Copy Bank submitted on portal

8 Turn Over of the company FY-2017 FY-2016 FY-2015 Annualized for last three years 9 GST No. 10 PAN 11 Date of Incorporation of the Company as per MoA ( Copy Attached /Uploaded) 12 Proof of Execution of Name of the Po ref. with PO Amt. Remarks works work date 12.1 Similar Work Experience 1 12.2 Similar Work Experience 2 12.3 Similar Work Experience 3 13 Date of completion of Name & Address Contact Email Address Certificates of the above Desig. Of number said works Signatory 13.1 Similar Work Experience 1 13.2 Similar Work Experience 2 13.3 Similar Work Experience 3 14 Tender Specific Product OEM with Name of Contact Authorization letters Address Signatory Number with from OEM’s as per Email Address tender requirement 14.1 15 Power of Attorney ( Yes or No Stamp Paper of Rs 100/- ) in favor of signatory ( attached) 16 Acceptance letter as per Yes or No Annexure-I (Attached/Uploaded) 17 List of Client references Yes or No Attached /Uploaded

______Annexure-VIII PAGE 199 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______Annexure-VIII PAGE 200 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

______Annexure-IX PAGE 201 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

Annexure-IX

INTEGRITY PACT

PRE CONTRACT INTEGRITY PACT This Pact made this ……..day of …… between Airports Authority of India, a body corporate constituted by the Central Government under the Airports Authority of India Act,1994 and having its Corporate Office at Rajiv Gandhi Bhawan, New Delhi, and offices at ………….in India, hereinafter called the Authority ( which term shall unless excluded by or is repugnant to the context, be deemed to include its Chairman, or Member, Executive Directors, Airport Directors ,officers. Or any of them specified by the Chairman in this behalf, and shall also include its successors and assigns) of the one part AND ……represented by ……… of the other part, hereinafter called the “ Bidder/Contractor “ ( which term shall unless excluded by or is repugnant to the context be deemed to include its heirs, representatives, successors and assigns of the Bidder/ Contractor) WHEREAS the Authority intends to award, under laid down organizational procedures, tender/ contract for …………………. The Authority, while discharging its functions on business principles, values proper compliance with all relevant laws and regulations, and the principles of natural justice, ethics, equity, fairness and transparency in its relations with the Bidders/ Contractors. WHEREAS the Authority is desirous to make its business mechanism more transparent, thus to ensure strict adherence of the aforesaid objectives/goals, the Authority hereby adopts the instrument developed by the renowned international non‐governmental organization “ Transparency International” (T I) headquartered in Berlin (Germany). The Authority will appoint an Independent External Monitor (IEM) who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. AND WHEREAS the Bidder is submitting a tender to the Authority for ……………………. In response to the NIT (Notice Inviting Tender) dated ……… Contractor is signing the contract for execution of …… NOW, therefore, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to Enabling the Authority to obtain the desired said stores/equipment/execution of works at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling Authority to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the Authority will commit to prevent corruption, in any

______Annexure-IX PAGE 202 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: 1. Commitments of the Authority; 1.1 The Authority undertakes that no official of the Authority, connected directly or indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, bid evaluation, contracting or implementation process related to the contract. 1.2 The Authority will, during the pre‐contact stage, treat all BIDDERs alike, and will provide to all BIDDERs the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERs. 1.3 All the officials of the Authority will report to the appropriate authority office any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach. 2.0 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the Authority with full and verifiable facts and the same is prima facie found to be correct by the Authority, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the Authority and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the Authority the proceedings under the contract would not be stalled. 3. Commitments of Bidders/Contractor. The Bidder/Contractor commits itself to take all measures necessary to prevent corrupt practice, unfair means and illegal activities during any stage of its bid or during any pre‐contract or post‐contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:‐ 3.1 The Bidder/Contractor will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Authority, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract. 3.2 (i) The Bidder/Contactor further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Authority or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Authority for showing or forbearing to show favour or 203isfavor to any person in relation to the contract or any other contract with the Authority.

______Annexure-IX PAGE 203 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 3.2 (ii) The Bidder /Contactor has not entered and will not enter with other bidders into any undisclosed agreement or understanding ,whether formal or informal. This applies in particular to prices, specification, certifications, subsidiary contracts, submission or non‐submission of bids or any actions to restrict competitiveness or to introduce cartelization in the bidding process. 3.3 The Bidder/Contractor shall, when presenting his bid, disclose the name and address of agents and representatives and Indian BIDDERs shall disclose their foreign principals or associates. a) The Bidder/Contactor shall when presenting his bid disclose any and all the payments he has made or, is committed to or intends to make to agents/brokers or any other intermediary, in connection with this bid/contract. 3.5 The Bidder/Contractor further confirms and declares to the Authority that the BIDDER is the original manufacturer/integrator/ authorized government sponsored export entity of the stores and has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the Authority or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation. 3.6 The Bidder/Contractor, either while presenting the bid or during pre‐contract negotiations or before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the Authority or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments. 3.7 The Bidder/Contractor will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of the contract. 3.8 The Bidder/Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. 3.9 The Bidder / Contactor shall not use improperly, for purposes of competition or personal gain ,or pass on to others, any information provided by the Authority as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The Bidder / Contractor also undertakes to exercise due and adequate care lest any such information is divulged. 3.10 The Bidder/Contractor will inform to the Independent External Monitor. i) If he receives demand for an illegal/undue payment/benefit. ii) If he comes to know of any unethical or illegal payment/benefit. iii) If he makes any payment to any Authority’s associate(s) 3.11 The Bidder/Contactor commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 3.12 The Bidder/Contactor shall not instigate or cause to instigate any third person to commit any of

______Annexure-IX PAGE 204 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” the actions mentioned above. 3.13 If the Bidder/Contractor or any employee of the Bidder/Contractor or any person acting on behalf of the Bidder/ Contractor, either directly or indirectly, is a relative of any of the officers of the Authority, or alternatively, if any relative of an officer of the Authority has financial interest/stake in the Bidder’s/Contractor’s firm, the same shall be disclosed by the Bidder/Contractor at the time filing of tender. The term ‘relative’ for this purpose would be as defined in Section 6 of the Companies Act 1956. 3.14 The Bidder/Contractor shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the Authority. 3.15 That if the Bidder/ Contractor, during tender process or before the award of the contract or during execution of the contract/work has committed a transgression in violation of section 2 or in any other form such as to put his reliability or credibility as Bidder/Contractor into question, the Authority is entitled to disqualify him from the tender process or to terminate the contract for such reason and to debar the BIDDER from participating in future bidding processes. 4. Previous Transgression 4.1 The Bidder/Contractor declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in India that could justify Bidder’s exclusion from the tender process. 4.2 The Bidder/Contractor agrees that if it makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason and he may be considered for debarment for future tender/contract processes. 4.3 That the Bidder/Contractor undertakes to get this Pact signed by the subcontractor ( s) and associate(s) whose value of the work contribution exceeds Rs .5 Crores.(Rupees zero point five Crores.) and to submit the same to the Authority along-with the tender document/ contract before contract signing. 4.4. That sub-contractor(s)/ associate(s) engaged by the Contractor, with the approval of the Authority after signing of the contract, and whose value of the work contribution exceeds Rs 0.5 Crs. (Rupees Zero point five Crs.) will be required to sign this Pact by the Contractor, and the same will be submitted to the Authority before doing/ performing any act/ function by such subcontractor( s)/ associate(s) in relation to the contract/ work. 4.5 That the Authority will disqualify from the tender process all Bidder(s) who do not sign this Pact or violate its provisions or fails to get this Pact signed in terms of section 4.3 or 4.4 above. 4.6 That if the Contractor(s) does/ do not sign this Pact or violate its provisions or fails to get this Pact signed in terms of Section 4.3 or 4.4 above. Authority will terminate the contract and initiate appropriate action against such Contractor(s). 5. Earnest Money ,Security Deposit , Bank gurantee, Draft ,Pay order or any other mode and its validity i/c Warranty Period, Performance gurantee/Bond.

______Annexure-IX PAGE 205 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” While submitting bid ,the BIDDER shall deposit an EMD/SD/BG/DRAFT/PAY ORDER ETC I/C WARRANTY PERIOD,PG/BOND, VALIDITY ETC , which is as per terms and conditions and details given in NIT / tender documents sold to the Bidders. 6. Sanctions for Violations/Disqualification from tender process and exclusion from future Contacts. 6.1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the Authority to take all or any one of the following actions, wherever required:‐ (i) To immediately call off the pre contract negotiations without assigning any reason or giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue. (ii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER. (iii) If the Authority has disqualified / debarred the Bidder from the tender process prior to the award under section 2 or 3 or 4, the Authority is entitled to forfeit the earnest money deposited/bid security. (iv) To recover all sums already paid by the Authority, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the Authority in connection with any other contract or any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. (v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest. (vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the Authority resulting from such cancellation/rescission and the Authority shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER. (vii) To debar the BIDDER from participating in future bidding processes for a minimum period of three years, which may be further extended at the discretion of the Authority. b) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent or broker with a view to securing the contract. (ix) In case where irrevocable Letters of Credit have been received in respect of any contact signed by the Authority with the BIDDER, the same shall not be opened. (x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact. (xi) That if the Authority have terminated the contract under section 2 or 3 or 4 or if the Authority is entitled to terminate the contract under section 2 or 3 or 4, the Authority shall be entitled to demand and recover from the contractor damages equivalent to 5% of the contract value or the amount equivalent to security deposit or performance bank guarantee, whichever is higher. (xii) That the Bidder / Contractor agrees and undertakes to pay the said amount without protest or demur subject only to condition that if the Bidder/Contractor can prove and establish to the satisfaction

______Annexure-IX PAGE 206 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” of the Authority that the disqualification / debarment of the bidder from the tender process or the termination of the contract after award of the contract has caused no damage to the Authority. 6.2 The Authority will be entitled to take all or any of the actions mentioned at para 6.1(i) to (xii) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption. 6.3 That if the Bidder/Contractor applies to the Authority for premature revocation of the debarment and proves to the satisfaction of the Authority that he has installed a suitable and effective corruption prevention system and also restored/recouped the damage, if any, caused by him, the Authority may, if thinks fit, revoke the debarment prematurely considering the facts and circumstances of the case, and the documents/evidence adduced by the Bidder/Contractor for first time default. 6.4 That a transgression is considered to have occurred if the Authority is fully satisfied with the available documents and evidence submitted alongwith Independent External Monitor’s recommendations/suggestions that no reasonable doubt is m possible in the matter. 6.5 The decision of the Authority to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the Independent External Monitor(s) appointed for the purpose of this Pact. c) Allegations against Bidders/Contractors/ Sub‐Contractors/ Associates: That if the Authority receives any information of conduct of a Bidder/ Contractor or Sub-Contractor or of an employee or a representative or anAssociates of a Bidder, Contractor or Sub- Contractor which constitute corruption, or if the Authority has substantive suspicion in this regard, the Authority will inform the Vigilance Department for appropriate action. 8. Independent External Monitor(s), 8.1. That the Authority has appointed competent and credible Independent External Monitor(s) for this Pact. 8.2 The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact. He will also enquire into any complaint alleging transgression of any provision of this Pact made by the Bidder, Contractor or Authority. 8.3. That the Monitor is not subject to any instructions by the representatives of the parties and would perform his functions neutrally and independently. He will report to the Chairperson of the Board of the Authority. 8.4 That the Bidder / Contractor accepts that the Monitor has the right to access without restriction to all project documentation of the Authority including that provided by the Bidder/Contractor. The Bidder/Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation including minutes of meeting. The same is applicable to Sub – Contractors and Associates. The Monitor is under obligation to treat the

______Annexure-IX PAGE 207 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” information and documents of the Authority and Bidder/ Contractor / Sub- Contractors/ Associates with confidentiality. 8.5. That as soon as the Monitor notices, or believes to notice, a violation of this Pact, he will so inform the management of the Authority and request the management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit his recommendations/ suggestions. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. 8.6 That the Authority will provide to the Monitor sufficient information about all meetings among the parties related to the project provided such meetings could have an impact on the contractual relations between the Authority and the Contractor / Bidder. The parties offer to the Monitor the option to participate in such meetings. 8.7 That the Monitor will submit a written report to the Chairperson of the Board of the Authority within 2 weeks from the date of reference or intimation to him by the Authority and, should the occasion arise, submit proposals for correcting problematic situations. 8.8 That if the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti- Corruption Laws of India and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Department, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. 8.9 The word ‘Monitor’ would include singular and plural. 9. Facilitation of Investigation. In case of any allegation of violation of any provisions of this Pact or payment of commission, the Authority or its agencies shall entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such Examination. d) Law and Place of Jurisdiction. That this Pact is subject to Indian Law. The place of performance and jurisdiction is the Corporate Headquarter /the Regional Headquarter / office of the Authority, as applicable. 11. Other Legal Actions 11.1 That the changes and supplements as well as termination notices need to be made in writing. 11.2 That if the Bidder / Contractor is a partnership or a consortium, this Pact must be signed by all the partners and consortium members or their authorized representatives. 12. Pact duration (Validity) 12.1 That this Pact comes into force when both the parties have signed it. It expires for the Contractor 12 months after the final payment under the respective contract, and for all other Bidders 3 months after the contract is awarded. 12.2. That if any claim is made / lodged during this period, the same shall be binding and continue to

______Annexure-IX PAGE 208 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” be valid despite the lapse of this Pact as specified herein before, unless it is discharged/determined by Chairman of the Authority. 12.3 That should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions. 13. Company Code of Conduct Bidders are also advised to have a company code of conduct (clearly rejecting the use of brides and other unethical behavior) and a compliance program for the implementation of the code of conduct throughout the company. 14. The parties hereby sign this Integrity Pact at ______on ______Buyer BIDDER Name of the Officer CHIEF EXECUTIVE OFFICER Designation Deptt./Ministry/PSU Witness Witness 1.______1.______

e) ______f) ______

______Annexure-IX PAGE 209 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE‐ X PROFORMA FOR UNDERTAKING [TO BE SUBMITTED WITH PRE-QUALIFICATION BID]

To, Executive Director (IT) Airports Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi 110003.

Name of Work: - “Name of the work as given in Schedule-A Sr. No. 1” Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”

Sub: Undertaking

Sir, In compliance with the tender requirement for the above‐referred work: 1. I/We undertake that, our firm or any of our firm’s Partners or Directors have not been blacklisted and no case is pending and no complaint regarding irregularities is pending, in India or abroad, by any global international body like World Bank/International Monetary Fund/World Health Organization, etc. or any Indian State/Central Governments Departments or Public Sector Undertaking of India. 2. I/We undertake that, our firm possess the required tools, plants, skilled manpower, etc. required for execution of work as per scope of the tender. I/We also undertake that no part of the scope of work shall be sublet or outsourced to any third party without written consent from AAI. 3. I/We undertake that, our firm or its Partners or its Directors or Sole Proprietor do not have any outstanding dues payable to the Airports Authority of India. 4. I/We undertake that, the complete responsibility to carry out the works and their completion as per scope of the tender, shall be of our firm only. 5. I/We undertake that, our firm or our subsidiary firm or our parent firm has not submitted Alternate or partial bid(s). Dated:

Signature of the authorized signatory Name ______Email ______Stamp______

______Annexure-X PAGE 210 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE-XI

POWER OF ATTORNEY FORMAT FOR THE AUTHORIZED PERSON(S)

(Bidder shall submit irrevocable power of attorney on a non‐judicial stamp paper of Rs.100/‐ Signed by authorized signatory as per Memorandum of Articles authorizing the persons, who are Signing this bid on behalf of the company)

BY THIS POWER OF ATTORNEY executed on ______we ______a Company incorporated under the Provisions of companies Act, 1956 having its Registered Office at ______(hereinafter referred to as the “Company”) do hereby severally appoint, constitute and nominate ______official(s) of the Company, so long as they are in the employment of the Company (hereinafter referred to as the “Attorneys”) to sign agreement and documents with regard Bid No. ______due on ______invited by Airports Authority of India, Rajiv Gandhi Bhawan, Safdarjung Airport, New Delhi – 110 003 for “Establishment of Non-IT infrastructure for Disaster Recovery (DR) Site at Hyderabad” and to do all other acts, deeds and things the said Attorneys may consider expedient to enforce and secure fulfilment of any such agreement in the name and on behalf of the Company AND THE COMPANY hereby agrees to ratify and confirm all acts, deeds and things the said Attorneys shall lawfully do by virtue of these authorities hereby conferred.

IN WITNESS WHEREOF, this deed has been signed and delivered on the day, month and year first above written by Mr. ______Authorized Signatory, duly authorized by the Board of Directors of the Company vide it’s resolution passed in this regard.

By order of the Board For ______( ______)

Authorized Signatory

Witness: 1. 2.

Attorney Signature of Mr. ______‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

Attorney Signature of Mr. ______‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐

(Attested)

( ______) Authorized Signatory

______Annexure-XI PAGE 211 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

ANNEXURE-XII

DETAILS OF STATUTORY TAXES

SN Sl.No. of Item GST GST Any Other Tax Any Other item as Description (percent) (percent) – 1 Tax – 2 per In figure In words (percent) (percent) Schedule In figure In figure – B

______Annexure-XII PAGE 212 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” SCHEDULE-A

ADDEMDUM TO THE TENDER DOCUMENT

Name of Work: - Procurement of “Name of the work as given in Schedule-A Sr. No. 1” Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”

Note: To be read in conjunction with the Terms & conditions (Section-I, Section-II, Section-III & Section-IV of the Tender against the sections referred below.

Sr. Section Para No. Sub-Para Text to be read as No. No. 1. II 6, 11 6.1.1, 6.1.2, “Tender Name: Establishment of Non-IT 11.1 Infrastructure for Disaster Recovery (DR) Site III 1 1.1 at Hyderabad”

Annexure I,III,IV,V&VII 2. Annexure I,III,IV,V&VII AAI/CHQ/ITD/DR NON-IT/2018-19 CPP Portal Tender ID – 2018_AAI_ 19568_1

3. III 5 5.1 g) Rs. 40,23,124/- h) Rupees Forty Lakhs Twenty Three Thousand One Hundred and Twenty Four Only 4. IV 2 2.1 “Five” Months 5. IV 5 5.1 a) “Five Years Warranty” or b) “Unless specified otherwise in Tender Specifications”

6. IV 7 7.5 “NIL”

Manager (IT)

______Schecule-A PAGE 213 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

PAGE LEFT BLANK

______Schecule-A PAGE 214 of 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19

Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad”

SCHEDULE-B

PRICE SCHDULE

Name of Work: - Procurement of “Name of the work as given in Schedule-A Sr. No. 1” Tender No.: “Tender No. as given in Schedule-A Sr. No. 2”

Unit Price (inclusive Total Sr No Description UOM Qty of all Amount taxes) A B C D E F = D * E 1.00 Flooring Vitrified Tiles flooring: Providing and laying Vitrified tiles in different sizes (thickness to be specified by the manufacturer), with water absorption less than 0.08% and conforming to IS: 15622, of approved brand & manufacturer, SQR 1.01 in all colours and shade, in skirting, riser of steps, laid with cement based high 100 MTR polymer modified quick set tile adhesive (water based) conforming to IS: 15477, in average 6 mm thickness, including grouting of joints (Payment for grouting of joints to be made separately .Size of Tile 600x600 mm Grouting the joints of flooring tiles having joints of 3 mm width, using epoxy grout mix of 0.70 kg of organic coated filler of desired shade (0.10 kg of SQR 1.02 100 hardener and 0.20 kg of resin per kg), including filling / grouting and finishing MTR complete as per direction of Engineer-in-charge.Size of Tile 600x600 mm Carpet Flooring:Providing and laying of Carpet Tile over NOC area, Cabins reception area. The floor which recieves the carpet to be thourougly cleaned as per manufacturer's specification. The carpet is to be laid over a bed of SQR 1.03 10 manufacturer's approved adhesive spread evenly over the entire floor. The MTR rate shall include cutting, trimming, fixing and clearing away of residual material to a location as directed.

Schedule-B PAGE 215 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Raise Flooring: Providing and fixing Access Floor panel of 600x600x32 mm medium grade Filled Steel anti static high pressure Lamination of 800H grade (FS800H). Access Floor panel shall be steel welded construction with an enclosed bottom pan with uniform pattern of 64 hemispherical cones. The top and bottom plates of Steel Gauges: top 0.6 mm and bottom 0.7 mm fused spot welded together (minimum 64 welds in each dome and 20 welds along each flange). The panel should be corrosion resistant epoxy coated for lifetime rust protection and cavity formed by the top and bottom plate is filled with Pyrogrip noncombustible Portland cementitious core mixed with lightweight foaming SQR 1.04 compound. The access floor shall be factory finished with Anti-static High 280 MTR Pressure laminate with Non Warp technology upto 1mm thickness for superior adhesion and Surface flatness within 0.75mm.The panel is to withstand a Concentrated Load of 363 kgs applied on area 25mm x 25mm without collapse in the centre of the panel which is placed on four steel blocks. The panel will withstand and Uniformly Distributed Load (UDL) minimum 1250 kg/sqm and, an impact load of 50kg all complete as per the approved manufacturers specification and as per the direction of Engineer-in-charge. All specification must be printed on the side of the panel to ensure the quality of the product. 300 mm Finished Floor Height (FFH) 2.00 PARTITIONS GYPSUM PARTITIONS: 100mm GYPSUM board partition with two layerf of 12.5 mm thick Gypsum Board on each side of the frame- screw fixed with drywall screws of 25mm & 35mm at 300mm centres to either side of 48mm. Stud (0.5mm thick having one flange of 34mm and another flange of 36mm made of GI Steel) placed at 610mm c/c in 50mm floor and ceiling channel (0.5mm thick have equal flanges of 32mm made of GI steel) anchored to the SQR 2.01 floor & true ceiling using suitable anchor fasteners or metal screws with Pvc 288 MTR plugs. The boards are to be fixed to the framework with joints staggered to avoid leakage through joints . Rate to include making provisions in panels, grooves and finishing the same to fix soft board (0.45x1.8m) and whiteboard (1.2mx3.2m) fixed flush on the partition. Note soft board and whiteboards will be paid for separately. Rate also to include making openings for glass panels, ducts, services and doors by providing concealed frames on all sides,

Schedule-B PAGE 216 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” framework above false ceiling and any other provisions reqd. to facilitate the same, all hardware etc. all complete. 75 mm overall thickness partition with 12.5 mm thick double skin fire rated board conforming to IS: 2095: part I

Fire Rated Glass partitions: Providing and fixing non load bearing fixed frame for fire resistant glazed Partition of 120 min Fire Rating, made out to a profile of dimension 60mm x 70 mm of 1.6 mm thick galvanised steel sheet as per test evidence suitable for fixing fire rated glass for 120 min of both integrity & radiation control (EW120) & minimum 15 min of insulation (EI15).The profile 2.02 has to be fixed to the supporting construction by means of anchor fasteners MTR 12 of size M10 x 80, every 150 mm from the edges and every 500 mm (approx) c/c. Linear meaurement of frame shall be measured for payment. The frame shall be filled with mineral wool insulation of density min 96kg/ m³. and finished with a approved fire resistant primer or Powder coating of not less than 30 micron in desired shade as per the directions of Engineer - in- charge Providing and fixing glazing in fire resistant door shutters, fixed panels & partitions etc., with G.I. beading made out of 1.6 mm thick G.I. sheet (zinc coating not less than 120 gm/m²) of size 20 x 33 mm screwed with M4 x 38 mm SS screws at distance 75 mm from the edges and 150 mm c/c , including applying a coat of approved fire resistant primer/powder coating of not less than 30 micron on G.I. beading, & SQR 2.03 special ceramic tape of 5 x 20 mm size etc complete in all respect as per 4 MTR direction of Engineer-in-charge. The glass shall be clear, toughened, interlayered, non-wired fire resistant having 11 mm thickness of approved brand with 120 minutes of fire resistance both integrity & radiation control (EW120) and minimum 15 min of insulation (EI15) and having a sound reduction of 37dB and LT of 86%. Glass shall be compliant to class 2(B)2 category of Impact Resistance as per EN 12600. The glass should be

Schedule-B PAGE 217 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” manufactured in UL & TUV audited Facility and including UL-EU Certification.The maximum glazing size cannot be more than 1100 mm x 2200 mm (w x h) or 2.42 sq mts in total area. The test report for the complete system (Glazed Door or Partition) will be considered valid only if it contains the stamp and signature of the authorized signatory from the glass manufacturer. (Actual glass size is to be measured at site for payments). TOUGHENED GLASS PARTITION : Providing and fixing 12mm frameless self standing toughened glass of required height and length with mirror polished edges, fixed as per specified layout with patch fittings fixed as and where requried, specially or4dered stainless steel patch fittings as legs, tees, junctions, angles, glass to glass connectors, wall to glass connectors, L angle SQR 2.04 100 connectors, 2 way glass connectors with SS patti with double sided bolt MTR including all Stainless steel bolts with nuts etc. used as and where required as per layout plan, glass to be of required length with proper support with all gap filled with silicon sealantglass to have holes/ cut outs to accommodate patch fittings, all complete as per entire satisfaction of Engineer-in-charge. 3.00 FALSE CEILING Modular False Ceiling: Providing and fixing mineral fibre false ceiling tiles at all heights of size 595X595mm of approved texture, design and pattern. The tiles should have Humidity Resistance (RH) of 99%, Light Reflectance ?85%, Thermal Conductivity k = 0.052 - 0.057 w/m K, Fire Performance as per (BS 476 pt – 6 &7)in true horizontal level suspended on interlocking T-Grid of hot dipped all round galvanized iron section of 0.33 mm thick (galvanized @120 gsm ) comprising of main T runners of 15x32 mm of length 3000 mm, cross T SQR 3.01 of size 15x32mm of length 1200 mm and secondary intermediate cross T of 397 MTR size 15x32 mm of length 600 mm to form grid module of size 600x600 mm suspended from ceiling using galvanized mild steel item (galvanised@80gsm) 50 mm long 8mm outer diameter M-6 dash fasteners, 6 mm diameter fully threaded hanger rod up to 1000 mm length and L-shape level adjuster of size 85x25x2 mm, spaced at 1200 mm centre to centre along main ‘T’. The system should rest on periphery walls /partitions with the help of GI perimeter wall angle of size24x24X3000 mm made of 0.40 mm thick sheet, to be fixed to the

Schedule-B PAGE 218 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” wall with help of plastic rawl plug at 450 mm centre to centre & 40 mm long dry wall S.S. screws. The exposed bottom portion of all T-sections used in false ceiling support system shall be pre-painted with polyester baked paint, for all heights. The work shall be carried out as per specifications, drawings and as per directions of the engineer-in-charge

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 SQR 3.02 100 mm centre to centre, shall be fixed in a direction perpendicular to G.I. MTR intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable

Schedule-B PAGE 219 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” for board, all as per manufacturer's specification and also including the cost of making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but excluding the cost of painting with : 12.5 mm thick tapered edge gypsum fire resistant board conforming to IS: 2095- Part I

FIRE RATED DOORS :Providing and fixing single or double steel door shutters with 45mm thk flush design shutter comprising of two outer sheets of 18 gauge steel sheets rigidly connected and reinforced inside with continuous vertical 20 gauge stiffeners, spot welded in position at 4.00 not more than 150mm on centres including void filled with mineral wool (density as per specification), all fittings, mortice lock with handle on both sides, tower bolt, stopper, aldrop, shop and final painting etc all complete. Each door to have 300mm x 200mm vision panel fitted with wired fire rated glass 4.01 (1200mm + 300 mm) x 2400 mm unequal double Leaf door Sqr Mtr 18 4.02 900 mm x 2400 mm single Leaf door with panic bar Sqr Mtr 6 Providing and fixing glazing in fire resistant door shutters, fixed panels & partitions etc., with G.I. beading made out of 1.6 mm thick G.I. sheet (zinc coating not less than 120 gm/m²) of size 20 x 33 mm screwed with M4 x 38 mm SS screws at distance 75 mm from the edges and 150 mm c/c , including applying a coat of approved fire resistant primer/powder coating of not less than 30 micron on G.I. beading, & special ceramic tape of 5 x 20 mm size etc complete in all respect as per direction of Engineer-in-charge. The glass shall 4.03 metre 24 be clear, toughened, interlayered, non-wired fire resistant having 11 mm thickness of approved brand with 120 minutes of fire resistance both integrity & radiation control (EW120) and minimum 15 min of insulation (EI15) and having a sound reduction of 37dB and LT of 86%. Glass shall be compliant to class 2(B)2 category of Impact Resistance as per EN 12600. The glass should be manufactured in UL & TUV audited Facility and including UL-EU ertification.The maximum glazing size cannot be more than 1100 mm x 2200

Schedule-B PAGE 220 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” mm (w x h) or 2.42 sq mts in total area. The test report for the complete system (Glazed Door or Partition) will be considered valid only if it contains the stamp and signature of the authorized signatory from the glass manufacturer. (Actual glass size is to be measured at site for payments).

Providing and fixing panic bar / latch (Double point) fitted with a single body, Trim Latch & Lock on back side of the Panic Latch of reputed brand and 4.04 each 3 manufacture to be approved by the Engineer- in- charge, all complete. 5.00 Glass Door Providing and fixing 12 mm thick frameless toughened glass door shutter of approved brand and manufacture, including providing and fixing top & bottom 5.01 NOS 7 pivot & spring type fixing arrangement and making necessary holes etc. for fixing required door fittings, all complete as per direction of Engineer-incharge 6.00 PAINTING and POP Providing and applying white cement based putty of average thickness 1 mm, SQR 6.01 of approved brand and manufacturer, over the plastered wall surface to 720 MTR prepare the surface even and smooth complete. Wall painting with acrylic emulsion paint, having VOC (Volatile Organic Compound ) content less than 50 grams/ litre, of approved brand and SQR 6.02 720 manufacture, including applying additional coats wherever required, to MTR achieve even shade and colour. Two coats Providing and applying two coats of fire retardant paint on cleaned wood / ply SQR 6.03 surface @ 3.5 sqm per litre per coat including preparation of base surface as 319 MTR per recommendations of manufacturer to make the surface fire retardant. 7.00 BLINDS BLINDS: Twilight Series Blinds are available in Wide selection of colors and comes in band width 12 cm and is made up of 100% polyster, It comes in width of 250 - 280 cm, weight (opaque par) - 268 g/sqm ( + - 5% ) , weight ( SQR 7.01 mesh part ) - 31.7g/smtr (+ - 5%) , thickness - 0.60 - 0.65 mm ( opaue part ), 125 MTR UV Blockage - 99% , solar tranmittance - 0.7%, Tensile strength -Opaque - 291daN/5cm, Mesh - 206 daN/5cm,Colorfastness to light - above 4.5 grade. Twilight Blind tube is made of Aluminum with a diameter of 36mm, botom rail

Schedule-B PAGE 221 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” is made of Aluminum with powder coated having weight 390 gm/meter fitted with end caps in colour matching to the fabric and mechanism is of plastic with chain and metal bracket. The Blinds comes with Aluminum cover with the matching fabric designed on it. - Approved Make Deck,VISTA or equivalent

Provision of Motor in blind of following specifications: Motors DIA 34.75 mm, Torque(NM) - 6 NM , Speed (rpm) - 28 RPM (Radio motors), Voltage - 220 7.02 V, Power consumption (W) - 155 W, Frequency - 50 HZ, Lifting capacity 15 EACH 1 KG, Average running noise(dbA) - less than 35 db .These motors can only operate on remote. 8.00 FURNITURE 8.01 Technical Workstations for NOC Area of Pyrotech - INFI or equivalent NOS 9 Providing and fixing of 750mm high Powder coated steel cabinets with SQR 8.02 6 shelves, locks, handles etc. of Godrej - vertical filing cabinets or equivalent MTR P/F of Fully upholstered chairs . Synchro tilt mechanism. Pneumatic height adjustable gas lift mechanism. Twin wheeled nylon 5 prong castors. Height adjustable arms with 360 degree rotation. Adjustable tilt tension with four stage back-lock. Adjustable backrest height. Sliding seat pan. Medium back / 8.03 NOS 9 High Back. Forward tilt. Soft arm caps. Foam density - 50 Kg/cu-m with hardness of 20Kg +/- 2 Kg at 25% compression. Fabric upholstered with fire retardant coating for fabric (Grade A - Fabric) of Herman miller - aeron or equivalent Supply of three seater sofa with fabric outer layout of Godrej Midas or 8.04 NOS 3 equivalent as per technical specification

Schedule-B PAGE 222 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Providing and placing in position laminated working table of required size: a) Working top to be made in 18mm thick commercial board having single boards pasted upon another board orf depth 150mm at all sides (except rear side) to make it thick upto 36mm. b) Vertical support shall be 18mm thick Commercial board for supporting working top. SQR 8.05 c) 1mm laminate shall be fixed on work top (top surface), vertical sides (both 8 MTR faces) d) 0.65mm balancing laminate on underside of table. e) Top to be fixed with 40x6mm teak margin on front, verticle side to have 20x6 teak margin on front cut out for cables etc. to be provided whenever required. The item shall be as per direction and satisfaction of Project-in- charge. Supply of glass top Centre table mounted on teak wood polished frame of 8.06 NOS 3 Godrej - PISA make or equivalent High back chair with armrest and comfort cushion of Godrej - La Sede or 8.07 NOS 4 equivalent 8.08 Workstation chair of Godrej - EII 5002T or equivalent as per specification NOS 7 Visitor chair in Cabin as per specification - 3 seater set of Godrej Premeum 8.09 NOS 2 lounge or equivalent 8.10 Reception table of Godrej - First impression or equivalent as per specification NOS 1 8.11 Reception chair of Godrej Marvel or equivalent as per specification NOS 1 File cabinet of 4 horizontal shelves of Godrej - vertical filing cabinets or 8.12 NOS 4 equivalent for cabins 8.13 Manager table of Godrej Enterprise or equivalent as per specifcation NOS 4 9.00 Miscellaneous items Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL anti- termite treatment (excluding the cost of chemical emulsion) :Treatment of soil under existing floors using chemical emulsion @ one litre per hole, 300 mm SQR 9.01 400 apart including drilling 12 mm diameter holes and plugging with cement mortar MTR 1 :2 (1 cement : 2 Coarse sand) to match the existing floor: With Chlorpyriphos/Lindane E.C. 20% with 1% concentration

Schedule-B PAGE 223 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Supplying chemical emulsion in sealed containers including delivery as 9.02 LITRE 2 specified. Chlorpyriphos/ Lindane emulsifiable concentrate of 20% Providing 2 nos. Tile puller with suction cup, wooden door ramp of required 9.03 size and height, wooden steps of required dimensions as per direction of JOB 1 Project-in-charge (Unitile). Thermal Insulation:Supply, Installation, Testing & Commissioning of SQR 10.00 Thermal Insulation: Supply & fixing of thermal insulation above ceiling with 400 MTR 19mm thick XLPE/Nitrile rubber. MAIN LT PANEL : Design, fabrication, assembly, wiring, supplying, installation, testing and commissioning of front operated cubicle type compartmentalised front access free standing, dust and vermin proof (IP 20 ingress protection) switchboards suitable for use at 400 volts +/-10%, 3 phase 4 wire 50 Hertz system suitable for fault level of required value symmetrical at 400 volts +/-10%, fabricated from 2 mm thick CRCA MS sheets with hinged, gasketted (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel/T/flat sections including 3 mm thick gland plates on top and bottom and including lifting hooks and GI earth strip of required size with 2 nos earthing terminals and powder coated paint finish of approved shade over metal surface cleaned and treated with seven tank process complete with interconnections etc as per specifications, as required 11.00 and as below. MCCB and MCB operation at 415V AC, and the insulation need to be at 690V AC, all Panels shall be duly metal labled with schematic diagarm and Danger marks.Complete as required. All Panel/Switchboards shall have provision for entry of cables from the top and bottom as required. All live accessible parts shall be shrouded and all equipments shall be finger touch proof. The Busbars insulation shall be with heat shrinkable sleeves. SMC/DMC shrouds and busbar supports shall be used. All meters shall be digital type with LED display. Operations Logic to be decided and approved by AAI before GA drawing submission by bidder. LOC:-POWER ROOM Incomer:

Schedule-B PAGE 224 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 2 No 800 Amps 4 Pole ACB (50KA) with trip setting at 40 to 100% and terminals suitable for cable connections on one side and bus bar connection on the other side,as per specifications and complete with inbuilt protections (UV,OV,EF,SC and OL) and as required at site of work. (with current setting plugs) . Metering, Indication & Protection: 2 Sets of R,Y,B Phase Indicating lamps with Neutral link with control MCB. (3x2A). ON-OFF-TRIP indication lamps with control MCB (3x2 A) Multi function Meter ( equivalent to EM 6400) with CT -800/5A, 15VA, CL-1.0. BUSBAR SECTION : 1000 amps 4 Strip (50KA) busbar chamber of suitable length and cross sectional area with AL busbars with colour coded and Shrouded. All busbars and interconnections shall be of suitable size( AL ) at 1.5Amps/Sqmm. Neutral bar shall be of the same size as phase bar. Metering, Indication & Protection: ON-OFF-TRIP and all phase with neutral indication lamps with control MCB (3x2 A) Tie Breaker: Providing Installation,Testing,Commissioning of 1 No 800 Amps 4 Pole ACB (50KA) with trip setting at 40 to 100% and terminals suitable for cable connections on one side and bus bar connection on the other side,as per specifications and complete with inbuilt protections (UV,OV,EF,SC and OL) and as required at site of work. (with current setting plugs) . OUTGOING: Two (2) Nos. 300A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 300/5A, CL-1, 15VA Cts. Complete as required Two (2) Nos. 200A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 200/5A, CL-1, 15VA Cts. Complete as required Two (2) Nos. 160A, 4Pole MCCB (15 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 160/5A, CL-1, 15VA Cts. Complete

Schedule-B PAGE 225 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” as required Three (3) Nos. 63A, 4Pole MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, CT 63/5A, CL-1, 15VA Cts. Complete as required

11.01 MLTP (1 & 2) NOS 2 UTILITY PANEL: Incomer One (1) No. 250 A, 4P MCCB (25 KA) with ON-OFF-TRIP Indication Lamp with MCB Control Lamps, EM 6400, 250/5A, CL-1, 15VA CTs . Complete as required Busbar AL 300A Metering, Indication & Protection: 12.00 NOS 2 1 Set of R,Y,B Phase Indicating lamps with Neutral link with control MCB. (3x2A) ON-OFF-TRIP indication lamps with control MCB (3x2 A) Multi function Meter ( equivalent to EM 6400) with CT -300/5A, 15VA, CL-1.0 OutGoing 6 nos 63A 4 pole MCB 4 nos 32A 2 pole MCB

Schedule-B PAGE 226 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” APFC PANEL: GENERAL Design, fabrication, assembly, wiring, supplying, installation, testing and commissioning of front operated cubicle type compartmentalised front access free standing, dust and vermin proof (IP 20 ingress protection) switchboards suitable for use at 400 volts +/- 10%, 3 phase 4 wire 50 Hertz system suitable for fault level of required value symmetrical at 400 volts +/- 10%, fabricated from 2 mm thick CRCA MS sheets with hinged, gasketted (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel/T/flat sections including 3 mm thick gland plates on top and bottom and including lifting hooks and including GI earth strip of required size with 2 nos earthing terminals and including powder coated paint finish of approved shade over metal surface cleaned and treated with seven tank process complete with interconnections etc as per specifications, as required and as below. MCCB and MCB operation at 400V AC +/-10%, and the insulation need to be at 690VAC, all Panels shall be duly metel labled with 13.00 scheme diagarm and Danger mark with 400V AC operation. NOS 2 All Panel/Switchboards shall have provision for entry of cables from the top and bottom as required All live accessible parts shall be shrouded and all equipment shall be finger touch proof. The Busbars insulation shall be with heat shrinkable sleeves. SMC/DMC shrouds and busbar supports shall be used. Padlocking facility shall be provided on all outgoing feeders doors and switch handles shall be lockable in OFF position All kA values indicated shall be Ics breaking capacity. APFC Control Circuit Stage load based Incommer 160A 4P MCCB 25kA CCB with thermal overload, magnetic short circuit release and 160/5 - 15 VA class - 1CTs to be added in panel along with control wiring 4C2.5Sqmm Cu FRLS wire for Sensing (3 CTs for 3P +1 CumCT) BUS BAR Electrolytic high conductivity aluminium three phase and neutral busbars rated at 250 amps having a maximum current density of 1 amp per sq mm suitable

Schedule-B PAGE 227 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” to with stand symmetrical fault level of 25 kA. at 415 volts. The neutral busbar is to be of 100% capacity. Indicators 3 Phase (R,Y,B Indicator lamps with control MCB) ON/OFF/Trip Indictaion (R,Y,A Indicator lamps with control MCB) 1 no. 96 mm sq Digital multipurpose Voltage, Current,Frequency Meter with 3 way and OFF selector switch with Kvar, Kw, KVA ,Pf, Cf display, if CTs required same shall be taken in to consideration The Switchboard shall be extensible complete with all interconnections, risers, internal wiring, labels etc complete as required 3 phase load based sensor and switching 1 set of Red/Green Indicating lamp to give status of the circuit Each Capacitor 1 set of manual ON/OFF push buttons 2x25 kVAr, 2x15 KVAr, 2x10KVAr hermetically sealed metallized polypropylene capacitor units complete with fuse protection, discharge resistors, adequate MCBs with copper links, ON/OFF button switches, Indicators and interconnections etc complete as required. CABLE AND TERMINATIONS: Supply, storing, handling, laying, testing and commissioning of 1100 Volt grade XLPE insulated and sheathed aluminium conductor armoured cables, ISI marked , including providing required gap 14.00 between adjacent cables (minimum one cable dia.) including providing identification tags in shaft/ cable trays etc. complete as per specifications, as required (Low v/d losses) 14.01 4 C x 300 Sq.mm cable RM 2500 14.02 4 C x 95 Sq.mm cable RM 200 CABLE AND TERMINATIONS: Supply, storing, handling, laying, termination, RM testing and commissioning of 1100 Volt grade XLPE insulated and sheathed copper conductor un-armoured cables ISI marked including providing required 15.00 gap between adjacent cables (minimum one cable dia.) including providing identification tags in shaft and cable trays in ground etc. complete as per specifications, as required. 15.01 1C x 150 Sq.mm cable RM 500

Schedule-B PAGE 228 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 15.02 1 X 95 Sq.mm cable RM 150 15.03 1C x 70 Sq.mm cable RM 120 15.04 4C x16 Sq.mm cable RM 240 15.05 4C x10 Sq.mm cable RM 300 15.06 4C x 6 Sq.mm cable RM 800 Cable Termination : Supplying of all materials and making end terminations of 1.1 KV grade XLPE insulated aluminium multi core cables of the following sizes. The work includes cable cladding using brass plated double 16.00 compression glands, sizing the core leads, removing insulation, fixing suitable crimping type heavy duty aluminium lugs/ thimbles by using hydraulic crimping tools with correct size of the dies, shaping the leads and neatly connecting the same to the equipment terminals. Complete as required 16.01 4 C x 300 Sq.mm cable Nos. 38 16.02 4 C x 95 Sq.mm cable Nos. 8 Cable Termination : Supplying of all materials and making terminations of 1100 Volt grade PVC insulated and sheathed copper conductor unarmoured cables including providing required gap between adjacent cables (minimum one cable dia.) and the cost of providing identification tags in shaft/ cable 17.00 trays/ in ground etc. The work includes cable cladding using brass plated double compression glands, sizing the core leads, removing insulation, fixing suitable crimping type heavy duty copper lugs/ thimbles by using hydraulic crimping tools with correct size of the dies, shaping the leads and neatly connecting the same to the equipment terminals. Complete as required. 17.01 1C x 150 Sq.mm cable Nos. 60 17.02 1C x 95 Sq.mm cable Nos. 40 17.03 1C x 70 Sq.mm cable Nos. 12 17.04 4C x16 Sq.mm cable Nos. 48 17.05 4C x10 Sq.mm cable Nos. 10 17.06 4C x 6 Sq.mm cable Nos. 160

Schedule-B PAGE 229 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Cable Trays (Ladder Type):Supply, fabrication and installation of Hot dip galvanized(deposit of 75-80 microns) factory fabricated ladder type cable trays complete with fabricated bends, tees, nuts bolts , dash fasteners, 18.00 elbows, reducers, offsets etc & required hardware. with rungs at every 250 mm spacing (c/c) of various width in two tier/three/five tier formation either on one side of the wall or on two sides of the wall or at other places and painted afterwards, if required. 18.01 50mm x 450mm x 2mm wide cable tray with rungs of 15mm x 30mm x 15mm RM 250 18.02 50mm x 375mm x 2mm wide cable tray with rungs of 15mm x 30mm x 15mm RM 100 18.03 50mm x 150mm x 1.6mm wide cable tray with rungs of 15mm x 30mm x 15mm RM 60 PERFORATED TYPE CABLE TRAYS(GI TRAYS)/ WIREWAYS: Supplying and installing following size of perforated Hot Dipped Galvanised Iron cable tray (Galvanisation thickness not less than 50 microns) with perforation not 19.00 more than 17.5%, in convenient sections, joined with connectors, suspended from the ceiling with G.I. suspenders including G.I. bolts & nuts, etc. as required. 19.01 300 mm width X 50 mm depth X 1.6 mm thickness RM 60 19.02 450 mm width X 50 mm depth X 2.0 mm thickness RM 60 STEEL ITEMS:Supply,fabrication,erection & epoxy painting of steel items as required as per specification complete, Generally steel items include cable tray, cable tray supporting arrangements,MS Channels-(ISMC),Angles,Plates 20..00 and any other steel items not covered in other items of schedule of quantities. ton 2 The cable trays shall be of ladder made of angles and flats / sheet steel folded type . The rate shall also include painting with two coats of red oxide and primer and two coats of synthetic enamel paint of approved shade. SUPPLY & INSTALLATION OF INDOOR LIGHTING FIXTURES: Supply, Erection, Testing & Commissioning of the following light fixtures complete 21.00 with Energy Efficient Electronic Ballast, Control gear and all the other standard accessories. Supply and installtion of 2'x2' recess mounted LED light panel in the entire area in such a manner that the lux level in the server farm area must be 500 21.01 nos 55 lux measure at 1 mtr from from floor level at all places. For other area it must be 300 lux measured in a similar manner

Schedule-B PAGE 230 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Supply and installtion of 9" dia round recess mounted LED light panel in the 21.02 nos 35 entire area EARTHING: Supply & installation of the following with clamps, inspection chambers, excavationmaintenace free compound as per technical specifications & IS: 3043 standards. Complete. The cost shall include 22.00 excavation, bacfilling, compaction, construction of chambers, tools and tackles for excavation & all required civil works.Testing earth resistivity and electrode resistance (Maintenance free earthing) Providing and fixing 25 mm X 5 mm G.I. strip on surface or in 22.01 mtr 200 recess for connections etc. as required. Providing and fixing 25 mm X 5 mm copper strip on surface or in recess for 22.02 mtr 250 connections etc. as required. Providing and fixing 6 SWG dia G.I. wire on surface or in recess for loop 22.03 mtr 150 earthing as required. Earthing with copper earth plate 600 mm X 600 mm X 3 mm thick including 22.04 accessories, and providing masonry enclosure with cover plate having locking nos 10 arrangement and watering pipe of 2.7 metre long etc Earthing with GI place including accessories, and providing masonry enclosure withEarthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick 22.05 nos 10 cover plate having locking arrangement and watering pipe of 2.7 metre long etc POINT WIRING: FOR LIGHT FIXTRURES: Wiring for light point/ fan point/ exhaust fan point/ call bell point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable in surface / recessed steel conduit, with piano 23.00 type switch, phenolic laminated sheet, suitable size MS box and earthing the point with 1.5 sq.mm FRLS PVC insulated copper conductor single core cable etc. as required. (SWITCHES & SOCKETS SHALL BE OF MODULAR TYPE) 23.01 Single point controlled by 6 Amps switch (conduit / wires / switches) nos 12 23.02 2 - 3 point controlled by 6 Amps switch (combined rate for 2 / 3 points) nos 10

Schedule-B PAGE 231 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” INDUSTRIAL TYPE SOCKETS AND PLUG TOPS:Supply, store, erection, testing and commissioning of factory made metal clad totally enclosed with cast aluminium housing with industrial socket/interlocked combined rotary switch and socket with scrapping earth connection and plug top. In case of interlocked socket, the interlocking should ensure that the plug cannot be 24.00 inserted or withdrawn while the switch is in 'ON' position. (all switches & sockets shall be housed in painted MS boxes). The erection rate shall include supply of angle iron frame work and fixing accessories such as grip bolts/grouting/ welding to steel structures etc., All the MCBs shall be of 'D' Curve specifications. 32A, 415V, 3P+N+E, IP 44 Male top with socket, Plastic moulded industrial socket with suitable straight plug, Surface mounted / Raceway mounted type. 24.01 nos 8 The pricing shall include to make the required supports on the floor/Raceway along with required accessories. 32A, 230V, 2P+E, IP 44 Male top with socket, Plastic moulded industrial socket with suitable straight plug, Surface mounted / Raceway mounted type. 24.02 nos 48 The pricing shall include to make the required supports on the floor/Raceway along with required accessories. MODULAR TYPE: Supply, erection, testing and commissioning of power points by providing following switches/sockets mounted on suitable size metal 25.00 coated boxes fixed flush/surface on to the wall with all fixing and wiring accessories. 6/16 Amps, 5-pin (250 Volts) single phase universal socket with 16 Amps 25.01 single pole switch with indicating lamp.The pin configuration shall be round nos 16 type. Plug tops are excluded from the scope of supply.(Normal Power) 6/16 Amps, 5-pin (250 Volts) single phase universal socket with 16 Amps single pole switch with indicating lamp.The pin configuration shall be round 25.02 nos 16 type. Plug tops are excluded from the scope of supply.(Safety and Security systems UPS Power) SUB-MAINS/CIRCUIT MAINS/POWER WIRING: Supply and running of 1100 V grade FRLS PVC insulated copper conductor wires in 2mm thick FRLS 26.00 PVC/ MS conduits as per Technical specification. The rate shall include all wiring & conduit accessories as aplicable.

Schedule-B PAGE 232 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Supply and running of 2Rx2.5 Sqmm + 1Rx1.5 Sqmm FRLS PVC insulated multistrand copper conductor wire in 25mm dia FRLS PVC conduits for 26.01 mtr 125 lighting circuits from DB to switch boards & emergency lighting circuits from MCB DBs to SBs and light fixtures Supply and running of 2Rx2.5 Sqmm + 1Rx1.5 Sqmm FRLS PVC insulated 26.02 multistrand copper conductor wire in 25mm dia FRLS PVC conduits for Raw mtr 100 power circuits (1x6/16A) from DB to Sockets and looping between the sockets Supply and running of 2Rx4 Sqmm + 1Rx2.5 Sqmm FRLS PVC insulated multistrand copper conductor wire in 25mm dia FRLS PVC conduits for UPS 26.03 mtr 120 power circuits (3x6/16A) and CAC units from DB to Sockets and looping between the sockets Supply, running and termination of 1C x 10 Sqmm Flexible FRLS PVC 26.04 mtr 240 insulated multistrand copper conductor wire in existing conduits/raceways. 27.00 Supply and fixing of the following charts / drawings duly Laminated 27.01 Single line diagram & Escalation Matrix nos 2 27.02 Rubber Mating 1M x 1M X 12mm nos 6 Supplying and fixing 4 way, horizontal type three pole and neutral, sheet steel, MCB distribution board, 415 V, on surface/ recess, complete with tinned 28.00 nos 4 copper bus bar, neutral bus bar, earth bar, din bar, interconnections, powder painted including earthing etc. as required. DG Foundation: Creating DG bed foundation as per manufacturer 29.00 Nos 2 specification at the designated site DG control cable from Panel AMF module to the DG control panel as per 30.00 Lot 1 manufacturer specification Creating cable trench from Substation and DG yard to the main building. 31.00 Bidder has to inspect the site and suggest how the cable can be taken such RM 1 as either in trench or buried under the gound and/OR on ladder tray 32.00 40mm MS conduit mtr 220 33.00 Flexible MS conduit mtr 180 Multi Cable and Pipe transit sealant system for the site with fire resistant 34.00 material. The block to be factory manufactured as per the size and number of Lot 1 cable and pipe entry.

Schedule-B PAGE 233 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Automatic transfer Switch with two inputs and one output with contactor 35.00 arrangement, source indication lamps housed in MS box to be used for inrow nos 6 coolign units 36.00 DIESEL GENERATOR PACKAGE Supply of 500 KVA SILENT DG Set comprising of 500 KVA, 415 V Set 2 alternator mounted on a common base frame, complete with (a) Batteries & Leads, (b) AVM Pads.(c) Residential Silencer.(d) First fill of lube oil.(e) 36.01 Acoustic Enclosure.(f) Manual control panel (Isolator), (g) Adapter box with extended Bus Bar (h) residential silencers with cladding,(i) 990 ltr fuel tank with base, (j) MS Pipe with Bends, flanges packing as required (k) Fuel Pipe fittings like valves, tee, elbows etc. 37.00 PRECISION AIR-CONDITIONING Supply, installation, testing and commissioning of Precision air conditioner with horizontal air flow pattern, can be placed in-between the racks or at the ends of rows, close to the heat source with 9 TR Net sensible Load at return 37.01 Nos 6 air tempareture of 32-35 deg C & 43-45 deg C ambient ) - Inside of Cold Aisle should maintain 22+/-1 deg C, 50+/-5% RH . Unit should have Inverter/Digital Scroll Brushless compressor compatiable with R410a refrigerant, Refregerant piping, insulation as requried, cable tray for pipes and cables, electrical cable for conntecting indoor and outdoor, Odu stand, IDU stand, 37.02 drain pipe, ball valve and all other low side items requried for complete Set 9 commissionign of the job. Piping and all low side work has to be done for 12 units 38.00 AISLE CONTAINMENT Heavy gauge Aluminium Sliding Door with viewing panel and support 38.01 Nos. 2 arrangement Aisle containment made of Aluminium panels and Lexan sheet with supporting 38.02 Lot 1 arrangement. 39.00 COMFORT AIR-CONDITIONING SITC of 22HP Variable Refrigerant Volume modular type air-conditioning Equipment complete with indoor and out door units with Central control 39.01 Nos. 1 system for areas other than Server Farm Area Centre. Outdoor Unit: Modular type outdoor units equipped with highly efficient scroll compressors, having

Schedule-B PAGE 234 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Inverter technology, Corrosion resistant heat exchanger, low noise condenser fan etc of following independent circuits.

Supply & Installation of following Indoor Units. The indoor unit shall have independent electronic control valve to control the refrigerant flow rate respond to variations of the air-conditioning load of the room. The fans shall be well balanced and noise free. The cooling coil shall be made of seamless 39.02 copper tube. The tube shall be hydraulically or mechanically expanded and tested for 21 Kg/cm2. Indoor units shall have a wireless remote control. All the unit shall have required ceiling/floor mounting arrangement. All the indoor units shall have drain pump/facility to drain out the condensate water. Indoor room temp requirement 24± 1 deg C. 39.03 1.0 TR Nos. 4 39.04 1.2 TR Nos. 3 39.05 1.6 TR Nos. 6 SITC of accessories of VRV system including refrigerant , refrigerant piping with insulation , central controller ,control wiring between indoor to outdoor 39.06 units , drain piping , MS stand and any other related accessories required to Lot 1 complete the work as per site requirement & technical specification mentioned in the tender. 40.00 UPS FOR CRITICAL LOAD UPS: Supply, fixing and commissioning of 100KW Modular UPS Scalable to minimum 175KW with dual electrical distribution cables and panels to racks. UPS to have hot swappable power modules , hot swappable intelligence module and should be in minimum size of 25 KW - 30KW power module capacities. The system shall comprise of a user-replaceable continuous duty single bypass static switch module rated as per the Frame capcity. Batteries 40.01 Nos 2 : Supply, interconnection and commissioning of maintenance free lead acid (VRLA) type Hot Swappable Modular Batteries for back up time for approx 30 minutes on full load. It should possible to add or replace battery modules without switching the load to bypass source. The bank of batteries shall comprise of required Nos of batteries connected in series and there should be multiple banks connected in parallel to provide redundancy.

Schedule-B PAGE 235 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Monitoring :The UPS should monitor and annunciate the status of individual battery modules or bank lavel and perform temperature compensated charging depending on environment temperature. Notification should be provided on the UPS integrated display for add or removal of Battery modules.

FLOOR MOUNTED PDU FOR UPS OUTPUT: Supply, installation, testing, commissioning of 175 kVA Floor mount Modular PDU which should include minimum 24 Nos. Hot swappable 32 A Single Pole MCBs along with moulded cables and industrial sockets which shall be connected to individual PDU within the Server rack without any additional need of output panel and cables 40.02 should be supplied as per required length. Individual branch circuit monitoring Nos 2 shall be provided and should monitor the voltage & current of individual MCB and shall keep the record of that. It should be possible to add or replace circuit breaker modules without switching OFF the complete load bus. The PDU should have spare space for adding additional minimum 18 Nos. in future which shall be hot scaleable without any downtime. 41.00 UPS FOR NON-CRITICAL LOAD Power : Supply, fixing and commissioning of 80KVA/72 KW Unitary (NON 41.01 MODULAR) Online double conversion IGBT based floor monunted UPS Nos 2 system for uninterrupted operation of Lighting, IBMS and PAC loads. Batteries : Supply, interconnection and commissioning of maintenance 41.02 free lead acid (VRLA) type Batteries for back up time for approx 30 minutes Nos 2 on full load. 42.00 RACKS AND PDU SITC of 42U Server Racks ( 600 mm x 1200 mm ) UL approved; The Rack should be able to with stand a minimum Static load of 1300 Kgs and Rolling 42.01 Nos 24.00 load of 1000 Kgs.The unit should have a minimum of IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water. Rack front door

Schedule-B PAGE 236 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” should have minimum 60 % of open perforation for efficient air flow. ROHS Compliant

42.02 Removal type cable manager rings in rear side of the racks Nos 48.00 42.03 Min two temperature and RH sensors in each rack Nos 48.00 42.04 Blanking Panels in each rack -20 nos Nos 48.00 SITC of Metered Rack PDUs with socket level monitoring include locking IEC receptacles, and ultra low profile circuit breakers, ZeroU, 32A, 230V, with minimum (18) C13 & (3) C19 outlets, each PDU should have Hydraulic 42.05 Nos 56.00 Magnetic breakers and overall width of the PDU should not exceed 70 mm so as to ensure sufficient space at rear side inside the rack. PDU should be CE/VDE Compliant, ROHS compliant. SITC of 42U Network Racks ( 750 - 800 mm x 1200 mm ) UL approved/complied; The Rack should be able to with stand a minimum Static load of 1300 Kgs and Rolling load of 1000 Kgs.The unit should have a 42.06 Nos 4.00 minimum of IP 20 rating for protection against touch, ingress of foreign bodies, and ingress of water. Rack front door should have minimum 60 % of open perforation for efficient air flow. ROHS Compliant 42.07 Removal type cable manager rings in rear side of the racks set 28.00 42.08 Blanking Panels in each rack -20 nos set 28.00 42.09 Rack based Automatic Transfer switch 32A Single phase Nos 6 SITC of Temperature & Humidity Sensor to be integrated with above mentioned central monitoring system, Sensor Humidity Range ±3% RH from 42.10 Nos 56 11% to 89% RH % , Sensor Temperature Range 15 degrees C to 50 degrees C 43.00 ADDRESABLE FIRE ALARM SYSTEM Supplying, installation, testing and commissioning of microprocessor based intelligent addressable main fire alarm panel, central processing unit with the following loop modules and capable of supporting not less than 240 devices 43.01 Nos. 1 (including detectors) and minimum 120 detectors per loop and loop length up to 2 km, network communication card, minimum 320 character graphics/ LCD display with touch screen or other keypad and minimum 4000 events history

Schedule-B PAGE 237 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” log in the non volatile memory (EPROM), power supply unit (230 ± 5% V, 50 hz), 48 hrs back-up with 24 volt sealed maintenance free batteries with automatic charger. The panel shall have facility to connect printer to printout log and facility to have seamless integration with analog/digital voice evacuation system (which is part of the schedule of work under SH: PA System) and shall be complete with all accessories . The panel shall be compatible for IBMS system with open protocol BACnet/ Modbus over IP complete as per specifications. Supplying, installation, testing & commissioning of intelligent analog 43.02 addressable photothermal detector complete with mounting base complete as Nos. 30 required Supply, installation, testing & commissioning of Addressable Manual Call Points (Break Glass Type). The same shall be square in shape & made of 43.03 ABS plastic material. Surface / Flush Mounting. It shall have a "Break glass" Nos. 4 message embedded on the glass. The addressable module shall be enclosed along with the break glass in a junction box & with required accessories. Supply, installation, testing & commissioning of Conventional Sounder / Hooter. The sounder shall be made of ABS plastic material & have the Db 43.04 Nos. 3 level of minimum 85dBs and a multi tone facility, wall mounted with mounting base & required accessories. Supply, installation, testing & commissioning of Addressable Monitor Module 43.05 Nos. 3 (Input Module) with Surface / wall mounting box & required accessories. Supply, installation, testing & commissioning of Addressable Control Module 43.06 Nos. 1 (Output module) with surface/ wall mounting box & required accessories. Supply, installation, testing & commissioning of Addressable Fault / Loop 43.07 Nos. 1 isolator module with Surface mounting backbox & required accessories. Supply, installation, testing & commissioning of Response indicator for Above 43.08 Nos. 10 false ceiling Detectors with required acessories. Supply, installation, testing & commissioning of 24V DC power pack with 43.09 Nos. 1 battery backup. (for Strobe cum Sounders.) Supply and laying of 2C x 1.5 Sq.mm Copper Armoured Multi stranded FRLS 43.10 Mtr 400 cable on wall / slab or structure with necessary spacer & saddles. scope shall

Schedule-B PAGE 238 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” also include required end termination using gland,lugs & required accessories. (Red in Colour) Supply, Installation, Testing and commissioning of Hand held Fire Extinguisher - 43.11 Nos. 5 Clean Agent Type -4.0 Kg as required to support all areas 44.00 ASPIRATION SMOKE DETECTION SYSTEM Supply, Installation, Testing & Commissioning, calculations of flow and hole sizes in pipe network. Sampling unit shall be of LED technology. Detected smoke density shall be able to be adjusted between high sensitivity to equal 44.01 as ordinary smoke detector. Sampling system is connected to loop for ordinary Nos. 1 fire alarm via address unit. Operation of sampling unit and status shall be able to display in fire alarm central unit. 44.02 Power Supply Unit Mtr 1 44.03 Capillary set with nozzel Nos. 8 44.04 Sampling Points Nos. 8 44.05 Aspiration Tubes with 25mm dia Mtr 200 44.06 Electronic Hooter with mounting arrangement Nos. 1 44.07 2 core x 1.0 sq.mm Armored cable Mtr 50 45.00 GAS BASED FIRE SUPPRESSION SYSTEM 120 Litre Seamless Cylinder CCOE Approved, complete with valve assembly 45.01 and a pressure gauge with a safety burst disc and a safety cap. ( quantity is Nos. 4 indicative) Novec 1230 Gas (indicative only, Bidder need to calculate the gas quantity 45.02 Kgs. 407 and quote as per requriement only) 45.03 Electric Cum Manual Actuator. Nos. 1 45.04 Pneumatic Actuator. Nos. 3 Discharge Nozzles are designed to provide the proper flow rate and 45.05 Nos. 8 distribution of Novec 1230 to total flood a hazard area : 180 deg. / 360 deg. 45.06 Master Cylinder Adapter Kit Nos. 1 45.07 Flexible discharge Hose Nos. 4

Schedule-B PAGE 239 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Manifold Check Valve installed at the discharge manifold to allow 45.08 removal of any Novec 1230 cylinder from the manifold while still retaining a Nos. 4 closed system. 45.09 Flexible Actuation Hose Nos. 3 45.10 M.S. Container strap Nos. 8 45.11 Manifold Discharge Pressure Switch Nos. 1 45.12 Manifold with Mounting and all accessories Set 1 45.13 Seamless pipes as per ASTM A 106 Gr. B. Sch. 40 for Cylinder Set 4 45.14 Signages Nos. 1 45.15 Hooter Cum Flasher Nos. 1 45.16 Abort Switch Nos. 1 45.17 Release switch Nos. 1 45.18 Gas Release Panel Nos. 1 45.19 Battery 12VDC 7.2Ah Nos. 2 46.00 ACCESS CONTROL SYSTEM Supply installation Testing & commissioning of 4 Reader Main Access Controller Miroprocessor based, tamper protected wall-mount case and 46.01 communicating on Backnet/TCP/IP. ACCESS CONTROL SYSTEM which Nos. 3 includes interface modules. For ICCC 2 doors, Server Room, Dial 100 room and Conference room 46.02 12 Vdc and 6 amp power supply for Controller and electromagnetic lock Nos. 3 Supply installation Testing & commissioning of Biometric (Finger Print) card 46.03 Nos. 2 Readers 46.04 Supply installation Testing & commissioning of Smart Card Readers Nos. 8 46.05 Supply installation Testing & commissioning of Push to Exit Buttons Nos. 6 46.06 SITC of Manual Break Glass Unit Nos. 2 Supply installation Testing & commissioning of 600 Lbs Single Leaf Electro 46.07 Nos. 5 magnetic Lock Supply installation Testing & commissioning of 1200 Lbs Double Leaf Electro 46.08 Nos. 3 magnetic Lock

Schedule-B PAGE 240 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” SITC of Access Management Software license with seamless integretion 46.09 BMS Software complete with Graphic User Interface. ACS software shall be Nos. 1 loading BMS workstation 46.10 BMS PC Nos. 1 46.11 Contactless iClass Smart Cards Nos. 100 Supply and Laying of 8 Core x 0.75 Sq mm, multi strand, copper, 46.12 Mtrs. 350 sheilded,Screened cable between the access controller and Card reader Supply and Laying of 4 Core x 0.75 Sq mm, multi strand, copper, sheilded 46.13 Mtrs. 200 cable between the access controller and EM Lock/ door sensor /Push Button 46.14 25 mm PVC Conduit Mtrs. 700 46.15 Cat6 Cable for Controllers to Network Rack Mtrs. 305 47.00 CCTV SYSTEM 47.01 IP Indoor Dome Camera 2MP Onvif Compliant Nos. 12 47.02 16 CH NVR with VMS software Nos. 1 47.03 6 TB Surveillance HDD Nos. 2 47.04 24 port PoE L2 Fully Managed Switch Nos. 1 47.05 32" LED display Nos. 1 47.06 9U Rack Nos. 1 47.07 Cat6 cable Mtrs. 305 47.08 PVC Conduit 25mm dia Mtrs. 305 48.00 RODENT REPELLENT SYSTEM 48.01 Master Console panel including support bracket No. 3 SITC of Transducer capable of Emitting Ultrasonic sound of frequencies 20 48.02 Khz and higher, with blinking LED Indication & shall capable to covering area No. 36 of 150 Sq ft in floor & ceiling void and 300 Sq ft in Room void. 48.03 Rodent Cable Mtrs 350 48.04 25" PVC conduit including all accessories. Mtrs 350 49.00 WATER LEAK DETECTION SYSTEM 49.01 4 zone Water Leak detection panel with Modbus Connectivity and battery Nos. 1 49.02 Water leak detection cable sensor Mtrs 60 49.03 Electronic Hooter Nos. 1

Schedule-B PAGE 241 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 50.00 DATA CENTER INFRASTRUCTURE MONITORING SYSTEM ( DCIM) DCIM system should be modular and support perpetual licensing which provides us flexibility to purchase and expand enhanced modules according to AAI future need. Proposed DCIM should be created in separate installations to maintain sanctity of data as follows: a. Gateway/Convertor Devices: Required for connecting to third party BMS/ third party BMS controllers/field devices and building side device Integrator 50.01 Lot 1 system. b. Monitoring layer: Responsible for polling SNMP and Modbus TCP based Infrastrucure devices inside the datacenter like Rack Mount PDU, EMS systems etc. c.Customized Report generator to integrate with Operations and Monitoring Layers Central monitoring software along with required Server, Desktop for dash 50.02 boards monitoring, configuration and report generation and other accessories Lot 1 and cabling as required. 51.00 NETWORKING ( PASSIVE) 1U Hybrid Panel Housing with Front and Rear Cable Tray, Rack Mount, 51.01 Nos 30 accommode 144 fibers in 1U (can accept 4 Fiber or Copper cassette/frames) 51.02 Cat6A Modular Jack, Blue, Unshielded Nos 333 Cat6A LSZH Stranded Patch Cord, Foam-skin Polyethylene Insulation, 1 MT, 51.03 Nos 333 Blue Color, Clear Transparent PVC Boot, LSZH Jacket, 6.1 mm OD 4-pair, 23AWG, Cat6A Unshielded Cable, LSZH Jacket, 650 Mhz Tested, 51.04 60W PoE Rated, Max. 7.2 mm OD, IEC 61034-1/2 Smoke Density Test, IEC box 33 60754-1/2 Halogen Acid Test OM4 CASSETTE, 06 PORTS, MPO-12 (FEMALE), LC DUPLEX, TYPE-A 51.05 Nos 30 (takes 1Nos of 12-core MPO-MPO trunks) MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.06 Male, Type-B, 12 Fibers, 7 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos 3 Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.07 Male, Type-B, 12 Fibers, 10 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos 5 Eye

Schedule-B PAGE 242 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.08 Male, Type-B, 12 Fibers, 15 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos 5 Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.09 Male, Type-B, 12 Fibers, 20 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos 3 Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.10 Male, Type-B, 12 Fibers, 25 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos 9 Eye MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.11 Male, Type-B, 12 Fibers, 30 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos 7 Eye Fiber Duplex Patch Cord, LC Duplex - LC Duplex, Multimode OM4 Bend 51.12 Nos 167 Insensitive , LSZH, Duplex Zip Cord 2.0mm, 3MT 51.13 Blank for empty slots of Panel Nos 33 1U Hybrid Panel Housing with Front and Rear Cable Tray, Rack Mount, 51.14 Nos accommode 144 fibers in 1U (can accept 4 Fiber or Copper cassette/frames) 3 OM4 CASSETTE, 18 PORTS, MPO-12 (FEMALE), LC DUPLEX, TYPE-A 51.15 Nos ALTERNATE (takes 3Nos of 12-core MPO-MPO trunks) 10 Fiber Duplex Patch Cord, LC Duplex - LC Duplex, Multimode OM4 Bend 51.16 Insensitive , LSZH, Duplex Zip Cord 2.0mm, 3MT with a recommended pull Nos feature in HD Fiber Patch Panels 167 51.17 Angled Patch Panel, 48‐port, 1U, Black (Empty) Nos 9 Cat6A LSZH Stranded Patch Cord, Foam-skin Polyethylene Insulation, 1 MT, 51.18 Nos Blue Color, Clear Transparent PVC Boot, LSZH Jacket, 6.1 mm OD 333 51.19 Cat6A Modular Jack, Blue, Unshielded Nos 333 1U Hybrid Panel Housing with Front and Rear Cable Tray, Rack Mount, 51.20 Nos accommode 144 fibers in 1U (can accept 4 Fiber or Copper cassette/frames) 2 MPO Cable Assembly, Trunk, OM4 BI (Bend Insensitive), MPO-12, Male- 51.21 Male, Type-B, 12 Fibers, 15 Mtr, LSZH, Mini-D(single jacket) without Pulling Nos Eye 2 OM4 CASSETTE, 12 PORTS, MPO-12 (FEMALE), LC DUPLEX, TYPE-A 51.22 Nos (takes 2Nos of 12-core MPO-MPO trunks) 1

Schedule-B PAGE 243 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” OM4 CASSETTE, 12 PORTS, MPO-12 (FEMALE), LC DUPLEX, TYPE-A 51.23 Nos ALTERNATE (takes 2Nos of 12-core MPO-MPO trunks) 1 51.24 Cat6A Copper 6 Port Adapter Frame for Hybrid Panels (Empty) Nos 3 51.25 Cat6A Modular Jack, Blue, Unshielded Nos 16 4-pair, 23AWG, Cat6A Unshielded Cable, LSZH Jacket, 650 Mhz Tested, 51.26 60W PoE Rated, Max. 7.2 mm OD, IEC 61034-1/2 Smoke Density Test, IEC Mtr 60754-1/2 Halogen Acid Test 238 Cat6A LSZH Stranded Patch Cord, Foam-skin Polyethylene Insulation, 1 MT, 51.27 Nos Blue Color, Clear Transparent PVC Boot, LSZH Jacket, 6.1 mm OD 15 Fiber Duplex Patch Cord, LC Duplex - LC Duplex, Multimode OM4 Bend 51.28 Nos Insensitive , LSZH, Duplex Zip Cord 2.0mm, 3MT 7 Fiber Runner for laying fibre inside the runnner with all bends, T joints, straight 51.29 lengths, junctions and exit points and with all accessories for 2 rows, each of Mtr 80 11 racks to be expandable to 4 rows ( 44 racks) in future. 52.00 VIDEO WALL PACKAGE vIDEO WALL : Max. 1.29mm pixel pitch or better (Lower pitch is regarded as better) LED wall to make a minimum image size of 4.2 m (W) and 1.6 m (H) )(±5%) or higher. Resolution of total wall should be minimum 3000X1200. Resolution of total wall: shall be minimum 3000X1200 or more. LED Configuration: RGB 3 in 1; Technology :Max. 1.29mm or better pixel pitch direct LED wall. Brightness on screen: Minimum 600 nits. Controller should be from the same manufacturer and single controller must be capable of giving UHD(4K, 30 Hz or better) output. Pixel Density: 620,000 pixels/m2 or higher. LED lifespan: ≥ 80,000 hours. Control IP based control to be provided. System 52.01 LOT 1 should have redundant remote rack based power supply, should be kept away from the wall to reduce heat and noise around the LED wall. Refresh rate: ≥3000Hz,Operating Temperature: 0-40°C or better. Maintenance Access: Should be 100% front serviceable. Horizontal / Vertical Viewing Angle: 160° H, 140° V or better. Mounting On stands As per the design requirement surrounded with false partition for flush installation look and feel. All cables, accessories, Mounting Kits required to complete the installations and commissioning of the system must be included. The video wall must be suppled with wall management software.

Schedule-B PAGE 244 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” 53.00 SAT, ISAT, Tier certification and health check Audit Individual system final aceptance test and Integrated system acceptance test with simulation by connecting dummy step load at 50%, 75% and 100%. All 53.01 LOT 1 parameter possible at site must be shown and recorded and submitted to AAI before handover of the site. “Data Centre Facility to be constructed under this Contract shall be Uptime Institute Tier III Certified. The Successful Bidder shall obtain: -Uptime Institute Tier Certification III of Design Documents for the Complete Data Centre Facility Design. -Uptime Institute Tier Certification III of Constructed Facility 53.02 for all areas of the Data Centre Facility to be constructed under this Contract. - LOT 1 The necessary Certifications will be obtained on behalf of the Client and passed to the Client on Award. -All Certifications shall be kept current for the Contract Period; The Successful Bidder shall be responsible for all costs associated with obtaining and maintaining these Certifications. Half yearly Health check audit for the datacenter by third party agency for power , Cooling and IBMS installations. The agency must have prior experience of minimum 5 years in conducting the audit. All the tools requried Half 53.03 1 for the audit such as power quality analyser, thermal imager, Air hood ( for yearly measureing CFM), Annemometer, Lux meter, temperature logger etc must be used to caputre the operational paramters of the system Multi skilled technician for operations and maintenance of the dataenter 54.00 for five years from the date of handover of the site.Each shift must have 2 mapower and there will be 3 shifts. 54.01 Year -1 LOT 1 54.02 Year -2 LOT 1 54.03 Year -3 LOT 1 54.04 Year -4 LOT 1 54.05 Year -5 LOT 1 55.00 Other Items LOT 1

Schedule-B PAGE 245 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19 Tender Name: “Establishment of Non-IT Infrastructure for Disaster Recovery (DR) Site at Hyderabad” Note: 1 Form D (etc.) for concessional duty shall not be applicable for AAI for exemption or reduction in Govt. Duties.

2 GST on the applicable items at current prevailing rate shall be furnished by the bidder.

3 In E-tendering portal, there may be short description of Products/ items as described above due to constraint of space, for details refer Tender Document or description in detail on portal.

4 The quantities mentioned in the Bid are indicative/ approx. and shall only be used for the purpose of financial bid evaluation and the Payments shall be made as per actual quantities supplied, installed and commissioned as per scope of work. However, Lump sum. LOT and Job cost shall be paid as per quote provided by bidder.

5 The items of which quantities are not mentioned (Rate Only), the quantity of such items may be procured as per requirement of the project.

AUTHORIZED SIGNATURE ______NAME OF THE SIGNATORY ______NAME & ADDRESS OF THE TENDERER To, Sr. Manager (IT)

Schedule-B PAGE 246 OF 246

TENDER NO.: AAI/CHQ/ITD/DR NON-IT/2018-19