<<

KAMARAJAR PORT LIMITED (A Mini Ratna Government of Undertaking)

EXPRESSION OF INTEREST

Supply, Installation, Testing and Commissioning of Modular Integrated Data Centre Infrastructure at ,

Ref no.: KPL/IT/EOI/2019 Date: 18/Mar/2019

#17, Jawahar Building, Rajaji Salai, Chennai-600001 e-mail: [email protected] || Ph: 044 - 25251666

Page 1 of 55

Expression of Interest

Kamarajar Port Limited (KPL) intends to engage a reputed company /partnership firm / LLP in India for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MODULAR INTEGRATED DATA CENTRE INFRASTRUCTURE WITH INTELLIGENT RACKS AND INBUILT HVAC, ELECTRICAL, BUILDING MANAGEMENT SYSTEM, INCLUDING INTERIORS ON TURNKEY BASIS .

To this EOI document, a draft Request For Proposal (RFP) for the above mentioned work is enclosed for the ready reference of the prospective Bidders.

KPL is inviting comments on the 'Scope of Work', 'Eligibility Criteria', etc including ‘Budgetary Offer’ only from prospective bidders.

Based on the responses received KPL may alter the draft RFP and may also initiate separate action for inviting proposals through an open tender.

Time line for submission of Expression of Interest is as below: S.No. Planned activity Proposed timelines 1. Publishing of EoI in KPL website 18-March-2019 2. Last date for submission of written queries by interested 21-March-2019 bidders for clarification on RFP 3. KPL response to the queries 23-March-2019 4. Last date for submission of response to EOI 26-March-2019

The Response to this EoI may be sent by Post (or) by e-mail to the following Address: The General Manager Kamarajar Port Limited #17, Jawahar Building, Rajaji Salai, Chennai-600001 e-mail: [email protected]

General Manager (Operations) Kamarajar Port Limited

Page 2 of 55

KAMARAJAR PORT LIMITED (A Mini Ratna Undertaking)

REQUEST FOR PROPOSAL

Supply, Installation, Testing and Commissioning of Modular Integrated Data Centre Infrastructure at Kamarajar Port Limited, Chennai

e-Tender No.: 2019xxxxx Date: dd/mmm/2019

#17, Jawahar Building, Rajaji Salai, Chennai-600001 e-mail: [email protected] || Ph: 044 - 25251666

Page 3 of 55

e-Tender Notice

Kamarajar Port Limited (KPL) invites Competitive Bids from reputed company /partnership firm / LLP in India for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MODULAR INTEGRATED DATA CENTRE INFRASTRUCTURE WITH INTELLIGENT RACKS AND INBUILT HVAC, ELECTRICAL, BUILDING MANAGEMENT SYSTEM, INCLUDING INTERIORS ON TURNKEY BASIS under two bid format from competent vendors meeting the Eligibility Criteria as stated in the detailed RFP Document attached.

Kamarajar Port Limited Tender Inviting Authority (erstwhile Port Limited) Place of availability of Tender www.kamarajarport.in Documents (RFPs) www.eprocure.gov.in e-Tender No. & Date No:2019xxxxx, Dt.xx/03/2019 The General Manager (O) Kamarajar Port Limited, The Contact Person Rajaji Salai, Chennai- 600001. Ph:+91-44-25251666 / Fax: +91-44-25251665 Email: [email protected] Supply, Installation, Testing and Commissioning of Modular Name of the Project Work Integrated Data Centre Infrastructure at Kamarajar Port, Chennai The General Manager (O) Kamarajar Port Limited, Address to send Prebid queries 17, Jawahar Building, Rajaji Salai, Chennai- 600001. Ph:+91-44-25251666 / Fax: +91-44-25251665 Email: [email protected] Port Office of Kamarajar Port Limited: Venue for Prebid meeting Port Administrative Office, inside Kamarajar Port, Vallur Post, Chennai-600120. Tender Fees Nil Bidders shall furnish EMD of Rs.x, xx,xxx/- in the form of crossed DD / Pay Order / Bank Guarantee (as per Format#13) from Nationalized/ Scheduled Banks excluding cooperative banks in favour of EMD KAMARAJAR PORT LIMITED, payable at Chennai. For the Bank Guarantee should be valid for 4 more weeks beyond the offer validity period indicated in the tender e-Tender. Nature of bid process TWO BID system Part I - Technical Bid & Part II - Price Bid (1) Bidders have to submit documents to KPL such as EMD by Post / Courier. (2) Bidders have to submit Technical Bid documents in the Proposal Evaluation Process CPPP e-procurement portal (https:// www.eprocure.gov.in) in the Technical Bids Section (3) Bidders have to submit the Price Bid in the e-procurement

Page 4 of 55

portal (www.eprocure.gov.in) in the Commercial / Price Bids Section. Only the Excel file (latest, if any) uploaded in the e-procurement portal should be used. Note:  The Technical bids of only those bidders who have submitted EMD to KPL by Post / Courier will be considered for pre-qualification/technical evaluation.  The commercial/price bids of only those bidders who qualify in the technical evaluation process will be considered for commercial evaluation.  The Bidder who have quoted the lowest commercial bid will be awarded the contract. The successful bidder shall submit Security Deposit for an amount of 10% on the value of the contract/order in the form of DD /Pay Security Deposit for Order/ Bank Guarantee. Bank guarantee to be submitted in the installation/commissioning and prescribed format as per Format#12 in favour of Kamarajar Port Ltd., Performance payable at Chennai within 15 KPL working days from the date of Work Order.

Schedule of the bidding process KPL would endeavour to adhere to the following schedule: Event Date – deadline Release of RFP xx-xx-2019 Last date to receive Prebid queries xx-xx-2019 Date of Prebid meeting xx-xx-2019 at 10:30 Hrs Response to Prebid queries xx-xx-2019 Last date and time for submission of bids xx-xx-2019 at 15:00 Hrs Technical Bid opening xx-xx-2019 at 15:30 Hrs Financial Bid opening will be informed through email Submission of Security Deposit WO+15 working days Signing of Agreement WO+20 working days

KPL reserves the right to consider placement of order or reject any or all tender without assigning any reason. KPL shall not be bound by any printed conditions or provisions in the seller’s bid forms or acknowledgement of contract, invoices and any other documents which purport to impose any conditions at variance with the tender terms/final negotiated & accepted terms. We look forward for your active participation in online bidding by offering your most competitive and reasonable offer against this tender.

The General Manager (O) Kamarajar Port Limited Rajaji Salai, Chennai-600001 Ph: 044 – 2525 1666 e-mail: [email protected] / [email protected]

Page 5 of 55

Kamarajar Port Limited (erstwhile Ennore Port Limited) (A Mini Ratna Government of India Undertaking) Ph: 044-25251666 || Fax: 044-25251665

TENDER ENQUIRY FORM (Two Bid System)

E-Procurement Portal: https://eprocure.gov.in/eprocure/app

E-TENDER NO: 201903xxxx TENDER DATE: DD-MM-2019 TENDER CLOSING DATE & TIME: DD-MM-2019 at 15.00 Hrs. BID OPENING DATE & TIME: DD-MM-2019 at 15.30 Hrs.

PRE BID MEETING DATE & TIME: DD-MM-2019 at 10:30 Hrs PRE BID VENUE: Kamarajar Port Limited, Port Administrative Building, Vallur Post, Chennai-600120

KAMARAJAR PORT LIMITED INVITES COMPETITIVE BIDS ONLINE on the Central Public Procurement e- Procurement portal from reputed Agencies in TWO BID SYSTEM (Part-I Technical Bid and Part-II (Price Bid) against this tender:

1. Objectives:

Kamarajar Port Limited (KPL) a Central Public Sector Undertaking under Ministry of Shipping, Government of India.KPL has undertaken a number of IT initiatives which have significantly contributed to cost reduction and operational efficiency and increased customer satisfaction.

KPL’s Primary Datacenter is located in its Port Administrative Office inside the Kamarajar Port premises, Vallur Post, Chennai-600120 and is operational on 24X7 basis. It is the central site of all applications like SAP and other legacy applications. All applications are maintained and managed centrally at KPL Datacenter. The details of the setup are provided in Annexure # 3 of this RFP.

KPL desires to establish a new Data Center to house Server Farm, Storage, Network Devices, etc. where all Enterprise Critical Business Applications would be running on 24x7 basis.

Through this RFP KPL intends to obtain competitive bids from reputed Vendors meeting eligibility criteria specified in this document for the Supply, Installation, Testing and Commissioning of Modular Integrated Data Centre Infrastructure with Intelligent Racks and inbuilt HVAC, Electrical, Building Management System, including interiors on Turnkey basis.

Bids are invited through e-tender mode from the reputed and bonafide OEMs or their appointed Authorized Partners/Vendors and having vast experience in Data Center designing and implementation.

Page 6 of 55

2. Project/site Information

In order to meet above requirements, KPL wishes to deploy Modular Integrated Data Center Infrastructure/ Intelligent Racks which should deliver with the features and benefits as mentioned in the Annexure-1.

The total IT Load estimated for the above systems is around 35 KVA of IT Loads .

2.1 Location: Proposed Data Center at: Primary DC location of KPL at Port administrative office, inside Port premises, Vallur Post,Chennai-600120

2.2 Size of the Room: The Floor diagram along with the proposed layout is provided in Annexure-2 of this RFP.Bidders are requested to visit the proposed DC site to assess the space availability for DC and auxiliary facilities.

Note: KPL has currently housed all the servers and IT devices in a server room in the same building of the proposed location. The servers and other IT devices need to be shifted and installed in the new Racks in the proposed data centre and made operational with minimum down time. Hence the Vendors are also requested to provide information on shifting of the servers /devices and downtime it will take.

3. Scope of work

The work is to Supply, Installation, Testing and Commissioning of Modular Integrated Data Centre Infrastructure with Intelligent Racks and inbuilt HVAC, Electrical, Building Management System, including interiors on Turnkey basis which shall be able to host critical IT hardware including the servers and network devices. It should be designed in a way that it offers scalability over a period. The design should consider redundancy, scalability and maintainability.

The components of the Modular Data Centre Infrastructure are Intelligent Racks, HVAC System, Electrical System (UPS, etc) and Building Management System. The successful bidder is also required to do Interiors including the civil works, passive network cablings and any other minor work for commissioning of the Data Center.

The HVAC systems scope of work includes supply and installation of In-Row closed loop Air-Conditioning, the racks and the associated out door equipment as applicable. Data center server and network racks should be equipped with In-row Variable / digital scroll cooling units to provide closed loop precision cooling system. Cooling System should be DX (Variable) type in N+N Topology

The Electrical systems scope of work includes arranging of supply and installation of all the needed electrical panels for distributing power, cabling, earthing, UPS and Batteries with 30 minutes power backup for full IT load, DG Sets etc.. The scope also covers Power quality , monitoring, AC and DG set monitoring

The data centre racks and components of HVAC system and the UPS must be from the same OEM/supplier.

Page 7 of 55

The Interior scope of work includes civil works in the data centre room required for the installation, installation of LED lights as required for the Data Center Room, Painting of the interior walls and ceilings with best quality fire retardant paint of approved shades. etc.

The Building Management System scope of work includes – Smoke Detection /warning system , Fire Detection system, Fire suppression system , Rodent Repellent System, Digital Water leak detection system , Access Control System, CCTV/IP surveillance,. System should be enough intelligent to send a mail and SMS during critical alarm. The list of critical alarms shall be suggested by the bidder and final selection by KPL.

The Passive network cabling work includes – both copper and fibber cable for all the racks to be installed with proper cable management.

The commissioning work includes shifting the servers and other IT devices installed in the existing server room in the same building of the proposed site and installation in the new racks in the Data centre. Also support the KPL IT team for testing and operationalizing the IT systems.

The detailed Scope of Work and Technical Specifications are provided in Annexure#1 The Floor diagram along with the proposed layout is provided in Annexure#2 Details of the existing IT infrastructure at KPL are provided in Annexure#3

4. Eligibility criteria

Only those Vendors who fulfil the following criteria are eligible to submit the bids against this RFP. Offers received from the vendors who do not fulfil any of the following eligibility criteria will not be considered.

The bidder shall submit the proofs of minimum eligibility criteria as given below:

Supporting documents to # Criteria be submitted 1. The Bidder should be a company /partnership firm / The certificate of LLP with registered office and operations in India. The Incorporation and/or Bidder should be operational in India for at least last Certificate of five years as of 31st March 2019 as evidenced Commencement of Business issued by the Registrar of Companies, India. 2. The Bidder should not have been blacklisted by KPL or Undertaking by bidder by any State/Central Government institution or any Format #5 Public Sector unit. The bidder shall give an undertaking (on their letter head) that they have not been black listed by any of the Govt. Authority or PSUs. In case, in the past, the name of their Company was black listed by any of the

Page 8 of 55

Govt. Authority or PSUs, the name of the company or organization must have been removed from the black list as on date of submission of the tender. 3. The bidder should have, during the last five years, Undertaking by Bidder neither failed to perform on any agreement, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant or its Associate, nor been expelled from any project or agreement nor have had any agreement terminated for breach by such bidder or its Associate. 4. The minimum annual turnover achieved by the vendor Format #2 in any of the preceding three audited financial Audited Balance Sheet, statement (i.e FY/15-16, FY/16-17, FY/17-18 or Profit & Loss accounts for corresponding calendar years, whichever is applicable) the last 3 financial years shall be ------to be submitted

5. The Bidder must be OEM or Authorized Partner of the In case of partner OEM. Authorization Letter from OEM along with confirmation on the back to back support during the Warranty & AMC period. 6. OEM or Manufacturer should be ISO 9001: 2000 and Valid ISO certificates ISO 14001 certified. 7. The Bidder/OEM should have experience & expertise Format #3/ #4 in handling Assignments / Services related to data Purchase orders with centre building/ commissioning in India during last corresponding work Five Financial years (i.e. 2014-15, 2015-16, 2016-2017, completion certificates to 2017-18& 2018-19). be provided. (max three The bidder should provide the completed work orders orders in last 3 years). as below: OEM has to submit an a. Completed one work of supply/installation of undertaking that they will Modular Data Centre Infrastructure of worth do the installation at KPL Rs.---- (100% of the estimate value) along with the other b. Completed Two work of supply / installation documents of the of Modular Data Centre Infrastructure of Technical Bid. worth Rs ----- each. (50% of the estimate value) c. Completed Three work of supply / installation of Modular Data Centre Infrastructure of worth Rs ------each (40% of the estimate value) The supply and installation of data centre should be for Third party and for the self consumption.

Page 9 of 55

8. 9. Cooling, UPS and Monitoring System should be from Confirmation from OEM single OEM 10. OEM should be providing Service Support during Authorization letter to be Warranty as well as AMC period. provided by the OEM for the partner along with confirmation on the direct support to KPL during the warranty and AMC support period 11. 12. 13. The bidder should have a support office in Chennai Location and contact person details to be provided.

Note: The bidders must comply with all the above mentioned criteria. Only the bids of those who fulfil all the above eligibility criteria will qualify for further stages of tendering process. Photocopies of relevant documents / certificates should be submitted as proof in support of the claims made. KPL reserves the right to verify / evaluate the claims made by the vendor independently.

5. Tender Document Fee This RFP document can be downloaded from KPL’s website (or) Central Public Procurement Portal i.e. www.kamarajarport.in / www.eprocure.gov.in. There is no Fee for this RFP document.

6. Earnest Money Deposit (EMD): 1) Bidders shall furnish EMD of Rs.x,xx,xxx/-in the form of crossed DD / Pay Order / Bank Guarantee (as per Format #11) from Nationalized/ Scheduled Banks excluding cooperative banks in favour of KAMARAJAR PORT LIMITED, payable at Chennai. In case of submission of Bank Guarantee, the details of Contact Person of issuing branch, address, Fax, email address & Telephone No. are required to be furnished for verifying the authenticity of Bank Guarantee and also to facilitate returning the same to Bank after expiry of validity period of Bank Guarantee. NOTE: The Bank Guarantee should be valid for 4 more weeks beyond the offer validity period indicated in the tender. The Bank Guarantee shall be encashable at Chennai. 2) Bidders are requested to upload the scanned copy of DD/Pay Order/Bank Guarantee online towards EMD submission along with the bid and forward the original EMD enclosed in an envelope addressed to The General Manager (O), Kamarajar Port Limited, Rajaji Salai, Chennai-600001, super scribing Tender Number & Tender date by speed post / Registered Post / Courier Service to reach the office of The General Manager (O) before the tender closing date. 3) Timely submission of the EMD is the responsibility of the bidder and no reasons / excuses in this regard will be entertained by KPL. 4) Bids offered without EMD details along with Part-I bid will be summarily rejected. 5) The Bids of bidders will not be considered, if the date of issue of EMD (DD/BG) is later than the tender closing date.

Page 10 of 55

6) Bids will not be considered if the online details of EMD do not match with physical copies submitted. 7) EMD of unsuccessful bidders will be returned after finalization of the tender and shall be Interest free. 8) Exemption from submission of EMD Following bidders shall be exempt from submission of EMD: a) State & Central Government of India departments, Public Sector Undertakings. b) Firms registered with NSIC under its “Single Point Registration Scheme”. (Exemption will apply only to items / service indicated under description of work / supplies / services & value upto which bidders are registered with NSIC). To qualify for EMD exemption, firms should necessarily upload valid copy and submit the copy of the registration certificate along with the list of items/services for which they are registered, as issued by NSIC in Part-I offer / bid. Firms in the process of obtaining NSIC registration will not be considered for EMD exemption. c) All Micro and small Enterprises subject to their submission of valid registration Certificate from competent authority regarding their Micro/Small Industry status.

7. The Submission of Proposal The bid shall be submitted in two parts, Technical and Commercial. The Bids should be submitted in the NIC’s e-procurement Portal in the corresponding section Technical and Commercial. Instructions regarding the submission procedure in the portal is provided in section 8.0 of this RFP. 1. Bidders have to submit the following documents to KPL in Hard copy (by post or courier) before the last date of submission of Bids: 1) Letter of Undertaking (Format #1) 2) Conflict of Interest (Format #8) 3) EMD (DD or BG as per Format #11) 2. Bidders have to submit all the documentary proof in support of the eligibility criteria listed in clause 4.0 above along with the following documents in the e-procurement portal (www.eprocure.gov.in) in the Technical Bids Section: 1) Profile of the Bidder (Format #2) 2) Project Experience of Bidder (Format #4) 3) TEF acceptance format (Format #3) 4) Details of Project team (Format #5) 5) CV of the Team Members (Format #6) 6) Litigation Impact Statement (Format #7) 7) Non-Disclosure Agreement (Format #9) 8) Bidder’s compliance Statement on: a. Understanding of KPL Requirements b. Project Plan and Resource Loading c. Project Structure, Escalation, Reporting d. Methodology for implementation. 3. Bidders have to submit the Price Bid in the e-procurement portal (www.eprocure.gov.in) in the Price Bids Section. Only the Excel file (latest, if any) uploaded in the e-procurement portal should be used.

Page 11 of 55

8. Instruction to the Bidders: Special Instructions to the Contractors/Bidders for the e-submission of the bids online through the CPPP eProcurement Portal (https://eprocure.gov.in/eprocure/app) is as follows: 1. Bidder should do Online Enrolment in this Portal using the option “Click Here to Enroll” available in the Home Page. Then the Digital Signature enrollment has to be done with the e-token, after logging into the portal. The e-token may be obtained from one of the authorized Certifying Authorities such as eMudhraCA / GNFC / IDRBT / MTNLTrustline / SafeScrpt / TCS. 2. Bidder then logs into the portal giving user id / password chosen during enrollment. 3. The e-token that is registered should be used by the bidder and should not be misused by others. 4. DSC once mapped to an account cannot be remapped to any other account. It can only be Inactivated. 5. The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then attached along with bid documents during bid submission. This will ensure lesser upload of bid documents. 6. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the documents as per the tender document; otherwise, the bid will be rejected. 7. The BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only. 8. If there are any clarifications, this may be obtained online through the eProcurement Portal, or through the contact details given in the tender document. Bidder should take into account of the corrigendum published before submitting the bids online. 9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document, they can be clubbed together. 10. Bidder should arrange for the EMD as specified in the tender. The original should be posted/couriered/given in person to the Tender Inviting Authority, within the bid submission date and time for the tender. 11. The bidder reads the terms and conditions and accepts the same to proceed further to submit the bids 12. The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or problem during the bid submission process. 13. There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the Memory available at the Client System as well as the Network bandwidth available at the client side at that point of time. In order to reduce the file size, bidders are suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the size of file also gets reduced. This will help in quick uploading even at very low bandwidth speeds. 14. It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that he/she completes the Bid Submission Process. Bids which are not Frozen are considered as Incomplete/Invalid bids and are not considered for evaluation purposes.

Page 12 of 55

15. In case of Offline payments, the details of the Earnest Money Deposit(EMD) document submitted physically to the Department and the scanned copies furnished at the time of bid submission online should be the same otherwise the Tender will be summarily rejected 16. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues. 17. The bidder may submit the bid documents online mode only, through this portal. Offline documents will not be handled through this system. 18. At the time of freezing the bid, the eProcurement system will give a successful bid updation message after uploading all the bid documents submitted and then a bid summary will be shown with the bid no, date & time of submission of the bid with all other relevant details. The documents submitted by the bidders will be digitally signed using the e-token of the bidder and then submitted. 19. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening event. 20. Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored in the system. System does not certify for its correctness. 21. The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected 22. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to this time during bid submission. 23. All the data being entered by the bidders would be encrypted at the client end, and the software uses PKI encryption techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission and not viewable by any one until the time of bid opening. Overall, the submitted bid documents become readable only after the tender opening by the authorized individual. 24. During transmission of bid document, the confidentiality of the bids is maintained since the data is transferred over Secured Socket Layer (SSL) with 256 bit encryption technology. Data encryption of sensitive fields is also done. 25. The bidders are requested to submit the bids through online eProcurement system to the TIA well before the bid submission end date and time (as per Server System Clock).

9. Validity Period: Bids / Offers shall have the validity period of 180 Days from the last date for bid submission. Bidders are requested to offer 180 days validity as per Tender Terms. Technically qualified Bidder shall be given opportunity to accept validity as per tender in case of shorter validity quoted by bidder. Non-acceptance thereafter will be rejected by KPL as non-responsive.

In exceptional circumstances, prior to the expiry of the original quotation validity period, KPL may request the Company/Firm for a specified extension of the period of quotation validity. The request and the response thereto shall be made in writing and will be binding on both the parties.

Page 13 of 55

10. Instructions and Timelines for Responding 1. Any questions and/or requests for clarification relating to this RFP (Technical) should be sent to The General Manager (Operations), KPL at [email protected] by xx-xx-2019. KPL expects to respond to all questions by xx-xx-2019.

2. Documents and the bids in Response to the RFP must be submitted by xx-xx-2019 as detailed in Clause 7 above. 3. Please identify a lead contact within your organization for the purpose of this RFP and include all relevant contact details (e-mail address, phone number and office address) within your response.

11. Bid Rejection Criteria: a. Following bids shall be categorically rejected; i. The Bids received after tender closing date and time. ii. Bids received without EMD (other than those who are exempt from payment of EMD) as specified in the tender. iii. In case of e-tenders, if the date of issue of EMD (DD/BG) is later than the tender closing date. Note: Only e-offers uploaded through e-portal will be taken as valid offers for consideration and evaluation. Offers in any other forms such as received through tender box /courier/post etc. will not be considered for processing & treated as non-responsive.

b. Following bid rejection criteria may render the bids liable for Rejection: i. Incomplete/misleading/ambiguous bids in the considered opinion of KPL. ii. Bids received without/not meeting the pre-qualification criteria as per tender. iii. Bids with technical requirements and or terms not acceptable to KPL. iv. Validity period indicated by bidders is shorter than that specified in the tender enquiry. v. In case of e-tenders, the original of the uploaded copy of EMD (DD/BG) if received after the tender closing date. vi. Bidders not agreeing to furnish Performance Bank Guarantee (PBG) for item/ supplies or not agreeing for retention of equivalent amount by KPL up-to the period till Completion of contractual and guarantee / warranty obligation. vii. Bidders not agreeing to furnish required Security Deposit till completion of the Supplies/services. viii. Bidders not submitting for Non disclosure Agreement (NDA) without deviations.

12. Overview of Evaluation Process (Two Part Offer): 1. Bidders have to submit documents to KPL such as Letter of Undertaking, Conflict of Interest and EMD by Post / Courier. 2. Bidders have to submit Technical Bid documents in the CPPP e-procurement portal (https:// www.eprocure.gov.in) in the Technical Bids Section 3. Bidders have to submit the Price Bid in the e-procurement portal (www.eprocure.gov.in) in the Commercial / Price Bids Section. Only the Excel file (latest, if any) uploaded in the e- procurement portal should be used.

Page 14 of 55

4. The Technical bids of only those bidders who have submitted EMD to KPL by Post / Courier will be considered for pre-qualification/technical evaluation. 5. In the first stage, only TECHNICAL BID will be opened and evaluated. Those bidders satisfying the eligibility criteria and the technical requirements as determined by KPL and accepting the terms and conditions of this document shall be short-listed. 6. The commercial/price bids of only those bidders who qualify in the technical evaluation process will be considered for commercial evaluation. 7. The Bidder who have quoted the lowest commercial bid will be awarded the work subject to the submission of security deposit/ performance guarantee and signing of contract.

During evaluation of bids, KPL may, at its discretion, ask the bidder for clarification of its bids. Also KPL reserves the right to accept or reject any bid, and to annul the tendering process and reject all bids, at any time prior to the award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected Company/Firm or Company/Firms on the grounds for KPL’s action.

13. Security Deposit: The successful bidder shall submit Security Deposit for an amount of 10% on the value of the contract/ order excluding Taxes & Duties in the form of DD /Pay Order/ Bank Guarantee in the prescribed format as per Format #12 in favour of Kamarajar Port Ltd., payable at Chennai within15 working days of KPL from the date of Purchase Order. In case of Bank Guarantee, BG shall be from Nationalized / scheduled Banks excluding cooperative banks in the prescribed format and valid initially for two years plus additional 4 weeks (for claim period).. Security Deposit will be returned only after successful completion of Warranty period. Refund of Security Deposit whenever considered admissible by the Purchaser shall be refunded without interest. In the event of failure to execute the order satisfactorily, the Security Deposit will be encashed by KPL. The Bank Guarantee shall be encashable at Chennai. Note: 1. KPL does not extend any concessions such as exemptions in payment of Security Deposit to any organizations irrespective of their status like NSIC and SSI etc. 2. In case of BG towards SD, please ensure that the BG is sent directly to KPL by Registered Post with A.D. from the issuing Bankers in a sealed cover. It helps to avoid the time required for ascertaining the veracity of signatories to the Guarantee and its authentication.

14. Delivery period / completion schedule: The delivery/installation and commissioning of the items at the site should be within 8 weeks of placement of order. The Installation, Testing and Commissioning should be completed within 12 weeks from the placement of order.

15. Inspection & Work Completion. All items supplied as per scope at Project Site at Kamarajar Port Administrative Office, Chennai- 600120 shall be visually inspected by KPL. Only After visual inspection & Acceptance by KPL Official items to be installed. Final Work Completion Certificate for execution of entire scope or supply/services as defined in order certified by User Dept on satisfactory completion of work & acceptance by user.

Page 15 of 55

KPL shall carry out necessary inspection of the items on receipt in the KPL on the basis of the Inspection documents submitted by suppliers. Any objection raised by KPL inspection team against quality of material or workmanship shall be satisfactorily corrected by the supplier at his expenses including replacement as may be required within shortest possible time within 30 days. Items damaged during transit shall also be rectified or replaced by the supplier free of cost within shortest possible time.

16. Project Resources /Management

The successful bidder is expected to designate a Project Manager who will be the Single Point of Contact (SPOC) for the project duration. The Project Manager proposed from bidder must have a minimum 5 years of experience in executing & managing Data centre projects. (CV along with Client reference to be provided). Additionally the Project team shall consist of adequate technical personnel .

The details of proposed PM and the other technical personnel are required to be submitted as per format in Format #5 and Format #6.

17. Commercial Terms: 17.1 Indicative Price bid format (All Amount in INR): Basic GST Other Total Charges ( S. Rate taxes, Rs.) Description No. (Rs) Duties (inclusive of all Taxes) 1 SUPPLY, INSTALLATION, TESTING, COMMISSIONING OF MODULAR INTEGRATEDDATA CENTRE INFRASTRUCTUREWITHINTELLIGENT RACKS ANDINBUILT HVAC, ELECTRICAL, BUILDING MANAGEMENT SYSTEM, INCLUDING CIVIL WORKS AND INTERIORS 2 Post Warranty operational & maintenance Support (AMC) – primarily offsite support and onsite on need basis: (For Three Years) TOTAL

Please Note while quoting-  The rates quoted above should be inclusive of all expenses including out of pocket expenses, travel, boarding lodging etc. at the respective locations. If there are any other charges quoted separately the bid will not be considered and may be disqualified.  Taxes and Levies to be specified clearly in terms of Amount in Rs. (NOT in Percentage)

Bidders have to use the latest (if any) Excel file available in the e-procurement Portal for uploading the Price Bid in the e-procurement portal.

Page 16 of 55

17.2 Payment Terms Payment for Supply & Installation: 1. 40% of the Supply and installation cost to be paid on delivery of the equipment at site. 2. 60% of the Supply and installation cost to be paid upon installation, testing and commissioning.

Payment during AMC (after warranty period): The AMC charges will be paid annually in advance.

Milestone payments indicated above is due after delivery/ successful commissioning & acceptance by KPL at the site as reduced by any deductibles and/or the amount leviable towards liquidated damages, penalty if any and after including taxes, dutiesetc. as may be payable between 25 to 30 days after receipt/completion of followings: - Complete set of the items / Equipment, spares. - Original Invoice documents in Triplicate with including Delivery challan(s). - Performance Guarantee as per tender/order. - Guarantee/Warranty certificate as per Tender/order. - Inspection/ Work completion Certificate from KPL User dept - Undertaking of Authenticity for IT Products supply. - Technical documentation/deliverables in requisite sets as required

Installation, testing and commissioning has to be carried out by the OEM. Also, the support services during the warranty and post warranty AMC period should also be provided by the OEM.

18. Undertaking of Authenticity for IT Products Supplies: The successful bidder shall submit undertaking of Authenticity for IT Products from OEM on their letter head signed by authorized Signatory (from OEM side) as per prescribe format at Annexure-9 with original invoice for payment release purpose.

19. GUARANTEE/ WARRANTY: a. All the components of the installation at the project site , post the date of final sign off for / successful commissioning of the setup, shall be under comprehensive onsite warranty for a period of 1 years. The warranty for the items shall start from the date of successful installation & commissioning.

b. Round the clock support for trouble shooting in operational and technical area.All the updates, upgrades, new versions of any software/Firmware components installed should be available during the warranty period. All the licenses should be perpetual in nature. Documentary proofs of the licenses, in name of KPL, covering the warranty should be provided for all the items from the OEM.

During this period, all defects arising out of defective material and faulty workmanship will be rectified by repairing or replacing part or whole material as necessary, free of charge. Any consequential damage/defect or loss of items against this tender due to poor workmanship/poor material quality/negligence etc. attributable to the bidder to be rectified/replaced by the bidder/OEM free of cost.

Page 17 of 55

Note: 1. During the warranty period, all visits by the firm’s technicians, for breakdown/ maintenance work will be on Non-chargeable basis. 2. Defectiveitems of all equipment’s will be retained by KPL as a matter of security policy.

20. Post warranty Annual Maintenance Contract (AMC) for Three years

1. OEM should provide the post warranty Operational and Maintenance Support (AMC). 2. Minimum one on-site visit has to be made every quarter (once in three months) for attending preventive maintenance activities. 3. Round the clock support for trouble shooting in operational and technical area. 4. OEM has to provide technical support for system maintenance, performance, performance tuning, upgrades etc during the support period.

21. Liquidated Damages: Time is an essence of the contract. Therefore, the job, as ordered, should be completed on the dates mutually agreed upon in accordance with the delivery schedule. In cases of delay not attributable to Purchaser beyond the agreed schedule (that is if the commission not completed by 12 weeks from the date of placement of order), the Supplier / Contractor shall pay liquidated damages, a sum representing 1% (One per cent) per week or part thereof, subject to maximum of 10% of the final Order / Contract value. Vendor / Contractor (Seller) will also be liable to pay Liquidated Damages for late delivery of Manuals & Documentation as agreed to by Purchaser and Supplier / Contractor (Seller) and as stated in the Purchase Order. The amount of such damages will be clearly defined in the Purchase Order and may extend upto 10% of the Order Value.

22. Force Majeure: If at any time during the existence of this contract either party is unable to perform in whole or in part any obligations under this contract because of war, hostility, military operations, civil commotion, sabotage, quarantine, restrictions, acts of God and acts of Government (including but not restricted to prohibitions of export and import), fires, floods, explosions, epidemics, strikes, or any other labour trouble embargoes, then the date of fulfilment of any obligations engagement shall be postponed during the time when such circumstances are operative. Any waiver/extension of time in respect of the delivery of any instalment or part of the goods shall not be deemed to be waiver/extension of time in respect of the remaining deliveries.

If operation of such circumstances exceed three months, either party will have the right to refuse further performance of the contract in which case neither party shall have the right to claim eventual damage.

23. Arbitration: All disputes or difference whatsoever arising between the parties out of or relating to the construction, meaning and operation or effect of this contract or the breach thereof shall be settled by reference to arbitration by a sole arbitrator to be nominated by the Chairman & Managing Director (CMD) of

Page 18 of 55

Kamarajar Port Limited. The award made in pursuance thereof shall be binding on both parties. The provisions of Arbitration and Conciliation Act 1996 shall apply to this arbitration. The venue of arbitration shall be Chennai.

24. Termination for Default KPL may, without prejudice to any other remedy for breach of work order, by written notice of default, sent to the Bidder, terminate this work order in whole or in part. If the Bidder fails to deliver any or all of the services within the time period(s) specified in the work order, or any extension thereof granted by KPL. If the Bidder fails to perform any other obligation(s) under the work order; and If the KPL, in either of the above circumstances, does not remedy his failure within a period of 7 days (or such longer period as KPL may authorize in writing) after receipt of the default notice from KPL.

25. Confidentiality All documents, information and reports relating to the assignment would be handled and kept strictly confidential and not shared/published/supplied or disseminated in any manner whatsoever to any third party, except with KPL’s written permission. In this regard bidder has to enter into Non Disclosure Agreement with KPL as per clause 22 below in the format provided in Format #9

26. Set off Any sum of money due and payable to the Bidder (including security deposit refundable to him) under this contract may be appropriated by KPL or any other person or persons contracting through KPL and set off the same against any claim of KPL or such other person or persons for payment of a sum of money arising out of this contract or under any other contract made by the Bidder with KPL or such other person or persons contracting through purchaser.

27. Merger & Acquisitions In case of mergers and acquisitions of Bidder Company, all contractual conditions and obligations shall automatically get transferred to acquiring company/entity and acquiring company must assume all the obligations of the contract till the end of the contract period.

28. Non Disclosure Agreement (NDA): a. The participating bidders shall have to submit signed NDA without any deviations on Company’s Letterhead by authorized Signatory from vendor side as per prescribed format at Format #9 while submission of technical bid on tender due date. b. After placement of order, successful bidder shall have to submit mutually accepted/agreed NDA on Non-Judicial stamp paper of value Rs. 100/- in two (2) originals. Agreement will be executed by authorized representatives from Vendor Side &Kamarajar Port Ltd.

29. Limitation of Liability: Limitation of Liability Except in cases of criminal negligence or willful misconduct, a. the successful bidder shall not be liable to the company, whether in Contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs and

Page 19 of 55 b. the aggregate liability of the successful bidder to the company, whether under the Contract, in tort or otherwise, shall not exceed the 100 % (hundred) of the Contract Price plus escalation, provided that this limitation shall not apply to any obligation of the successful bidder to indemnify the company with respect to workman compensation and Penalty.

Page 20 of 55

Annexure #1

1 Detailed Scope of work and Technical Specification

1.1 Integrated Data Center Infrastructure/ Intelligent Racks – 4 Racks

Kamarajar Port Limited(KPL) would like to install and deploy a Modular integrated Data Centreinfrastructure which shall be able to host critical IT technology hardware including the servers and network devices.It should be designed in a way that it offers scalability over a period. The design should consider redundancy, scalability and maintainability. In order to meet above requirements, KPL wishes to deploy Integrated Data Center Infrastructure/ Intelligent Racks which should deliver the following features and benefits.

Bidder should submit General Arrangement (GA) drawing for the offered product.

Bidder shall state as: Fully Compliant/ S. No Description of Requirements Partially Compliant/ No Compliant Make: Model No.: 1 Scope of Work 1.1 This specification covers intelligent integrated/inbuilt infrastructure, standalone system design, engineering, manufacture, assembly, testing at manufacturer’s works, supply, delivery at site, unloading, handling, proper storage at site, erection, testing and commissioning at site of complete infrastructure for the proposed Data Centre to be installed at M/s Kamarajar port ltd , Port admin office, Chennai-600120, as detailed in the specification, complete with all accessories required for efficient and trouble free operations 1.2 Modular and scalable design for power and cooling : All the components used to design the system should be redundant and in the Events of failure the components can be maintained easily. All the components of the infrastructure should be such that it can be easily dismantled and Relocated to different location. 2 Requirements 2.1 Intelligent Integrated Infrastructure with inbuilt hot and cold aisle containment of 4 racks should cater IT load up to 35 KVA 2.2 Intelligent Integrated Infrastructure essentially should include internal redundant or backup power supplies, environmental controls (Precision air conditioning, fire suppression, smoke detection, Water leak detection and humidity sensors), and security devices. Critical systems like UPS and Precision Air-

Page 21 of 55

conditioning systems should have N+N topology respectively. Environmental monitoring and power monitoring shall be done from IP based software. 2.3 The detail specifications of the intelligent integrated/inbuilt infrastructure, standalone system shall be in adherence to standard Data Centre guidelines thus shall be composed of multiple active power and cooling distribution paths, but only one path active. Shall have redundant components. 3 The Intelligent integrated Infrastructure shall have following components:- 3.1 In-Row closed loop Air-Conditioning 3.1.1 Data center server and network racks should be equipped with In-row Variable / digital scroll cooling units to provide closed loop precision cooling system which should be able to cool the equipment’s uniformly right from 1st U to 42nd U of Rack 3.1.2 Precision Air Cooling should be should be of 35kW capacity N+N topology. Precision Air Conditioner should have following Features:  Cooling System should be DX (Variable) type in N+N Topology  Inbuilt Heater and Humidifier to cater IT load up to35kVA  Outdoor Unit 3.2 UPS System 3.2.1 UPS should be of 40 kVA in N+ N topology (Total 80KVA), rack mountable with pf upto 0.9 and efficiency at least 92-94%, Other featuresof UPS system are as follows:  True On-line UPS with Widest input range (228V-478V)  Double conversion and IGBT technology : Full IGBT Rectifier /Battery Charger and IGBT based Inverter  Facility for remote monitoring  N+N redundancy should be provided. 3.3 Power Distribution 3.3.1 IP Rack PDU (Vertical) - with 42 sockets (36 IEC C13 &6 IEC C19)- 02 Nos. for each Rack with2.5 mtr. power chord (each rack is having two PDU's). 3.4 Main Electrical Panel and Cabling 3.4.1 DB panel should be mounted on to utility rackonly with all internal cabling integrated into the same. Essential MCB/MCCB should be provided with electrical system 3.5 Fire Detection and Suppression 3.5.1 Fire detection and suppression system : Fire detection and suppression system should be mounted in panel adjacent to Smart Racks to avoid consumption of any usable U space an In- rack built-in feature of solution. It should have Fire alarm and fire suppression unit and the fire suppression agent should be NOVEC 1230 Gas as per NFPA 2001 guidelines 3.6 Blanking Panel: 70%

Page 22 of 55

3.7 Environmental Controls 3.7.1 Each set of intelligent rack should include basic environmental controls:  Smoke Detector  Water Leak Detection system  Temperature/ Humidity Sensor  Door Sensor  Alarm beacon 3.7 U Space 3.7.1 Intelligent racks should have Min 149 U (total) space available for IT equipment’s and network equipment & with both UPS inside the racks 3.7.2 Racks 42 U racks of dimension 600 mm x 1800 mm, 03 numbers & 42 U racks of dimension 800 mm x 1800 mm, 01 numbers 3.7.3 Monitoring 3.8.1 Each set of Integrated racks should have IP based monitoring facility of all the passive parameters inside racks. 3.8.2 Capable for Email / SMS Alerts 3.9 Other features: 3.9.1 The Intelligent integrated infrastructure would provide much functionality and some of the key functionalities are - Cold aisle &hot aisle contained, Fire rated cabinet, insulation, remote Management and single OEM. 3.9.2 Intelligent integrated infrastructure would have provision to add an extra rack in future. It should be flexible, adaptable, controllable infrastructure. 3.9.3 Biometric access control system provided should be controlled by access control panel 3.9.4 Cooling, UPS and monitoring system should be from single OEM

Detailed Specification of Components: 3.10 Uninterrupted Power Supply (UPS) System 3.10.1 General Description: Supply, install, test and commissioning of true online, double conversion, high efficiency, and high power factor Uninterruptible Power Systems (UPS) rated at 2 x 40 KVA with battery backup support for combined 30 minutes on full load. UPS shall be rack mountable &The backup batteries should be supplied with the necessary arrangements to mount outside the cabinet. 3.10.2 Configuration: 2 x 40kVA(N+N Redundancy) 3.10.3 Scope

Page 23 of 55

3.10.3.1  The scope shall include design, supply, installation, testing and commissioning of the complete UPS system and related accessories including:  All Server racks will get power feed from two independent 40 KVA UPS systems to ensure redundancy.  All systems should be tested in factory as per the manufactures recommended procedure for all operating parameters and the test results should be provided during the installation.  Delivery at site, unloading, handling, installation of complete system including interconnection from the UPS system to batteries and to input / output panels switches. All interconnections shall be done using multi-strand Flexible Copper conductor cables of appropriate sizes.  Scope includes battery bank connections and providing safety barriers for all bus bars and cable connection leads on battery racks.  Energizing of UPS and Battery bank commissioning.  UPS control parameters setting and complete testing of system on load.-  Service backup by engineer till system is fully operational and subsequently training is to be provided to the concerned persons of the Institute. –  Any upgrade of the system hardware and associated other software during the warranty period should be supplied at free of charge.  Acceptance tests will be carried out after installation and the systems will be taken over only after successful completion of the acceptance tests. –  Operation and service manuals of the systems containing technical / Electronic drawings / circuit diagrams complete in all respects should be supplied. - 3.10.3.2 Specification / features of the Each UPS system are as follows:  Widest input range. -  Double conversion and IGBT technology. -  Full IGBT Rectifier / Battery charger -  IGBT based Inverter -  Batteries to support combined 30minutes full load backup. (Extra backup with external batteries and charger if required)  Power distribution panels  Facility for remote viewing  Easy to expandin a cost effective way 3.10.4 UPS other technical specification 3.10.4.1 General UPS type ON-LINE Model Name ITA Series Rating (VA/W) 40,000 VA / 36,000 W Make EMERSON / Liebert

Page 24 of 55

Technology IGBT with PWM Switching Crest Factor 3:1 Invert efficiency >96 % Overall efficiency 94.5 % 3.10.4.2 INPUT RATINGS Nominal Input Voltage 415V AC (3-Phase) Permissible input voltage 228 V – 478 VAC variation at full load Nominal input frequency 50 Hz Permissible input frequencies 40 Hz to 70 Hz variation Input power factor at full load > 0.99 at full load Input socket Anderson connectors 3.10.4.3 OUT PUT RATINGS Nominal output voltage 380V (3-phase) / 230V (1-phase) Output Voltage regulation < +/- 1% Output voltage distortion <2% total harmonic distortion (THD) for 100% linear loads <5% THD for 100% non linearloads. Nominal output frequency 50 Hz Waveform Pure Sine wave Power factor 0.9 lagging Over load capability 125% for 5 minutes, 150% of full load for 1 minute, with automatic transfer to bypass Output sockets Anderson connectors Transient recovery time Within 20 milliseconds to +/- 1% 3.10.4.4 BYPASS Voltage Range +15% -20% Frequency 50/ 60Hz Frequency Range +/-20% 3.10.4.5 BATTERY PARAMETERS Type SMF No. of battery blocks 32-40 Battery nominal voltage 12V Battery Voltage 384-480Vdc 3.10.4.6 ENVIRONMENTAL PARAMETERS Operating temperature 0 to 45 deg. Centigrade Storage temperature -15 to 45 deg. Centigrade Relative Humidity 95% RH non condensing Altitude 1000 meters Temperature de-rating 30-40deg de-rating Altitude de-rating < 1000m; derating according to GB/T3859.2 when higher than 1000m Noise level <58db 3.10.4.7 MECHANICAL PARAMETERS

Page 25 of 55

Height X width X Depth (MM) 173 X 435 X 800 Weight 75 Kg Ventilation Forced - Air cooled Cable Entry terminal block Color / Panel finish EG7021 Protection IP20 3.10.4.8 MONITORING SOFTWARE SNMP, Dry contact card, site monitoring / shutdown for multiple servers

3.10.5 Installation and Configuration 1. The entire system shall be installed as per manufacturer’s recommendations & instructions including all interconnections for supply &controlcircuits. 2. All components shall be clearly identified using labels including battery cells individually. 3. Services of authorized representative or manufacturer for supervision of installation,connections, testing, & adjustments shall beprovided. 3.10.6 Testing and Commissioning 1. Under supervision of manufacturer’s representative all system functions, operations, protective features shall be checked & pre- set to ensure compliance or specifications. 2. Test the system as per recommendations & test listed below using pre-calibrated instruments. 3. Simulation of malfunctions to verify protective device operations. 4. Duration of supply on emergency. Low battery voltage alarm & shutdown, transfer & restoration of normal supply. 5. Remote status & alarm tests. 6. In case of test any shortfalls / faults, the same shall be rectified & test procedure shall be again repeated to establish satisfactory performance. 3.10.7 Cleaning On completion of installation, testing of the system all components, cabinets etc. shall be cleaned & unwanted material, debris shall be removed from site. Scratches dents if any shall be cleaned & touched up to match the original finish. 3.10.8 Drawings & Manuals Following drawings & manuals / information shall be submitted in at least THREE copies at appropriate stages & for handing over the system.  Manufacturer’s data for product, features, components & performance along with the offer.  Operation & maintenance manual with;  List of recommended spares & replacement components.  Detail operating instructions covering operations in normal & abnormal conditions.

Page 26 of 55

 Shop drawings showing detail fabrication, assembly of components, internal & interconnecting wiring, dimensions, plans & views, installation details access & clearance etc for approval.  Product certificates for Brought out items.  Factory test certificates & Inspection report.  Field test reports. 3.10.9 Maintenance and Support After Sale Service  Service shall be guaranteed by supplier during defect liability period / guarantee period.  Product OEM shall offer the Data Centre with 24 x 7 services through their authorized service engineer for a period of at least 1 years.  Product OEM shall provide ON SITE warranty for 1 year from the date of taking over of the equipment after the acceptance tests.  The batteries must carry ON SITE warranty for minimum period of 12 months from the date of installation.

3.11 Precision Air Conditioning System of 35kW Capacity (N+N) 3.11.1 Configuration Supply, installation, testing and commissioning of DX Type Air-conditioning units designed specifically for high sensibleheat ratio with variable cooling technique tomatch the low latent loads of systems to beinstalled in the integrated cabinet for effective and uniform distribution of cooling. 3.11.2 Direct Expansion 3.11.2.1 Cooling Circuits  One refrigeration circuit, incorporating a high efficiency, fully hermetic variable capacity compressor with crankcase heater, safety valve, filter drier, moisture indicating sight glass, liquid line solenoid valve and an externally equalized expansion valve.  Each compressor is equipped with pre-set high and low pressure switches for protection against high condensing and low evaporating temperatures. The low pressure switch features an automatic reset (with an adjustable delay for winter start-up).  The unit shall be provided with additional protection against high ambient temperature. When the temperature goes over the design conditions, the unit remains in operation with partial load (20% decrease against required). If such protection is not sufficient High Pressure switch shall generate an high pressure alarm and the unit shuts down - manual reset shall be required.  The inclined evaporator coil is manufactured from copper tubes, mechanically bonded to hydrophilic painted aluminum fins, with a stainless steel condensate drain pan. The large face area/low velocity coil allows precise control of temperature and humidity* during cooling and dehumidification*, and is designed to optimize fluid velocity and minimize pressure drop.  The moisture indicating sight glass, liquid line solenoid valve and

Page 27 of 55

expansion valve for each circuit are mounted in a service compartment, isolated from the air stream, to allow checking and adjustment while the unit is in operation. 3.11.2.2 Fan Section  Units is offered with two plug EC Direct Drive Fan, High efficiency, external rotor electronically commutated (EC) motor with integrated electronics, True soft start characteristics (inrush current lower than operating current), Backward curve, corrosion resistant aluminum fan wheel, Maintenance free design and construction. The fan section shall be designed for higher air flow. The fan shall be protected over temperature of motor, electronics, locked rotor protection, short circuit of motor output. Fans are IP54, Protection class F. 3.11.2.3 Cabinet and Frame  The unit shall be powder painted panels with ½” (or 10mm) insulation. A hinged control access panel opens to a second front panel which is a protection enclosure for high voltage components. The frame is painted with a powder coat finish to protect against corrosion. The unit is totally front and rear accessible including any component removal. 3.11.2.4 Air Filtration  The filter cells are made of two deep pleated 4” filters rated MERV8 following ASHRAE 52.2 (45% by ASHRAE 52.1) or G4 following EN779, located within the cabinet, and accessible from the rear of the unit. Frame of the filter shall be made of galvanized steel.  Optional filters are available: MERV11 following ASHRAE 52.2- 1999 (45% by ASHRAE 52.1-1992) or F5 following EN779.  Clogged filter alarm is available for standard and for optional filter. It sends a visual alarm to display. 3.11.2.5 Refrigerant  All units equipped with direct expansion circuit are suitable for R410A refrigerant. 3.11.2.6 Microprocessor Controller  Air conditioning models should be controlled by microprocessor based controller. It can be programmed to control the function of every device within the unit via I/O.  The controller allows setting and monitoring of the room parameters. Unit utilizes multiple temperature sensors placed at the rack inlet, to ensure management and control of temperature by rack. Each unit should be connected up to 10 Sensors.  The controller should allow setting and monitoring of the following space parameters: o Air inlet Temperature o Air supply Temperature (remote sensors at rack inlet) o Return Temperature set-point o Supply Temperature set-point

Page 28 of 55

o Return Temperature band o Supply Temperature band o Humidity (inlet) o Humidity set-point o Humidity band o Rack Min, Max and Average temperature  The example of available warnings / alarms: o High supply temperature o Low supply temperature o High return humidity o Low return humidity o Loss of airflow o Compressor Low Pressure o Compressor High Pressure o Electrical heater high temperature (When applicable) o Clogged filter o Customer input (No 4 inputs) o LP transducer fail o Call service (customer input) o High temperature (customer input) o Unit hours exceeded o Compressor hours exceed o Humidifier hours exceed o Supply sensor failure o Network failure o Humidifier problem o Digital scroll high temperature o Smoke detected o Fire alarm o Rack sensor failure o etc  Following features should be incorporated in the controller: o Status Report of the latest 400 event-messages of the unit. o Input for remote on-off and volt-free contacts for simple remote monitoring of low and high priority alarms: high/low temperature, high/low refrigerant pressure, fan/control failure, compressor/control failure and others are available o LAN management: functions provided as standard include stand-by (in case of failure of the unit in operation, the second one starts automatically), and automatic rotation. At least one unit in the LAN has to be equipped with ColdFire large display o Automatic restart is provided after a power failure. 3.11.2.7 Monitoring  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

Page 29 of 55

control a wide range of operating parameters, alarms and notifications thanks to a standard web browser (Internet Explorer). The card utilizes standard Ethernet cables (different cable lengths are available for your convenience on the Connectivity price list).  The unit shall also include input volt-free contacts for simple remote monitoring of low and high priority alarms: high/low temperature, high/low refrigerant pressure, fan/control failure, compressor/control failure and others are available. 3.11.2.8 Condenser  The condenser should be with fan speed controller designed & set for usages of R410A refrigerant. Condenser should be worked -20 deg C to 46 deg C ambient temperature. The condenser frame shall be made up of a sturdy GI structure. The motorized fan shall be IP54, protection class F 3.11.2.9 Additional Features - Humidifier  The unit is fitted with an canister type steam humidifier suitable for use with water of varying degrees of hardness, provided that the water is not treated or demineralized (Conductivity range 125-500S/cm). The humidifier is complete with a water inlet valve, water outlet valve and a maximum water level sensor, disposable cylinder, steam distributor and electronic controls. Humidifier control is of the ON-OFF type, can be also disabled by remote contact (Optional - humidifier and reheat lockout). Humidifier is removable from the rear of the cabinet.

3.12 Racks & Accessories Rack Containment Frame is 42 U, 19'' mounting type with standard Rack + Cold & Hot Aisle Containment Rack frame is, scalable and modular with safe load carrying capacity of 1000 Kg Color shade of Rack is RAL 7021 Base plinth with 100 mm height Cable entry provision from top & bottom both side of rack Cut outs with rubber grommet on top and bottom cover of rack for cable entry Vertical Cable manager on both LHS & RHS on rear side Front & Rear glass door for complete 42U height visibility Thermally insulated cold aisle chamber Blanking panels to prevent air mixing Fixed Shelf to be provided Plastic Cable duct on vertical LH & RH section of racks for cable routing Front Rack doors to be provided with Biometric Access Control with 02 nos. of Electromagnetic lock per door Gas spring to be provided on front doors of racks LED light to be provided on each rack

3.13 Safety and Security Systems

Page 30 of 55

3.13.1 Biometric Based Access Control The IP based Access Control System shall be used to serve the objective of allowing access to authorized personnel only. The system deployed will be based on Biometric Technology. The front rack doors will be provided with magnetic locks, and will operate on fail-safe principle through one common Biometric access control system. Rear doors will be operated through mechanical lock & key mechanism. The system would be designed and implemented to provide following functionality:  Configurable system for user defined access  Built-in Real Time Clock (RTC), calendar; complete Database stored locally and shall be capable of operating offline on standalone mode  Record, report and archive each and every activity (permission granted and / or rejected) with log formats  Fail safe operation in case of no-power condition and abnormal condition such as fire, theft, intrusion, loss of access control, etc.  At the biometric reader, user presents the finger to the biometric reader which is unique to each employee. The pattern is read and compared with stored data to grant / deny access. 3.13.2 Fire Alarm and Fire Suppression System The integrated infrastructure solution should be designed as a complete stand-alone unit with security, fire detection and fire suppression systems. Each of the systems is inter-operable and inter connected. Environmentally friendly NOVEC 1230 agent is used to ensure that no harm to human beings and environment is caused.

Following systems should be installed.  NOVEC 1230 Clean Agent for fire suppression system  Fire detection and alarm systems, with detectors and panel.  Access control system.  Protected area: The entire enclosed volume of theIntelligent Rack containment is protected with firedetection and fire suppression system. The doorsare secured by Access Control system.  The NOVEC 1230 system is designed and installed as per NFPA 2001-2012 Edition. SMPV, Petroleum and Safety Explosives Organization (PESO) approved cylinder filled with NOVEC 1230 is installed in specially designed Modular rack. 3.14 Monitoring Supply and installation rack mountable monitoring system with Sensors & notification system. The system shall continuously collects critical information from network connected devices such as UPS system, Cooling Units , temperature & humidity sensors, Door sensors, Water Leak sensor and other dry contact monitoring. Beacon & Buzzer-Sound and Flash Led Alarm. Based on pre-set parameters, automated email alerts are sent to the intended recipients Intelligent Rack environment remote monitoring

Page 31 of 55

Modbus 485 Communications SNMP Communication Single window for monitoring all sensors Data and logs of historical information of alarms and notification Temperature & Humidity Sensor, with LCD display and RJ45 connector Door opening sensor with RJ 45 connector Water leak detection sensor with RJ45 connector Smoke detection sensor with RJ45 connector Alarm device with LED flash and sound option

Page 32 of 55

Annexure #2 DETAILS OF THE PRPOSED DC LOCATION AND THE PROPOSED LAYOUT

1. Floor diagram ofthe proposed DC location

10 ft Present Glass windows

5.5 ft

10 ft

14 ft 19.5 ft

Door

Note: Presently Located in First Floor (no office above).

2. Proposed Data Centre Layout

Page 33 of 55

ANNEXURE# 3 DETAILS OF THE EXISTING IT SYSTEMS AND INFRASTRUCTURE AT KPL

1. Details of Servers/Databases in KPL:

POMS & Online Pass System: 1. POMS Server – HPE Blade Server - 1 No. (model: ProLiant BL660c Gen8 ) 2. Online Pass System - HPE Blade Server - 1 No. (model: ProLiant BL460c Gen8 ) 3. HPE Blade enclosure – 1 No. Active Directory & Cisco ISE: 4. Cisco UCS C220 Server (VMware – Primary AD & Cisco ISE at Port Office) 5. Cisco UCS C220 Server (VMware – Secondary AD & Cisco ISE at Corporate Office) Anti Virus Server (Symantec): 6. Dell (Model PowerEdge R630 RFID based Pass System: 7. Pass Issuance System – 2Nos. (Model: Lenova X3650 M5) 8. Gate Server – 4Nos. (Model: Lenova X3650 M5)

SAP System (primary DC Site at Port Office): 9. HPE SAP HANA Appliance - 3 Nos. (model: HPE CS500 HANA Scale-up) – For HANA Database 10. HPE Server (4 Socket) - 1 Nos. (model: HPE DL560 Gen9 E5-4669v4) - (VMware – multiple VMs primarily with SUSE Linux) 11. HPE Server (2 Socket) - 2 Nos. (model: HPE DL380 Gen9 E5-2699v4) - (VMware – multiple VMs primarily with SUSE Linux) Storage (primary DC Site at Port Office): 12. HPE Tape Library - 1 No. (model: HPE MSL4048 0-Drive Tape Library) 13. EMC Unified Storage - 1No. (model: VNXe3200)

2. Details Network components:

Cisco Application Centric Infrastructure (in DC at Port Office) 1. ACI Controller (APIC Cluster -M2) - 3Nos. 2. ACI Spine (Cisco NEXUS N9K-C9336 PQ) – 2 Nos. 3. ACI Leaf (Fiber) (Nexus 9300) – 2 Nos. 4. ACI Leaf (Ethernet) (Nexus 9300) – 2 Nos. Firewall: 5. Cisco ASA 5525-X with FIREPOWER services, IPS, AMP, URL License (1 at Port Office ) Router: 6. Cisco ISR 4431 (1 at Port office ) Core Switch 7. Cisco Catalyst 3850 (1 at Port office ) Access Switch 8. Cisco 2960-X (24 ports, 48 ports, with POE & without POE, etc.)

Page 34 of 55

3. Network diagram

NOTE: The Network Diagram (high-level) installed at KPL is provided below for overall understanding of the KPL's IT infrastructure.. Equipment at onlythePortoffice only is under the scope of work of the Tender.

Page 35 of 55

FORMAT #1 PROFORMA OF LETTER OF UNDERTAKING (To be submitted by the Bidder in hardcopy before the last date of the submission of Bid)

Ref: Dated: To The General Manager (Operations) Kamarajar Port Limited Rajaji Salai, Chennai-600001 , India

Ref.: KPL’s e-tender no.______Dear Sir, 1. Having examined the bidding documents, including Addenda, the receipt of which is hereby acknowledged, we, the undersigned, offer the above-named offered the services in full conformity with the said bidding documents for the sum as mentioned in Price Bid or such other sums as may be determined in accordance with the terms and conditions of the Contract. 2. We further undertake, if invited to do so by you, and at our own cost, to attend a clarification meeting at a place of your choice, for the purpose of reviewing our Bid and duly noting all amendments and additions thereto, and noting omissions there from that you may require. 3. We undertake, if our bid is accepted, to commence execution of work as per the offer and to achieve completion within the respective times stated in the bidding documents/quoted by us in our bid. 4. If our bid is accepted, we undertake to provide a Performance Bank Guarantee in the form, in the amount, and within the time specified in the bidding documents. 5. We agree to abide by this bid, which consists of this letter and Attachments hereto, for a period of 180 (One hundred & eighty) days from the date fixed for submission of bids as stipulated in the bidding documents, and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period and extended period if any. We also agree that we shall not vary/ alter or revoke our bid during the said period and extended period if any. 6. We submit herewith the prescribed EMD of ………. (Rupees ……..) in the form of Bank Draft/ Pay- order/Bank Guarantee. 7. We confirm that Company shall have the right to impose forfeiture of EMD if we do not comply with the above undertaking. 8. Until a formal Contract is prepared and executed between us, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. 9. We hereby confirm that before submission of this bid, we have visited the site and fully acquainted with local conditions and factors for execution of works covered under Bid documents and technical specifications and that we shall have no claims against Company on these counts at any time. 10. We understand that you are not bound to accept the lowest or any bid you may receive and in turn we will not have any rights to raise any claim, whatsoever it may be, due to or arising out of rejection of our bids. Dated this day of…………, 2019 ______[signature] In the capacity of ______(name /seal of organization)

Page 36 of 55

FORMAT # 2 PROFILE OF THE BIDDER

General Information Registered Name of the company Address of the Registered Office or Head Office Mailing address of the Bidder PAN GSTN Number Phone Number (with STD code) Fax Number E-mail ID Type of Entity Date of Establishment Name of the Chief Executive Name of the Authorized Signatory Phone No. and E-mail ID of the Authorized Signatory Name of the Contact Person Phone No. and E-mail ID of the Contact Person Other details, if necessary Commercial Information 2015-16 2016-17 2017-18 Revenue (in INR crores) Profit Before Tax (in INR crores) Revenue from IT Services (in INR crores) Net Worth (in INR crores) RTGS / NEFT Details Name of the Bank Bank (Branch) Postal Address Bank Account Number Nature of the Account Current / Saving / Cash Credit Account RTGS*- Code of the Branch NEFT** - Code of the Branch MICR Code RTGS* - “Real Time Gross Settlement”, NEFT** - “National Electronic Fund Transfer”. These “IFSC” Codes are unique numbers of each Branch – “ Indian Financial Services Code”. For some Branches both the codes are the same and some Banks, may maintain one Code No. for RTGS and another Code No. for NEFT. Hence, please fill-up both the rows, even if it is the same.

Name and Designation of Signatory: Seal& Signature of Authorized Person Name of Firm: Address :

Page 37 of 55

FORMAT # 3 TEF ACCEPTANCE FORMAT

To The General Manager (Operations), KAMARAJAR PORT LIMITED, Chennai

E-TENDER No: 2019xxxxxxx

Sir,

We hereby accept all the below clauses of the Tender Enquiry Form (TEF) stipulated in the E-Tender No. 2019xxxxx 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23,24,25,26,27,28,29

COMPANY’S NAME &ADDRESS : ______SIGNATURE : DATE : ______NAME : DESIGNATION : ______BIDDER’S COMPANY SEAL:

NOTES : 1. Bidder(s) should carefully read the Terms & Conditions of the Tender Enquiry Form (TEF) prior to filling up this acceptance format. 2. This format should be properly filled, signed and returned by the bidder(s) along with their technical offer for considering their Bid. 3. Clause numbers shown in the above format also includes the sub-clauses under these clauses. For example, clause 3means – clause nos. 3, 3.1, 3.2, a), b), i), ii), & iii).

Page 38 of 55

FORMAT #4 PROJECT EXPERIENCE OF BIDDER

(Use separate sheets for each Project and attach appropriate evidences. Ensure that the number of projects presented are with specific reference to the Eligibility Criteria of this bid document.)

S. No. Requirement Details 1 Name of the Project (if any) 2 Project Location 3 Name of the company 4 The company address, contact name & number 5 The data centre Power / IT load 6 Project scope 7 Data centre type/ Technology/ no: Racks 8 Value of the work done (INR in Crores) 9 Date of award/signing of contract 10 Date of commencement of the work 11 Date of completion

Name and Designation of Signatory: Seal & Signature of Authorized Person Name of Firm: Address

Page 39 of 55

FORMAT #5 PROFILE OF THE PROJECT TEAM

(The personnel proposed to be deployed shall be professionally qualified from reputed universities/institutions having adequate experience in executing the proposed services)

Relevant Industry Exp. Task Prof. Duration S. (Name of Proposed Proposed Name Designation Qualification Exp. In of Team No. the Position to be Yrs. Member company assigned and project)

Note:- a) Personnel deployed having prior experience in design , build installation of integrated intelligent data centre racks with in-built infrastructure. b) Provide details of at least two most relevant project experiences (including roles and responsibilities) having scope similar to KPL c) Enclose detailed resumes of the personnel as per Format # 6.

Name and Designation of Signatory: Seal & Signature of Authorized Person Name of Firm: Address

Page 40 of 55

FORMAT #6 CV OF THE TEAM MEMBERS

(Use separate sheets for each Team Member)

The company name Name Proposed Deployment Role of the Candidate Expertise/Training on Professional Qualifications Number of Years with present Employer

Summarized Professional Experience in implementing relevant activity/service (for which the candidate is proposed for Company team) in reverse chronological order.

Company/Project/Position/Relevant From To Technical and Management Experience

Certification by the Authorized Signatory -

I, the undersigned, certify that to the best of my knowledge and belief, this resume reflects correct information and that the wilful misstatement described herein may lead to disqualification or dismissal of the above candidate.

Name and Designation of Signatory: Seal & Signature of Authorized Person Name of Firm: Address

Note: The Bidder must provide substantial evidence of the educational qualification and job/project experience of each personnel as stated in the RFP document (if required during tender evaluation time or the contract period).

Page 41 of 55

FORMAT #7 LITIGATION IMPACT STATEMENT

(Company letter head) [Date]

To The General Manager (Operations), Kamarajar Port Limited, Rajaji Salai, Chennai-600001

Reference: E-Tender No. ______

Dear Sir,

We hereby confirm that we are not blacklisted by KPL or by any State/Central Government institution or any Public Sector units.

We hereby also confirm that there is no litigation (including court, arbitration and other proceedings), inquiry or order from any regulatory authority, during the last 5 years current or pending against us, which if adversely determined might have material adverse impact on our ability to carry on our business or pay our debts as they fall due or on our ability to enter into any of the transactions contained in or contemplated in respect of providing the Services to KPL.

Name and Designation of Signatory: Seal & Signature of Authorized Person Name of Firm: Address

Page 42 of 55

FORMAT #8 CONFLICT OF INTEREST

To The General Manager (Operations), Kamarajar Port Limited, Rajaji Salai, Chennai-600001

Sir,

Sub: Undertaking on Conflict of Interest

We do hereby undertake that there is absence of, actual or potential conflict of interest on our part as the bidder or any prospective subcontractor due to prior, current, or proposed contracts, engagements, or affiliations with KPL. We also confirm that there are no potential elements (time-frame for service delivery, resource, financial or other) that would adversely impact our ability to complete the requirements as given in the RFP. We undertake and agree to indemnify and hold KPL harmless against all claims, losses, damages, costs, expenses, proceeding fees of legal advisors (on a reimbursement basis) and fees of other professionals incurred (in the case of legal fees and fees of professionals, reasonably) by KPL and/or its representatives, if any such conflict arises later.

Yours faithfully,

Authorized Signatory

Designation Company Seal

Page 43 of 55

FORMAT # 9 NON DISCLOSURE AGREEMENT

THIS NON DISCLOSURE Agreement made at Chennai, India on this ______day of ______2019 between Kamarajar Port Limited a company registered under the Companies Act, 1956 and having its registered office at Rajaji Salai, Chennai-600 001 (hereinafter referred to as “KPL”) and ______a company registered under the Companies Act, 1956 and having its registered office at ______(hereinafter referred to as “______”).

KPL and ______shall hereinafter be collectively referred to as “the Parties” and individually as “a Party”.

WHEREAS A*. KPL has floated a tender and is required to provide certain information to (name of the bidder) to prepare his bid and/or AA **. The Parties are considering to enter into a ______for which each Party shall provide information (“Disclosing Party”) to the other Party (“Receiving Party”) which at present is confidential and not in the public domain. B. The Parties intend that the aforesaid information be kept confidential as between the Parties. The Parties undertake and declare that they shall not divulge, publish or reproduce the same before any party or person except in accordance with the terms of this Agreement. NOW THEREFORE the Parties agree as follows: 1. As used in this Agreement (hereinafter referred to as the “Agreement”) the term “Confidential Information” shall mean any technical, confidential, proprietary or trade secret information or data disclosed by the Disclosing Party in connection with the ______to the Receiving Party including without limitation any written or printed documents, specifications for the vessel, plans, general arrangement plans, production schedules, drawings, samples, models, information regarding business operations, financial information, marketing strategies, either in writing or orally or any means of disclosing such Confidential Information that the Disclosing Party may elect to use prior to the execution or during the validity of this Agreement. The Receiving Party agrees that all Confidential Information shall be treated as absolute confidential and the Receiving Party shall not disclose to any person such information otherwise than in terms of this Agreement. The Receiving Party will impose a similar duty of confidentiality on any person to whom the Receiving Party is permitted to transfer such information in accordance with the terms hereof. For the purposes of this Agreement, the term “Receiving Party” shall mean and include its officers, employees, directors, agents, contractors, representatives, affiliated companies, successors and assigns.

2. Nothing in this Agreement may be construed as compelling the Disclosing Party to disclose any Confidential Information to the Receiving Party or to enter into any contractual relationships with the Receiving Party.

3. Any information or data in whatever form disclosed by the Disclosing Party to the Receiving Party and which (i) is clearly identified as Confidential Information by an appropriate and conspicuous marking or (ii) has been identified as Confidential Information at the time of disclosure shall be subject to the relevant terms and conditions of this Agreement. The Disclosing Party’s decision whether any

Page 44 of 55 information disclosed by it under this Agreement is confidential or not shall be final and binding on the Receiving Party.

4. The Receiving Party hereby covenants that the Confidential Information received from the Disclosing Party shall: (a) Be safely kept by the Receiving Party; the Receiving Party shall protect the Confidential Information with the same degree of care as the Receiving Party uses with its own confidential information in order to prevent its disclosure, copy and / or its use (but in no event less than reasonable care) for purposes other than the Proposal. (b) Be only disclosed to, and used by, those employees or directors who have a need to know. (c) Not be disclosed to a third party except those with a need to know provided they receive such information subject to the same restrictions as are contained in this Agreement. (d) Be used by the Receiving Party directly or indirectly, solely for the purpose of considering, evaluating and effecting the tender/bid/contract. 5. The Receiving Party shall promptly upon requests by the Disclosing Party at any time return all copies of the Confidential Information communicated to it hereunder together with all copies and extracts made thereof and shall not retain any copies of the same, in any form whatsoever.

6. The Receiving Party shall have no obligations or restrictions with respect to: (a) Information publicly known through no wrongful act of the Receiving Party. (b) Information rightfully disclosed by a third party without breach of this Agreement by the Receiving Party and which can be communicated without restriction. (c) Information which was already known or which was independently developed by the Receiving Party (provided that the Receiving Party can demonstrate the same). (d) Information, the disclosure of which the Disclosing Party authorizes in writing.

7. Nothing in this Agreement shall be construed as granting to the Receiving Party any patent, copyright or design license, or rights of use under similar intellectual property rights in respect of the Confidential Information.

8. The Receiving Party shall not without prior written consent of the Disclosing Party: (a) Disclose to any person, directly or indirectly: i) The fact that the Confidential Information has been made available to the Receiving Party by the Disclosing Party or that the Receiving Party has inspected any portion of the Confidential Information; or ii) The fact that any discussion or negotiation is taking place concerning the Proposal; or iii) Any of the terms, conditions or other facts with respect to the Proposal, including the status thereof; or (b) Make any private or public announcement or statement concerning or relating to the Proposal.

9. The Disclosing Party represents and warrants that save as otherwise notified in writing to the Receiving Party: a) Disclosure of information by it to the Receiving Party does not infringe the rights of any third party nor is it under any restriction with regard to the disclosure of any information, and that where

Page 45 of 55 applicable, it has obtained all licenses and consents necessary to enable the lawful disclosure of information by it to the Recipient; and b) It is not aware of any restriction on the use of such information by the Receiving Party, save as provided in this Agreement. c) To the effect that the foregoing representations and warranties shall be deemed to be given at the date of this Agreement and after that date upon and in respect of each disclosure. The Disclosing Party makes no warranty or representation whatsoever as to the accuracy, completeness, suitability or adequacy of any information or as to the results obtained from it and assumes no responsibility in respect of the use of the information by the Receiving Party.

10. The Receiving Party shall indemnify and hold harmless the Disclosing Party from and against any action, claim or proceeding and any loss, damage, costs, expenses or liabilities arising out of any such action, claim or proceeding, brought by any third party pursuant to any unauthorized disclosure or use of any information by the Receiving Party, or by any person for whom the Receiving Party is responsible under this Agreement, or pursuant to any breach of any undertaking, warranty or representation contained in this Agreement.

11. For the purposes of this Agreement ‘Classified Information’ shall mean information, documents and material of any kind which the respective Government i.e. Indian Government has given or caused to be given a security classification irrespective of whether the same is transmitted orally, electronically, in writing or by hand. Notwithstanding any other provision of this Agreement: a) Each Party hereto undertakes to follow security procedures prescribed for military purposes with respect to disclosure, receipt, production, use and handling of Classified Information. b) Any Classified Information, disclosed by one Party hereto shall be, whatever the method of disclosure be, identified by the Disclosing Party as Classified Information at the time of disclosure. c) The provisions of this Clause are to remain in full force and effect notwithstanding any termination by expiration or otherwise of this Agreement.

12. In the event the Receiving Party is required to disclose Confidential Information under any provision of law or upon an action, subpoena or order of a court of competent jurisdiction or of any requirement of legal process regulation or governmental order, decree, regulation or rule, the Receiving Party will immediately notify the Disclosing Party of its having received a request to so disclose (alongwith the terms and circumstances thereof), unless otherwise prohibited by law and consult with the Disclosing Party on action or steps to be taken in response to such request.

13. This Agreement represents the entirety of the agreement of the Parties relating to the disclosure of the Confidential Information and shall not be waived, amended or assigned by the Receiving Party except by prior written consent of the Disclosing Party. No failure or delay by any party in exercising any right, power or privilege hereunder shall operate as a waiver thereof nor shall any single or partial exercise of any right, power or privilege. The rights and remedies herein provided shall be cumulative and not exclusive of any rights or remedies provided by law.

Page 46 of 55

14. This Agreement shall be valid for a period of ______(______) years from the date of its execution between the parties. Notwithstanding the aforesaid, the obligations of Parties in connection with confidentiality under this Agreement shall survive in perpetuity.

15. The foregoing constitutes the entire Agreement between the Parties with respect to the subject matter hereof and supersedes and cancels any prior representation, understanding and commitment (whether oral and written) made between the Parties with respect to or in connection with any of the matter of things to which this Agreement applies.

16. This Agreement shall be governed by and shall be interpreted in accordance with the laws of India.

17. Any dispute arising in connection with or out of the validity, performance or the interpretation of this Agreement shall be finally settled by the competent jurisdiction in Chennai.

18. The Receiving Party acknowledges that any breach of the terms and conditions of this Agreement may cause the Disclosing Party irreparable damage for which recovery of money damages would be inadequate. Therefore, the Receiving Party agrees that the Disclosing Party shall be entitled, in addition to any other remedies available to it, to seek injunctive relief and/or other equitable relief to prevent or restrain any breach by the Receiving Party or its employees/officials, or otherwise to protect its rights, under this Agreement.

19. Unless otherwise provided herein, all notices or other communications under or in connection with this Agreement shall be given in writing and may be sent by personal delivery or post or courier or facsimile at the address as specified herein below:

To KPL Address: Phone No.: Fax: E-mail: To ______Address: Phone No.: Fax No. : E-mail: Any such notice or other communication will be deemed to be effective if sent by personal delivery, when delivered, if sent by post, 4 (four) days after being deposited in the post and if sent by courier, one day after being deposited with the courier, and if sent by facsimile, when sent (on receipt of a confirmation to the correct facsimile number).

IN WITNESS WHEREOF, this Agreement is executed by authorized representatives of both the Parties in two (2) originals.

Signed by the within named Signed by the within named

Page 47 of 55

KPL ______In the presence of In the presence of

Note: The above Agreement is to be drawn up by the contractor on non-judicial stamped paper of value Rs.100/-. The value of stamp paper to be confirmed from Legal Department, KPL * - A: Pre-submission of Bid **- AA: Post Entering of Contract

Page 48 of 55

FORMAT #10 MODEL CONTRACT AGREEMENT (To be submitted by the Successful Bidder after issue of LOA)

This CONTRACT (hereinafter together with ………..appendices attached hereto called the Contract) is made on …………..day of ……….2019 between KAMARAJAR PORT LIMITED on the one part (hereinafter called KPL) and M/s……………………………….. (hereinafter called the Service provider) on the other part (Notwithstanding such association, the Service provider will be represented hereunder at all times by ………………………………………………………… which will retain full and undivided responsibility for the performance of the obligations hereunder and for satisfactory completion of the consulting services to be performed hereunder.)

WHEREAS the Kamarajar Port Limited has requested the Service provider to provide “All the Services refered in the RFP document

” WHEREAS the Service provider has agreed to provide the services in accordance with the Terms of Reference and all Conditions set forth in this contract.

NOW THIS AGREEMENT WITNESSETH as follows: 1. In this agreement words and expression shall have the same meaning as are respectively assigned to them in the conditions of Proposal Document hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement viz. a) The RFP Document for engagement of vendor for supply, installation of Integrated, intelligent Datacentre Racks b) All amendments to the RFP document for Engagement of service provider for SAP and IT systems audit(Ref. No: 2019xxxxxx Dt.xx/xx/2019)as issued by the KPL prior to submission of bids, queries of bidders, if any. c) Letter of Award (LOA) issued by the KPL vide No………… dated ………… and all correspondence exchanged between the KPL and the Service provider up to the date of LOA as specifically referred to in the said LOA.

1. In consideration of the payment to be made by the KPL to the Service provider as herein after mentioned the Service provider hereby covenants with the KPL to execute and complete the works in conformity with in all respects with the provisions of the contract. 2. The KPL hereby covenants to pay the service provider in consideration of the completion of the works the counterpart charges in the manner prescribed in the proposal document and accepted by the Service provider. IN WITNESS WHEREOF the parties hereto have caused their respective common seals to be hereunto affixed (or have hereunto set their respective hands and seals) the day and year first above written.

Page 49 of 55

Binding Signature of Binding Signature of Kamarajar Port Limited contractor Witness: Witness 1. 1 2. 2.

Page 50 of 55

FORMAT 11 PROFORMA FOR BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT (On Non-judicial stamp paper of value not less than Rs. 100 /-) ______Bank Ltd. ______B.G. No. ______A/c of (Name of address) ______Limit of liability ______Date of expiry ______Ref: Bid Notice No. ______dt. ______For (Name of work) ______Subject: Earnest Money Deposit ______

To The General Manager (Operations), Kamarajar Port Limited, Rajaji Salai, Chennai-600001 Tamil Nadu, India

Dear Sir, 1. In consideration of the Kamarajar Port Limited (hereinafter called "the Company ") which expression shall unless repugnant to the subject or context include his successors and assigns having agreed to exempt M/s.______from demand under the terms & conditions of Bid No. ______issued by the Company for the works (hereinafter called the said "Document") from deposit of Earnest Money for the due fulfillment by the M/s ………………………. (Name of the Bidder) of the terms and conditions contained in the said Document on production of Bank Guarantee for Rs.______(Rupees ______only). We the ______Bank. Ltd. (hereinafter referred to as the said ‘Bank’), a Company under the companies Act. 1956 and having our registered office at ______do hereby undertake and agree to indemnify and keep indemnified the Company to the extent of Rs.______(Rupees ______only) against any losses, damage cost, charges and expenses caused to or suffered by or that may be caused or suffered by the Company by reason of any breach or breaches by (M/s …………………………..(name of the Bidder) of any of the terms and conditions contained in the said Document and unconditionally pay the amount claimed by the Company on demand and without demur to the extent aforesaid. 2. We ______Bank Ltd. do hereby undertake to pay the amounts due and payable under the guarantee without any demur, reservation, protest and not withstanding any dispute between the Company and the Bidder merely on a demand by you stating that the amount claimed is due by way of loss or damage caused to or would be caused or suffered by you by reason of any breach by M/s ………………………(name of the Bidder) of any of the terms or conditions contained in the said Document by reason of the M/s ………(name of the Bidder)'s failure to perform conditions of the said Document. Any such demand on the Bank shall be

Page 51 of 55

conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs...... 3. We ______Bank Ltd. further agree that the Company shall be the sole judge of and as to whether the M/s……………..(name of the Bidder) has committed any breach or breaches of any of the terms and conditions of the said Document and the extent of loss, damages, costs charges and expenses caused to or suffered by or that may be caused to or suffered by the Company on account thereof to the extent of the Earnest Money required to be deposited by M/s ………(name of the Bidder) in respect of the said Document and the decision of the Company that M/s………….(name of the Bidder) has committed such breach or breaches and as to the amount or amounts of loss, damages, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Company shall be final and binding on us. 4. We ______Bank Ltd. further agree that guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Document and that it shall continue to be enforceable till all your dues under or by virtue of the said Document have been fully paid and its claims satisfied or discharged or till you certify that terms and conditions of the said document have been fully and properly carried out by the said M/s………….. and accordingly discharge the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ______we shall be discharged from all liability under this guarantee. 5. We ______Bank Ltd. further agree with you that you shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Document or to extend time asked by M/s…………….. from time to time or to postpone for any time or from time to time any of the powers exercisable by you against M/s ………….. and to forbear or enforce any of the terms and conditions relating to the said document and we shall not be relieved from our liability by reason of any such variation or extension being granted to M/s……………….. or for any forbearance act or omission on your part or any indulgence by you to M/s…………………. or by any such matter or thing whatsoever under the law relating to sureties would but for this provision have effect of so relieving us. 6. It shall not be necessary for the Company to proceed against M/s………………….. before proceeding against the Bank and the Guarantee herein contained shall be enforceable against the Bank, notwithstanding any security which the Company may have obtained from M/s………………………… at this time when proceedings are taken against Bank hereunder be outstanding or unrealized. 7. We ______Bank Ltd. further undertake to unconditionally pay the amount claimed by the Company merely on demand and without demur to the extent aforesaid. 8. We, the said Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing and agree that any change in the constitution of the Company or of M/s……………… or the said Bank shall not discharge our liability hereunder. 9. Notwithstanding anything contained herein (i) Our liability under this bank guarantee shall not exceed ……. (Rupees … ……….) (ii) This bank Guarantee shall remain valid up to ………………

Page 52 of 55

(iii) Our liability to make payments shall arise and we are liable to pay the guaranteed amount or any part thereof under this guarantee only and only if you serve upon us a written claim or demand in terms of guarantee on or before ……….

Dated ______day of ______2019 For______Bank Ltd. Signature______Seal Note: The Bidder while getting the Bank Guarantees issued by the Banker must obtain and note the below details. Name & address of the Bank , Contact person, Telephone/Fax no, E-mail address

Page 53 of 55

FORMAT #12 PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE

(On non – judicial stamp paper of value not less than 100 /-) The non-judicial stamp paper should be in the name of issuing bank

Ref. Bank Guarantee No. The General Manager (Operations) Date...... /... /2019 Kamarajar Port Limited Rajaji Salai, Chennai-600001 Tamil Nadu

Dear Sirs,

In consideration of the Kamarajar Port Limited, (herein after referred to as the `Company' which expression shall unless repugnant to the Context or meaning thereof include its successors, administrators and assigns) having awarded to M/s. ______with its Registered/Head office at ______(hereinafter referred to as the `Successful Bidder' which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a contract by issue of Company's Letter of Award of Contract no. ______dated ______and the same having been unequivocally accepted by the successful bidder resulting in a "contract" bearing No.______dated ______valued at ______for ______(Scope of contract) and the successful bidder having agreed to provide a contract performance guarantee for the faithful performance of the entire contract equivalent to * ______% (percent) of the said value of the contract to the company.

The Company shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time to extend the time for performance of the contract by the successful bidder. The company shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers, vested in them or of any right which they might have against the successful bidder, and to exercise the same any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the contract between the Company or any other course of or remedy or security available to the Company. The Bank shall not be released of its obligations under these presents by any exercise by the company of its liberty with reference to the matters aforesaid or any of them or by reason of any other acts of omission or commission on the part of the Company or any other indulgence shown by the Company 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 Company 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 successful bidder and notwithstanding any security or other guarantee that the company may have in relation the successful bidder's liabilities.

Page 54 of 55

Notwithstanding anything contained herein above our liability under this guarantee is restricted to ______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. ______whose behalf this guarantee has been given. Dated this ______day of ______2019___ at ______. WITNESS ------Signature ------Signature ------(Bank's Rubber Stamp) (Name) ------(Name) ------Official address ------Designation with Bank stamp ------Attorney as per power of Attorney No. ------Dated ------NOTE: * This sum shall be ten percent (10%) of the contract price as awarded. ** The date will be as specified in the contract. *** the Performance Bank Guarantee to be valid for three years

Page 55 of 55