final pre-bid response for dr-cmc tender tender-2016-17-004.pdf · 3 bidder 1 7 ix data centre...

26
Sl No Bidder Page No RFP Clause / Section No. / Item No Amendment Desired Reason CDOT Response A 1 Bidder 1 7 IX Data Centre Classification As a Standard 1 year period validity certification is issued for Tier III standard , Kindly confirm for how many years the TIA 942-A Tier IIII certification is required. Also confirm that the certification is required for design only. We need this details to calculate in the beginning to come out with the correct estimate 1 year Entire Data Center 2 Bidder 1 7 IX Data Centre Classification 1.The term “Tier” is replaced with “Rating” as per the ANSI TIA-942-A standard since March 2014. 2 .Since the Compliance is sought for ANSI TIA-942-A (Rating), the Compliance Certificate would accordingly be worded as “Rating” instead of “Tier”. For information only Accepted 05-04-2017 @15.00 HRS 31-03-2017 @15.00 HRS LAST DATE & TIMING FOR SUBMISSION OF BIDS C-DoT Response for PRE-BID QUERIES Tender Ref No: C-DOT/TENDER/2016-17/004, dtd: 28th Feb 2017 Sub : Design, Site Preparation, Supply, Installation, Testing, Commissioning, Operations and Maintenance of Basic Infrastructure for the establishment of Data Centre on Turnkey basis at C-DoT, B'lore The Data Centre shall conform to the guidelines given by TIA942-A at least Tier III and shall be targeted towards: High hysical Security, Reliability, Availability, Scalability, Manageability and Interoperability Wherever the specifications given in this document deviates from the guidelines given by TIA 942-A, the same shall be brought to the notice of C-DOT. The SLAs shall be mandatorily adhered to as per section 8.1.3 It is highly desirable that the bidder ensures that the Data Centre is audited and certified by the authorized agencies for Tier III classifications. The Data Centre shall conform to the guidelines given by TIA942-A at least Tier III and shall be targeted towards: High hysical Security, Reliability, Availability, Scalability, Manageability and Interoperability Wherever the specifications given in this document deviates from the guidelines given by TIA 942-A, the same shall be brought to the notice of C-DOT. The SLAs shall be mandatorily adhered to as per section 8.1.3 Description in RFP

Upload: trinhhanh

Post on 22-Sep-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

Sl No Bidder Page No

RFP Clause /

Section No. / Item

No

Amendment Desired Reason CDOT Response

A

1 Bidder 1 7IX Data Centre

Classification

As a Standard 1 year period validity

certification is issued for Tier III standard ,

Kindly confirm for how many years the

TIA 942-A Tier IIII certification is required.

Also confirm that the certification is

required for design only.

We need this details to

calculate in the beginning

to come out with the

correct estimate

1 year

Entire Data Center

2 Bidder 1 7IX Data Centre

Classification

1.The term “Tier” is replaced with

“Rating” as per the ANSI TIA-942-A

standard since March 2014.

2 .Since the Compliance is sought for

ANSI TIA-942-A (Rating), the Compliance

Certificate would accordingly be worded

as “Rating” instead of “Tier”.

For information only Accepted

05-04-2017 @15.00 HRS31-03-2017 @15.00 HRSLAST DATE & TIMING

FOR SUBMISSION OF

BIDS

C-DoT Response for PRE-BID QUERIES

Tender Ref No: C-DOT/TENDER/2016-17/004, dtd: 28th Feb 2017

Sub : Design, Site Preparation, Supply, Installation, Testing, Commissioning, Operations and Maintenance of Basic Infrastructure for the establishment

of Data Centre on Turnkey basis at C-DoT, B'lore

The Data Centre shall conform to the guidelines given by TIA942-A at least Tier III

and shall be targeted towards:

High hysical Security, Reliability, Availability, Scalability, Manageability and

Interoperability

Wherever the specifications given in this document deviates from the guidelines

given by TIA 942-A, the same shall be brought to the notice of C-DOT. The SLAs shall

be mandatorily adhered to as per section 8.1.3

It is highly desirable that the bidder ensures that the Data Centre is audited and

certified by the authorized agencies for Tier III classifications.

The Data Centre shall conform to the guidelines given by TIA942-A at least Tier III

and shall be targeted towards:

High hysical Security, Reliability, Availability, Scalability, Manageability and

Interoperability

Wherever the specifications given in this document deviates from the guidelines

given by TIA 942-A, the same shall be brought to the notice of C-DOT. The SLAs shall

be mandatorily adhered to as per section 8.1.3

Description in RFP

3 Bidder 1 7IX Data Centre

Classification

The scope for the TIA 942-A Tier III

(Rating III) certification will only be

limited to physical infrastructure and its

Rating availability as per ANSI TIA 942-A,

and will not include study of Structured

Cabling, Networking and IT equipment/

Services (Telecommunications).

For information only

No Change in RF and to

be adhered as per Tier III /

Rating III

4 Bidder 1 83.1 ELIGIBILITY

CRITERIA

Kindly confirm is our own Data Centres

meant for Commercial purposes can be

shown

We have experience in

building both customer

DC's as well as our own

Commercial DC's

Accepted

5 Bidder 1 164.20. Technical

Compliance

Since the project includes DG Sets, Inrow

cooling units, and Tier III Certifications,

We request you to change the clause to

"12-14 weeks for supply from the date of

.O and 14-18 weeks for installation &

commissioning from the date of .O."

The Delivery of DG

set,Inorw cooling units

delivery lead time higher

Delivery to be completed

within 4 - 14 weeks from

the date of urchase Order

and 12 - 18 weeks for

Installation and

Commissioning at site from

the date of urchase

Order.

6 Bidder 1 458.2.2. Electrical

work

AMF anel: AMF panel will be placed

separately outside the Acoustic near DG

set.

As per OEM standard Accepted

7 Bidder 1 458.2.2. Electrical

work

The DG shall comply latest emission &

noise norms from CCB. ( 75 DBA @ 1 m

level under free field condition as per the

norms)

As per Emission standard No Change in RF

8 Bidder 1 468.2.2. Electrical

work

±1% from no load to full load at lagging

power factor of 0.1 to 1.0 & Speed drop

of less than or equal to 4%

As per OEM standard No Change in RF

9 Bidder 1 468.2.2. Electrical

work

H insulation with Class H temperature

rise only standard for all DG SetsAs per OEM standard Accepted

The Data Centre shall conform to the guidelines given by TIA942-A at least Tier III

and shall be targeted towards:

High hysical Security, Reliability, Availability, Scalability, Manageability and

Interoperability

Wherever the specifications given in this document deviates from the guidelines

given by TIA 942-A, the same shall be brought to the notice of C-DOT. The SLAs shall

be mandatorily adhered to as per section 8.1.3

It is highly desirable that the bidder ensures that the Data Centre is audited and

certified by the authorized agencies for Tier III classifications.

The BIDDER should have installed and commissioned at least two (2) Tier III

compliant or higher Data centers in India and any one of the project covering raised

floor area at-least 1500 sq. feet in the preceding five (05) financial years which

should include activities like Design, Site reparation, Supply, Installation, Testing,

Commissioning, Operations and Maintenance of Basic Infrastructure for the

establishment of Data Centre.

DELIVERY : The delivery of all the items to be completed within 4 - 10 weeks from

the date of urchase Order and 12-14 weeks for Installation and commissioning at

site from the date of urchase Order.

Specification for Diesel Generator set; AMF anel: Inbuilt AMF panel (EB Sensing

signal) shall be provided from LT anel

Specification for Diesel Generator set; Exhaust piping with silencer to provide

25dBA insertion loss

Specification for Diesel Generator set : Voltage Regulation +/-0.5%

Specification for Diesel Generator set: H Insulation

10 Bidder 1 478.2.2. Electrical

work

inbuilt Fuel tank shall be supplied as per

manufacturer standard As per OEM standard No change in RF

11 Bidder 1 86

8.2.17 List of

Approved Makes &

Brands

Request to add reputed makes viz.

Climaveneta also

The competition can be

neutralizedAccepted

12 Bidder 1 86

8.2.17 List of

Approved Makes &

Brands

Request to add reputed makes viz.

Netrack also.

The Rack and

Containment can be from

the same OEM

Accepted

13 Bidder 1 86

8.2.17 List of

Approved Makes &

Brands

Request to add reputed makes viz. AW

president in Rack OEM .

The Rack and

Containment can be from

the same OEM

Accepted

14 Bidder 1 117

3.1.3 erformance

Related Service

Levels

lease confirm if the temperature is to be

measured at Inlet temperature of the

racks or Return air (out let) temperature

of the racks.

As per ASHRAE TC9.9

guideline , the inlet

temperature of the Rack

should be measured and

the same between 18 to

27 Degree C at inlet of

the rack with cold aisle

containment

Inlet temperature to be

measured

15 Bidder 1 80

8.2.11. Monitoring

Solution for Data

Centre

Infrastructure

we recommend that CCTV,Access control

system, Rodent system, Fire Alarm

system (soft points) to be handle

separately and NOT to integrate with

DCIM.

BMS system may be used

for integrating these

devices

DCIM should integrate all

modules

16 Bidder 1 244.32. WATER &

OWER CHARGES

The water and power required for

carrying out the data center build work

should be provided to us free of cost

As per industry standard No Change in RF

17 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

Kindly provide the size and make of the

existing network rack

We may try to use the

existing rack800 mm X 1200 mm Rittal

During the term of the Contract, C-DOT shall provide electrical power and water

facilities to the contractor and amount equal to 0.05% of the value of the contract

shall be deducted from the bills payable to the contractor towards the same.

Note: Existing Network rack available with C-DoT (4 nos) can be utilized. However,

all the features mentioned above including Rack DU to be provided for the same.

Specification for Diesel Generator set: Fuel Tank: Fuel tank capacity fabricated from

sheet metal complete with drain valve, air vent and inlet and outlet connection. The

suitable capacity of fuel tank shall be placed inside the acoustic enclosure under the

base frame.

HVAC System -Cooling units- Emerson/Schneider/Rittal

Containment System - Emerson/Schneider/Rittal

1. Racks - Emerson/Rittal/ Netrack

2 Intelligent DU- Emerson/ Rittal / Netrack

Measurement Interval-Quarterly:

Return Air Temperature: This SLA would measure the Return Air temperature at

every Rack and Sensors Suitable placed in the Data Center.

Target-Temperature at all these Locations is between 20o + 6o Centigrade to 20o +

2o Centigrade for 10 minutes

Monitoring, Alerting & Notification (health, performance statistics, event, alarm,

status monitoring of US, Energy Meter, IDU, Temperature, Humidity, Camera,

DG, FDS, RRD, VESDA and WLD systems)

18 Bidder 1 72

8.2.8 Fire alarm

system and

Suppression

system

As per Section V: SCOE RESONSIBILITY

MATRIX at page No.30: NOVEC1230 Fire

suppression is asked for only for server

room,

lease clarify, DO we

have to follow as per

scope responsibility

matrix given in age 30

of RF or do we have to

follow section no 8.2.8

and provide Novec 1230

Fire suppression for

Electrical, US and

battery room also

NOVEC1230 Fire

suppression at server

room and all other rooms

with hand held units

19 Bidder 1 5

II. Civil Works

lease clarify the scope of work for these

items

To consider these

additional item in our

costing

Required

20 Bidder 1 5

II. Civil Works

In page no 7 under Network Operation

Centre (NOC) & BMS , Eight Workstations

( 8 nos ) requested, lease clarify 6 or 8

nos work station to be provided for NOC

room.

To consider these

additional item in our

costing

As per RF, NOC room with

6 Workstations and BMS

room with 2 workstations.

21 Bidder 1 41

8.2.1. Civil &

Interior works

Normally server room door are provided

with 2400 mm height, lease clarify that

is it compulsory to provide 2100mm

height door or can we change to

2400mm height

To consider the exact

requirement in our

costing

Server room Door height is

2400 mm

22 Bidder 1 418.2.1. Civil &

Interior works

To match server room door height of

2400 mm, We propose to have this door

also with 2400mm height door, lease

accept

To consider the exact

requirement in our

costing

Accepted

23 Bidder 1 428.2.1. Civil &

Interior works

For 8 nos work station, 10 nos high back

chairs are requested, lease clarify 8 nos

or 10 nos chairs to be considered

To consider the exact

requirement in our

costing

No Change in RF

24 Bidder 1 44 Is it required to consider AFC panel at

Main Data center panel

To consider the exact

requirement in our

costing

No Change in RF

Zone B – It comprises of a NOC room designed for 6 seaters with 2 numbers of

Large Video Display units.

Doors: Server room, Electrical & US room and Battery room, Dimension of

1200mm(W)x2100mm(H) for server room

Doors: NOC room Dimension of 1200mm(W)x2100mm(H) size wooden door

Furniture and Miscellaneous work: 10 numbers of high back revolving chairs to be

provided

Datacentre Main anels;

Fire detection & Suppression system - Rooms: Fire detection & Alarm system shall

be proposed for Server room, NOC room, Electrical, US room & Battery room as

per the minimum requirements as given below:

RO Unit for drinking water ,Toilet Modification, Furniture & fixture and Modular

Workstations, dust proof carpets etc

25 Bidder 1 6

2.2 Brief Scope of

Work : V. Electrical

Distribution of

Mains, Lighting, LT

panels, US ower

and Generators

We are proposing cabling work only.

Incase bus trunking system required , the

same to be mentioned in the BOQ, please

clarify the same.

To consider the exact

requirement in our

costing

ower cabling to be used

26 Bidder 1 35 8.1. DETAILED

SCOE OF WORK

Kindly provide the Specification for the

Building management system which is

not present in the RF.

To consider the exact

requirement in our

costing

DCIM should integrate all

modules

27 Bidder 1 49

8.2.2 Electrical

The Safety ,security and monitoring

equipment's normally with 1 phase

power supply so kindly change the input

and output power supply of 6 KVA US to

1 phase instead of 3 phase

As per OEM standard 1 phase to be used

28 Bidder 1 49

8.2.2 Electrical

6 KVA Utility US will provide 6 KVA/5.4

KW output power, lease do the change

To consider the exact

requirement in our

costing

6 KVA

29 Bidder 1 48

8.2.2 Electrical

The OEM standard is 92% efficiency at

25% load for 165KVA US and 90.5%

efficiency at 25% load for 6 KVA US As per OEM standard

No Change in RF

30 Bidder 1 498.2.2 Electrical The OEM standard is I 20 As per OEM standard

No Change in RF

31 Bidder 1 498.2.2 Electrical

As per OEM standard for 6KVA US it is

not provided As per OEM standardNo Change in RF

32 Bidder 1 49

8.2.2 Electrical

As per OEM standard for 6KVA -

Transient voltage stability

0-100% linear load step : ±5%

0-100% non linear load step : ±7% As per OEM standard

No Change in RF

33 Bidder 1 50

8.2.2 Electrical

As per OEM standard for 165 KVA US &

6 KVA US- Voltage stability in steady

state condition : ±1% As per OEM standard

No Change in RF

34 Bidder 1 50

8.2.2 Electrical

As per OEM standard for 165 KVA US &

6 KVA US- Voltage stability in steady

state for 100% load imbalance : ±2% As per OEM standard

No Change in RF

35 Bidder 1 508.2.2 Electrical

As per OEM standard for 6 KVA US- The

over load capacity of 125% is 5 minutes As per OEM standardNo Change in RF

36 Bidder 1 508.2.2 Electrical

KVA US- The Recovery time - 20ms to +/-

5% As per OEM standardNo Change in RF

Specification for US & Batteries: Output Voltage variation at unbalance load- +/- 1

%

Specification for US & Batteries: Overload capacity - For 10 minutes 125%

requested for 6 KVA US

Specification for US & Batteries: Recovery time- 20ms to ±1%

Specification for US & Batteries- Utility US-output power 10 KVA/9 KW

Specification for US & Batteries- AC/AC total efficiency at 25%

load - 94% requested for 165KVA US and 92% requested for 6 KVA US.

Specification for US & Batteries- Degree of protection- I21

Specification for US & Batteries- Battery self-discharge test Required

Specification for US & Batteries: Voltage variation (dynamic 0-100%; 100-0%)- 1%

Specification for US & Batteries: Output Voltage variation at balance load- 415 V

All types of ower Cabling and Bus Trunking System

Building Management System for the Data Centre Area and US Room

Specification for US & Batteries- Utility US-Input Voltage (3 phase)/Output

Voltage (3 phase )

37 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

kindly allow to quote racks without

internal inbuilt light illumination system

Since the cold aisle

containment will be

provided with lighting

system, the internal

inbuilt light illumination

system not required with

each Rack

No Change in RF

38 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

kindly allow to quote racks without CCTV

camera both sides

Each Aisle can be given

with CCTV cameras (1 at

Entry side and 1 at Exit

Side Sliding doors)

No Change in RF

39 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

Kindly provide the details of accessories

required with each rack

The accessories details

required to consider in

the costing

Standard accessories

40 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

For 7 KW Maximum Rack load, Rack DI

of 32A, 1 phase is enough.

Kindly change the DU

size to 32A, 1 phase from

32 A 3 phase

Accepted

41 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

Aisle containment will be fire retardant,

Kindly change the specificationAs per OEM standard

Accepted

42 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

The entry and Exit doors of the aisle

should be double leaf and have swing or

sliding type Mechanism' As per OEM standard

Accepted

43 Bidder 1 59

8.2.5. Racks & Aisle

containment

solution

Each door should have CRCA/ Aluminium

extrusion frame with Fire retardant glassAs per OEM standard

No Change in RF

44 Bidder 1 60

8.2.5. Racks & Aisle

containment

solution

Doors must have a Steel icture Frame

fabricated in 1.2mm thick CRCA or

Aluminium extrusion sheet as per OEM

standard As per OEM standard

No Change in RF

45 Bidder 1 60

8.2.5. Racks & Aisle

containment

solution

Glass doors should be mounted on the

frame with sliding or Swing type as per

OEM standard As per OEM standard

Accepted

46 Bidder 1 60

8.2.5. Racks & Aisle

containment

solution

Top of the aisle shall be covered with

either fire retardant Glass or

olycarbonate panels. As per OEM standard

No Change in RF

Design Inputs: Each rack should have internal inbuilt light illumination system

Design Inputs: Each rack should have internal CCTV camera both sides

Design Inputs: Each rack should be supplied with complete required accessories

Entry Doors of Containment: Each door should have CRCA frame with fire rated

glass of 4 mm thick.

Rack DUs: Considering 7 KW of load, it is required to propose each rack with 2

numbers of 32A, 3 hase

Aisle containment: All the components used in the Aisle containment shall be 120

minutes fire rated

Entry Doors of Containment: Entry and Exit Doors of the Aisle should be of double

leaf and have swing type Mechanism.

Doors must have a Steel icture Frame fabricated in 1.2mm thick CRCA sheet as per

“IS 513 Grade D” standards

Glass doors should be mounted on the frame with sliding

Top anel: Top of the aisle shall be covered with either fire rated Glass or

olycarbonate panels.

47 Bidder 1 60

8.2.5. Racks & Aisle

containment

solution

Top panels shall be fixed in CRCA or

Aluminium extrusion frame as per OEM

standard As per OEM standard

No Change in RF

48 Bidder 1 60

8.2.5. Racks & Aisle

containment

solution

Top panel must be tool less or screw

fixed type installation to offer quick

access to area above the contained aisle

during the maintenance activity as per

OEM standard As per OEM standard

No Change in RF

49 Bidder 1 588.2.3. Comfort Air-

conditioning

It is recommended to provide Hi wall split

AC for BMS room

To consider the exact

requirement in our

costing

It is required for BMS room

also

50 Bidder 1 588.2.4. Cooling

solution

It is not clear from the specification that

either Dx cooling unit of erimeter type

bottom air discharge or Inrow type front

air discharge cooling unit, lease clarify

which type of cooling units

To consider the exact

requirement in our

costing

In row type front air

discharge cooling unit

51 Bidder 1 588.2.4. Cooling

solution

Is the temperature to be maintained at

cold aisle in front of rack

To consider the exact

requirement in our

costing

The temp. to be mantained

as per RF

52 Bidder 1 588.2.4. Cooling

solution

Is the Humidity to be maintained at cold

aisle in front of rack

To consider the exact

requirement in our

costing

The Humidity to be

mantained as per RF

53 Bidder 1 588.2.4. Cooling

solution

Kindly change to "To have enough CFM

to be delivered to the rack so has to

quickly remove the high heat generated

by the servers.

With containment

solution the CFM will be

matched as per server

CFM requirement

Accepted

54 Bidder 1 47 8.2.2 Electrical

To meet the Tier III requirement,

redundant HSD tanks shall be provided

with suitable capacity to run the

datacentre for the period of 72 hours As

per the latest TIA-942-A.

Kindly clarify No Change in RF

55 Bidder 1 -- GeneralKindly give us the layout drawings in

AutoCAD

Require the details for

drawing

Bidder can generate Auto

CAD drawing after the site

survey. However, Layout

drawing given as part of

the RF.

Top panels shall be fixed in CRCA frame per “IS 513 Grade D” with thickness of 1.2

mm.:

Top panel must be tool less installation to offer quick access to area above the

contained aisle during the maintenance activity

Comfort AC not requested for BMS room

Bidder has to propose Aisle containment solution with DX type cooling units

adjacent to racks in N+1 redundancy configuration to meet the load requirement.

To maintain the temperature 20 deg. +/- 1 deg. for effective functioning of

servers

To maintain humidity 45% RH +/- 5% to prevent condensation and static build up

To have high CFM to be delivered to the rack so has to quickly remove the high

heat generated by the servers.

Specification for Diesel Generator set; HSD Tank ;To meet the Tier III requirement,

redundant HSD tanks shall be provided with suitable capacity to run the datacentre

for the period of 12 hours.

AutoCAD drawings

56 Bidder 1 61

8.2.6 Fire, Safety,

Security and

Surveillance

Systems

The lens should be verifocal lens

For Adjustable Horizontal

coverage between 40° to

110° , the lens should be

verifocal lens

No Change in RF

57 Bidder 1 62

8.2.6 Fire, Safety,

Security and

Surveillance

Systems

Both Network video recorder and Digital

video Management system (DVMS) are

requested in the RF.

As per recommendation

Network video recorder

is sufficient for this date

center

No Change in RF

58 Bidder 1 65

8.2.6 Fire, Safety,

Security and

Surveillance

Systems

This is specific to particular OEM.

referable to mention: 32 bit processor,

Cardholder capacity: 55000, Event buffer:

45000

As per OEM standard No Change in RF

59 Bidder 1 67

8.2.8 Fire alarm

system and

Suppression

system

For communicating to GUI/Server, it

should be on open protocol like

Bacnet/Modbus/etc

As per OEM standard No Change in RF

60 Bidder 1 68

8.2.8 Fire alarm

system and

Suppression

system

It will be a common printer for BMS

systemFor information only Accepted

61 Bidder 1 77 8.2.9 Rodent

Repellent System

The OEM shall have an IDEMI or CFTRI

certification for its products.

As per OEM standard Accepted

62 Bidder 1 78 8.2.10 Water Leak

Detection System

Specify whether Analog type or Digital required. Analog will indicate zone

only.

Digital

63 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens also

The competition can be

neutralizedAccepted

64 Bidder 1 87

8.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens also

The competition can be

neutralizedAccepted

65 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens also

The competition can be

neutralizedAccepted

Controller: rocessor 50 MHz with 128 MB RAM and 32 MB Flash

anel Components & Functions- Support multiple communication ports and protocols

Reports shall be displayed by the operator interface or capable of being printed on

a printer. rovide an authorized operator with the ability to operate or modify

system functions like system time, date, passwords, holiday dates; restart the

system and clear control panel event history file.

Applicable Standard:The OEM shall have an IDEMI and CFTRI certification for its

products.

Water Leak Detection System

Main Fire Alarm anel, Make :EST / Simplex / Notifier

Indoor High Definition Camera (Internal Server & other Critical Areas)- 6mm fixed,

Auto Iris lens- • Adjustable Horizontal coverage between 40° to 110°

1. Network Video Recorder / Server supporting 64 video streams, 2.Digital Video

Management System (DVMS) software features

Smoke Detectors (hoto / hotothermal), Heat Detectors Make :EST / Simplex

/ Notifier

Interface Modules : Monitor / Relay / Control / Zone Monitor etc. Make : EST /

Simplex / Notifier

66 Bidder 1 87

8.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens also

The competition can be

neutralizedAccepted

67 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens also

The competition can be

neutralizedAccepted

68 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Add H also in the make list As per OEM standard Accepted

69 Bidder 1 87

8.2.17. List of

Approved Makes &

Brands

lease approve GE - Interlogix & C lus

make alsoAs per OEM standard Accepted

70 Bidder 1 878.2.17. List of

Approved Makes &

Brands

lease approve GE - Interlogix & C lus

make alsoAs per OEM standard Accepted

71 Bidder 1 878.2.17. List of

Approved Makes &

Brands

lease approve GE - Interlogix & C lus

make alsoAs per OEM standard Accepted

72 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Kindly approve SIEMENS Make As per OEM standard Accepted

73 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens alsoAs per OEM standard Accepted

74 Bidder 1 878.2.17. List of

Approved Makes &

Brands

Add in the make list Honeywell and

Siemens alsoAs per OEM standard Accepted

75 Bidder 1 67

8.2.8 Fire alarm

system and

Suppression

system

Allow to consider "Fire anel of 6" 200

Character Backlit LCD Colour touchscreen

display

As per OEM standard No Change in RF

I Based CCTV System: Indoor TZ CCTV CAMERA, Make - Axis / Sony / Milestone/

Hikvision

I Based CCTV System: VMS, Make - Axis / Sony / Hikvision

High Sensitivity Smoke detection system: High Sensitivity Smoke detection unit,

Make- Xtralis / System Sensor / Eqv

Access Control System: Access Controllers, Make :HID / DDS / Lenel

Access Control System: Access Controllers, Make :HID / DDS / Lenel

Main fire alarm control panel (FAC): B. Information is critical to fire evacuation

personnel, and it contains large 640-character Liquid Crystal Display (LCD) presents

vital information to operators concerning a fire situation, fire progression, and

evacuation details.

Sounders / Sounder cum Flashers / Strobes / Speakers / Speaker cum Flashers /

Annunciation devices , Make : EST / Simplex / Notifier

Manual ull Stations Make : EST / Simplex / Notifier

I Based CCTV System: LAN Network Switches, Make : CISCO / NORTEL

I Based CCTV System: I BASED CCTV CAMERA, Make - Axis / Sony / Hikvision

76 Bidder 1 748.2.8 Fire alarm

system and

Suppression

system

Allow to consider Operating pressure of

25 or 42 bar alsoAs per OEM standard No Change in RF

77 Bidder 1 75

8.2.8 Fire alarm

system and

Suppression

system

Allow to consider Operating pressure of

25 or 42 bar alsoAs per OEM standard No Change in RF

78 Bidder 1 8

3.1 ELIGIBILITY

CRITERIAlease note that while Bidder‟s in house

data centers shall not be

considered.however request you to

include the following clause:

• Bidders who have built their own

Internet

Data Centre (IDC), for commercial use will

be considered.

Already clarified at Sl.No.4

79 Bidder 1 9

3.1 ELIGIBILITY

CRITERIASince being in Successful Service Industry

in field of Data Center services and

Integration Services, we have ISO

9001:2008 certification for the same

which however, if not clearly captures the

exact words of the clause mean the same

as:"management of ICT solutions" &

"integration services". Kindly confirm the

compliance of the clause.

Accepted

Gas based fire suppression system – Specifications: Design Condition: The Novec

1230 agent is stored in seamless steel cylinders and dry nitrogen is added to

provide additional energy to give the required rapid discharge. At the normal

operating pressure of 25 bar at 21°C, the agent is a liquid in the container.

Gas based fire suppression system – Specifications: Cylinders: The cylinders shall

be super-pressurized with dry Nitrogen to 25 bar. The cylinder shall be capable of

withstanding any temperature between -30° C and 70° C.

b) The BIDDER should have installed and commissioned at least two (2) Tier III

compliant or higher Data centers in India and any one of the project covering raised

floor area at-least……………….

f) The BIDDER should be ISO 9001:2000 or better certified for roject Management

& System Integration…….

80 Bidder 1 9

3.1 ELIGIBILITY

CRITERIAractically not more than one resource of

each category or otherwise are required

for project implementation and

Operation Maintainance of a Datacenter.

Hence request the clause to be modified

as:

g) The BIDDER should have total 6

Certified resources i.e Datacenter

rofessionals / ISO 27001- Lead Auditor/

M qualified M‟s with minimum one

of each category to deliver Datacenter

rojects. A copy of the latest certificate

shall be enclosed with the bid

The BIDDER should have

Certified Datacenter

rofessionals (Min 3 Nos)

or Certified Datacenter

Specialist (2 Nos) and M

qualified M‟s (1 No.) to

deliver Datacenter

rojects. A copy of the

latest certificate shall be

enclosed with the bid.

81 Bidder 1 106

Annexure XI, A.

RICE BREAK-U IN

INR ONLY

Excise duty is not applicable for us. lease

note that we cannot give Excise Duty

breakup in our invoice, hence we will not

give this breakup in the commercial

format.

Since this not an R&D

roject.C-DOT is not

exempted from Excise

Duty & other levies.

Accepted

82 Bidder 1 106

Annexure XI, There is no mention of how customer will

handle change in taxes/ new taxes.

Since we are expecting introduction of

GST, we need to include a query on

whether customer will reimburse any

new taxes.

The rice should be quoted

explicitly as per the format

given in RF. Incase of any

Govt. notification regarding

any change in Taxes, C-

DOT shall adhere the same

accordingly.

83 Bidder 1 9

3.1

ls remove CDCS Count l. refer Sr. no. 80

84 Bidder 2Request You to re look into this

certification guideline…No Change in RF

85 Bidder 2Whether Brick Wall Construction is under

prime Bidder ScopeRequired as per RF

Excise duty

Taxes

The BIDDER should have Certified Datacenter rofessionals (Min 3 Nos) and

Certified Datacenter Specialist (2 Nos) and M qualified M‟s (1 No.) to deliver

Datacenter rojects.

Tier-3 DC- Certification

Civil Works

g) The BIDDER should have Certified Datacenter rofessionals (Min 3 Nos) and

Certified Datacenter Specialist (2 Nos) and M qualified M‟s (1 No.) to deliver

Datacenter rojects. A copy of the latest certificate shall be enclosed with the bid.

86 Bidder 2 Required as per RF

87 Bidder 2Do we need to Integrate with Existing

BMS or We need to provide New BMS?

All BMS functionalities to

be integrated with DCIM

88 Bidder 2 Can the LD be relooked No Change in RF

89 Bidder 2Fire Rating of 120 Min for the Cold Aisle

Containment to be removed.Accepted

90 Bidder 2

We can not conclude the same for the

45% at 20Deg Centigrade, We need to

change the same as following.

“The inlet air to the servers shall be

within 20+/-1 Deg C with a Dew point of

5.5-15 Deg C as recommended by

ASHRAE TC 9.9”

Accepted

91 Bidder 3

17

25

4.20

and

4.35

The calculation of the penalties be

revised in light of the value of the

DELAYED COMONENT/DELIVERABLE

instead of calculating on the entire

urchase Order Value.

The Maximum cap of the penalties to be

pegged at 10% of the value of the

delayed component.

Bidder submits that it shall be allowed to

submit modifications to the terms and

conditions which may be discussed at the

time of final contracting with the selected

Bidder

The Calculations on the

penalties have been on

the total O value while

the delay will occur at the

micro component level.

Hence imposing a penalty

calculated at the entire

O value will be very

onerous when a small

component is delayed.

No Change In RF

92 Bidder 3 21 4.25

Bidder requests for deletion of the

condition that payment will be made only

after receipt of Back-back Agreements

with all OEMs

As the total responsibility

of delivering the project

scope is with the selected

Bidder the OEM

Agreements shall not be

a condition for payment

release

No Change In RF

Attendance Management System

BMS

LD- Max 10%

Fire Rating

Humidity Control

Technical Compliance:

enalties associated with Delivery and Installation & Commissioning

Liquidated Damages

No counter terms and conditions will be accepted by C-DOT. Bids not complying to

C-DOT terms & conditions will be summarily rejected. No clarifications will be

entertained.

ayment Terms

ayment will be made only after receipt of Back-back Agreements with all OEMs.

93 Bidder 3 25 4.37

lease confirm that the urchase Order

shall be issued pursuant to the signing of

a mutually agreeable Contract

Not clear on the timing of

the O vis-à-vis the

Contract.

C-DOT shall release firm

urchase Order to the L1

bidder complying to All our

tender terms and

conditions.

94 Bidder 3 26 4.38 and 4.39 TSS TEAM to CONFIRM No change in RF

95 Bidder 3 26 4.40

It is requested to add the below text:

Contractor will defend and/or settle any

claims against C-DOT that allege that a

Contractor-branded product or service as

supplied under this Agreement infringes

the intellectual property rights of a third

party. Contractor will rely on C-DOT’s

prompt notification of the claim and

cooperation with our defense.

Contractor may modify the product or

service so as to be non-infringing and

materially equivalent, or may procure a

license. If these options are not available,

Contractor will refund to C-DOT the

amount paid for the affected product or,

for support services, the balance of any

pre-paid amount or, for professional

services, the amount paid. Contractor is

not responsible for claims resulting from

any unauthorized use of the products or

services.

The mode of providing

protection and the

actions to be taken in

case of a claim of IR

infringement have not

been provided in the

Tender.

The proposed clause will

cater to this requirement

and accord the right

protection that C-DOT

can avail in such scenario.

No Change in RF

erformance Security

Warranty and AMC

Indemnity

96 Bidder 3 27 4.44It is requested to delete the last sentence

of this provision.

We would like to come to

a reasonable conclusion

to cure any such delay

caused by Force Majeure,

acting in good faith. The

clause gives unilateral

right to C-DOT to accept

the solution or not, even

though the cause of such

delay is beyond our

control.

No Change in RF

97 Bidder 3 91Annexure III - Bid

Form

It is requested that the arties enter into

a mutually agreeable Contract which will

govern the urchase Order. In the

alternate, please share the O terms that

can be discussed and finalized with you.

Further, Annexure XII provides a

Template of Contract - lease confirm

which will form a final Agreement

between the arties.

We do not have visibility

on the O terms and

conditions that are

intended to constitute

binding contract between

us.

Based on Acceptance of O

C-DOT shall sign the

Contract

98 Bidder 3 100 Annexure X - NDA

Will the terms under this NDA supersede

the terms under the mutually agreeable

Contract between the arties?

We would like to propose

changes around the term

of the NDA and audit

provisions.

No change in RF

99 Bidder 3 133Annexure X11

3.1.6

It is requested to delete this portion of

the clause.

Unlimited audits without

notice during a year can

not be accepted by us.

We are ok to accept a

limited number of audits

in a calendar year with

reasonable notice period

and during business

hours.

No Change in RF

Force Majeure - "…If the duration of delay continues for a period of three months,

C-DOT and the Contractor shall have consultations with each other in an endeavour

to find a solution to the problem. Notwithstanding above, the decision of C-DOT

shall be final and binding on the Contractor. "

We understand that after acceptance of our Bid, terms and conditions of the

urchase Order placed by C-DOT, along with our Bid, shall constitute a binding

Contract between us.

Terms under the NDA

Audits - "...Though C-DOT would conduct audits on a half-yearly basis, surprise

checks can be conducted anytime and for any number of times. Any non-

compliance observed during the surprise checks would also qualify the Agency for a

penalty. The penalty would be levied on an additive basis and the accumulated

total would be deducted from the payment due to the Agency in the month in

which surprise checks were conducted."

100 Bidder 3 138Anexure XII

7.0

the overall SLA penalties to be subject to

a maximum of 10% of the Quarterly AMC

value; exceeding that event may be

termed as an event of Default that can be

a ground for termination.

No Change in RF

101 Bidder 3 139Annexure XII

7.1

It is requested to delete this portion of

the clause.

Unilateral determination

of the consideration is

not a fair term and hence

seeking deletion.

Any consequence of the

Termination is to be

mutually discussed

between the arties.

No change in RF

102 Bidder 3 140Annexure XII

7.2

It is requested to revise to the below:

The Agency shall be liable for any

losses/damages suffered by C-DOT; these

shall be as adjudicated by a competent

authority.

In an event of termination, Agency shall

be entitled to payment for all work done

until the effective date of Termination.

Notwithstanding anything mentioned

elsewhere, the Agency's aggregate

liability for all claims/damages etc. shall

be limited to the total value of the

urchase Order. Neither arty shall be

liable for any indirect or consequential

losses.

The losses are to be

ascertained before it can

be concluded that the

payment to the extent of

the loss can be witheld

from the Agency.

No change in RF

103 Bidder 3 140Annexure XII

7.3 (a)

The Agency is to be provided with a 30

day cure period vide a written notice

detailing the event of default. Failure to

remedy the defect within this timeline

can be then a ground for termination.

there is no notice or cure

period prior to

termination can apply.

rovision of a cure period

can help rectify the

defaults instead of

chosing to terminate the

engagement.

No change in RF

enalties - reference to 20% of the applicable Fee

"….Agency shall be obliged to comply with which may include unilateral re-

determination of the consideration payable to the Agency hereunder…"

Retain such amounts from the payment due and payable by the urchaser to the

Agency as may be required to offset any losses caused to the urchaser as a result

of such event of default and the Agency shall compensate the urchaser for any

such loss, damages or other costs, incurred by the urchaser in this regard. Nothing

herein shall effect the continued obligation of the subcontractor / other members

of its Team to perform all their obligations and responsibilities under this Contract

in an identical manner as were being performed before the occurrence of the

default

Where the urchaser is of the opinion that there has been such Event of Default on

the part of the Agency which would make it proper and necessary to terminate this

Contract and may include failure on the part of the Agency to respect any of its

commitments with regard to any part of its obligations under its Bid, the Tender or

under this Contract.

104 Bidder 3 152Annexure XII

7.4It is requested to delete this subclause

Blacklisting is an extreme

step and has to be

limited to instances of

wilful repudiation and

corrupt practices.

No change in RF

105 Bidder 3 18 4.23

Bidder requests for clarification on what

is the modular growth of the

infrastructure imply here

No change in RF

106 Bidder 3

12

19

4.10

4.24

Bidder submits that the Bid Security shall

be on the value excluding taxesNo change in RF

107 Bidder 3 19 4.24

Bidder submits that the rices and Rates

to be quoted shall be exclusive of sales

tax, VAT/CST, WCT and Service Tax and

the same will be billed as applicable at

the time of actual billing

As there is a high

probability of GST Law

being enacted soon

which will change the

actual taxes applicable

for the products and

services, it is prudent to

have a price comaparison

with taxes exclusive

The rice should be quoted

explicitly as per the format

given in RF. Incase of any

Govt. notification regarding

any change in Taxes, C-

DOT shall adhere the same

accordingly.

The commercial model proposed by the bidder shall be based on modular growth

of the infrastructure and be linked to a simple measurable, mutually acceptable

unit.

The Bidder, as part of his bid, shall submit a Bid Security for an amount of 2% of the

quoted value (inclusive of all taxes with one year warranty) plus 2% of Managed

Services rice (Inclusive of all Taxes), in the form of a Bank Guarantee issued by a

Scheduled Bank.

Bid Security in the form of BG of 2 % of the respective total quoted price inclusive

of all taxes and levies with One year warranty plus 2% of Managed Services rice

(Inclusive of all Taxes) (as per format given in Annexure - IV).

Rates quoted shall be inclusive of all Taxes, Duties and Levies, packing, forwarding,

freight, insurance, loading, unloading etc. at site of wok, exactly as per format given

in our bid document. There should be no hidden or contingent costs. Quoted rates

shall remain fixed during the validity period of the bid.

In the event of termination of this contract due to any cause whatsoever, the

Agency may be blacklisted and the empanelment with stand cancelled effective

from the date of termination of this contract

108 Bidder 3 24 4.31

Bidder submits that where C-DOT enters

into a rate contract with the selected

Bidder, the payment for the products

procured under the Rate Contract shall

be released 100% on delivery of the

products and those products value shall

not be part of any penalty calculations

under the project

As the procurement

under the rate contract

will be for a increased

scope over and above the

scope definied in the RF,

the payment terms,

penalties etc shall not

apply for those

components

Accepted

109 Bidder 3 24 4.33

Bidder submits that the Insurance for the

products supplied under the project will

be owned by the Bidder till the time the

products are supplied at customer

premises post the delivery of the

products the Insurance can be procured

by customer as the risk and reward in the

products pass on to the customer

Accepted

110 Bidder 4

On receipt at C-DOT site of all equipment, accessories etc.

required for the project, as certified by C-DOT

representative. Installation Services shall not be part of the

first milestone payme 50% 70%

No change in RF

111 Bidder 4On successful integration of all the components of the

project, as certified by C-DOT Representative 40% 30%No Change in RF

112 Bidder 4On successful running of data centre for one month with

actual load, as certified by C-DOT Representative

10%

We will submit BG 10%

of urchase Order value

so please not hold any

amount for one month

No Change in RF

C-DOT reserves the right to enter into a rate contract with the selected Bidder for

any of the items quoted by him, after placing the urchase Order through this

process. The validity of the rate contract shall be eighteen (18) months from the

date of urchase Order. The same technical specifications and Terms of Contract

shall apply mutatis-mutandis to the order placed through the rate contract as

specified through this TENDER. However, during the validity period of the rate

contract, if there is downward revision of the prices beyond 10% of the prices at the

time of placing the order, C-DOT reserves the right to re-negotiate the prices before

placing the order.

The contractor shall procure in his name a Contractor‟s All Risk (CAR) Insurance

Cover towards optimizing the risks associated with the contract and submit a copy

of the same to C-DOT covering the term of the contract. The rates shall be quoted

both in figures and words. In case of any discrepancy, the rates quoted in words

shall be valid.

113 Bidder 4 Delivery Time

Within 4 - 10 Weeks

for Delivery of the

items from the date

of placement of the

O.

Within 8 - 12 Weeks for Delivery of the

items from the date of placement of the

O.

114 Bidder 4 Installation Time

12 - 14 weeks for

Installation and

Commissioning from

the date of O.

14 - 16 weeks for Installation and

Commissioning from the date of O.

115 Bidder 5 8

SECTION III :

ELIGIBILITY

CRITERIA lease include IT & Telecom experience

for this clause.No change in RF

116 Bidder 6 83.1 ELIGIBILITY

CRITERIARequest to allow Consortium No change in RF

117 Bidder 6 83.1 ELIGIBILITY

CRITERIARequest to change to Bidder/OEM No change in RF

118 Bidder 6 83.1 ELIGIBILITY

CRITERIA

Request to Change to at least 200 CR

because 20 Cr is very less for these type

of reestigious roject.

No Change in RF

Consortium of companies/ firms are not allowed to participate in the tender.

b) The BIDDER should have installed and commissioned at least two (2) Tier III

compliant or higher Data centers in India and any one of the project covering raised

floor area at-least 1500 sq. feet in the preceding five (05) financial years which

should include activities like Design, Site reparation, Supply, Installation, Testing,

Commissioning, Operations and Maintenance of Basic Infrastructure for the

establishment of Data Centre.

Delivery to be completed

within 4 - 14 weeks from

the date of urchase Order

and 12 - 18 weeks for

Installation and

Commissioning at site from

the date of urchase

Order.

The BIDDER should have installed and commissioned at least two (2) Tier III

compliant or higher Data centers in India and any one of the project covering raised

floor area at-least 1500 sq. feet in the preceding five (05) financial years which

should include activities like Design, Site reparation, Supply, Installation, Testing,

Commissioning, Operations and Maintenance of Basic Infrastructure for the

establishment of Data Centre.

The average annual turnover of the BIDDER in the preceding three financial years as

on the date of bid opening shall not be less than Rs. 20 Crores. The bidder shall

have to submit their audited balance sheet for the last 3 fiscal years.[2013-

2014,2014-2015,2015-2016]

Proximity to flood hazard area as mapped on afederal

Flood Hazard Boundary or FloodInsurance Rate Map

Not within 100-year

flood hazard area or

less than 91 m / 100

yards from 50- year

flood hazard area

Proximity to coastal or inland waterwaysNot less than 91 m/

100 yards

Proximity to major traffic arteriesNot less than 91 m /

100 yards

Proximity to airports

Not less than 1.6

km / 1 mile or

greater than 30

miles

Proximity to major metropolitan areaNot greater than 48

km / 30 miles

Separate visitor and employee parking areas

yes (physically

separated by

fenceor wall)

Separate from loading docks yes

Proximity of visitor parking to data centerperimeter

building walls

9.1 m / 30 ft

minimum separation

Multi-tenant occupancy within building

Allowed if all

tenants are data

centers

or

telecommunications

companies

Type of constructionType II-1hr, III-1hr,

or V-1hr

Fire resistive requirements

Exterior bearing walls 1 Hour minimum

Site selection

Parking

Building construction

Interior bearing walls 1 Hour minimum

Exterior nonbearing walls 1 Hour minimum

Structural frame 1 Hour minimum

Interior non-computer room partition walls 1 Hour minimum

Interior computer room partition walls 1 Hour minimum

Shaft enclosures 1 Hour minimum

Floors and floor-ceilings 1 Hour minimum

Roofs and roof-ceilings 1 Hour minimum

Meet requirements of NFPA 75 yes

Vapor barriers for walls and ceiling of computer room yes

Multiple building entrances with securitycheckpoints yes

Floor panel construction All steel

Understructure bolted stringer

Ceilings within computer room areas

Ceiling Construction

If provided,

suspended with

clean room tile

Ceiling Height

3 m (10 ft) minimum

(not less than460 m

(18 in) above tallest

piece of equipment

Class Class A

Type

non-combustible

deck

(nomechanically

attached systems)

Wind uplift resistance FM I-90 minimum

Roof Slope1:48 (1/4 in per foot)

minimum

Building components

Roofing

Fire rating

Minimum Code

requirements

(notless than 3/4

hour at computer

room)

Door size

Minimum Code

requirements (not

less than 1 m (3 ft)

wide intocomputer,

electrical, &

mechanical rooms)

and not less than

2.13 m(7 ft ) high

Single person interlock, portal or other

hardwaredesigned to prevent piggybacking or pass

back

Minimum Code

requirements–prefer

ably solid wood with

metal frame

No exterior windows on perimeter of computerroom yes

Construction provides protection against

electromagnetic radiationyes

Physically separate from other areas of data Centre yes

Fire separation from other areas of data center

Minimum Code

requirements (not

less than 1 hour)

Security counter yes

Single person interlock, portal or other hardware signed

to prevent piggybacking or pass backyes

Physically separate from other areas of data Centre yes

Fire separation from other areas of data center

Minimum Code

requirements (not

less than 1 hour)

Physically separate from other areas of data Centre yes

General query on

TIA-942-A Bidder 6119

Bidder requested to carry-

out the site survey, adhere

and comply as per Tier-III /

Rating III guidelines

Doors and windows

Entry Lobby

Administrative offices

Security office

Fire separation from other areas of data center

Minimum Code

requirements

(notless than 1

hour)

180-degree peepholes on security equipment and

monitoring roomsYes

Harden security equipment and monitoring rooms with

16 mm (5/8 in) plywood (exceptwhere bullet resistance

is recommended or required)

Recommended

Dedicated security room for security equipmentand

MonitoringRecommended

Physically separate from other areas of datacentre yes

Fire separation from other non-computer room areas of

data center1 hour

Proximity to computer room

indirectly accessible

(maximum of1

adjoining room)

Restrooms and break room areasMinimum Code

requirements

Proximity to computer room and support areas

If immediately

adjacent, provided

with leak prevention

barrier

Fire separation from computer room and support areas

Minimum Code

requirements (not

less than 1 hour)

UPS and Battery Rooms

Aisle widths for maintenance, repair, or equipment

removal

Minimum Code

requirements (not

less than 1 m (3 ft)

clear)

Proximity to computer roomImmediately

adjacent

Operations Center

Fire separation from computer room and other

areas of data center

Minimum Code

requirements (not

less than 1 hour)

Required Exit Corridors

Fire separation from computer room and

support areas

Minimum Code

requirements (not

less than 1 hour)

Width

Minimum Code

requirements and

not less than 1.2 m

(4 ft) clear

Shipping and receiving area yes

Physically separate from other areas of datacenter yes

Fire separation from other areas of data center 1 hour

Physical protection of walls exposed to

liftingequipment traffic

yes (minimum 3/4 in

plywoodwainscot)

Number of loading docks

1 per 2500 sq m /

25,000 sq ft

ofComputer room (2

minimum)

Loading docks separate from parking areas yes

Security counter yes

Generator and fuel storage areas

Proximity to computer room and support areas

If within Data Center

building,provided

with minimum 2

hour fire separation

from all other areas

Proximity to publicly accessible areas9 m / 30 ft minimum

separation

Seismic zone -any zone acceptable although itmay

dictate more costly support mechanismsno restriction

Facility designed to seismic zone requirements no restriction

Site Specific Response Spectra - Degree of

local Seismic accelerations

with Operation

Status after 10%

in50 year event

Importance factor - assists to ensure greater

than code designI=1.5

Telecommunications equipment racks/cabinets

anchored to base or supported at top and baseFully braced

Deflection limitation on

telecommunicationsequipment within limits

acceptable by the electrical attachments

yes

Bracing of electrical conduits runs andcabletrays

per code w/

Importance

Bracing of mechanical system major duct runsper code w/

Importance

Floor loading capacity superimposed live load

12 kPa (250 lbf/sq

ft) # 113 kg/sq ft

(1221kgs/sq mtr)

Floor hanging capacity for ancillary loads suspended

from below2.4 kPa (50 lbf/sq ft)