ITI Limited - Bangalore Plant

Dooravaninagar,

Bangalore-560016, Karnataka, India.

EoI Ref. No: ITI/BGP/DC/EOI Dated: 02.06.2014

Invitation of Expression of Interest for selection of Project Consultancy Firm/s for Planning, Designing and Establishing Data Center

1. Expression of Interest Notice

a) This Expression of Interest (EOI) is for selection of Project Consultancy Firm/s for Design and assisting in establishing Data Center & its associated infrastructure.

b) The interested firm may submit their response along with the requisite details latest by 1400 hrs, 20.06.2014 to

Shri P. K. Dey,

Deputy General Manager, Data Center,

Bangalore Plant, ITI Limited,

Dooravaninagar, Bangalore-560016,

Karnataka, India.

Phone : 080 66561033

Fax : 080 25650400

Email Id :

The response shall consist of only technical bid and the same shall be sent in sealed cover with superscription "EoI for selection of Project Consultancy Firm/s for planning, designing and establishing data center". The response will be opened on 21.06.14 at 11.00 AM. No commercial terms are entertained.

c) The interested bidders shall specifically submit compliance with complete details against each clause starting from 5 to 11 as per the Response sheet (Appendix A). Incomplete and ambiguous response may be summarily rejected without giving any reason thereof.

d) Interested bidders are advised to study the EOI document carefully and submit the signed copy of the EoI. Submission of EOI shall be deemed to have been done after careful study and examination of the EOI document with full understanding of its implications.

e) ITI takes no responsibility for delay, loss or non-receipt of EoI response documents sent by post and also reserves the right to accept or reject any or part of the response without assigning any reason thereof.

f) The EoI process is for selection of a suitable agency / agencies that can provide consultancy services for planning, design and establishing Data Centre & its associated infrastructure and ITI reserves the right to continue or cancel the EoI.

2. Background

ITI Limited is India’s pioneering venture in the field of telecommunications. Born in 1948, this premier PSU has contributed to 50% of the present national telecom network. With state-of-the-art manufacturing facilities spread across six locations and a countrywide network of marketing/service outlets, the Company offers a complete range of telecom products and total solutions covering the whole spectrum of Switching, Transmission, Access and Subscriber Premises equipment.

3. Objective:

ITI intends to set up its own Data Centre with associated infrastructure where all enterprise based mission critical business applications of customers would be run on 24x7 basis.

The objective is to select consultancy firms who would guide ITI in the planning, design and establishment of Data Centre & its associated infrastructure. The Consultancy firm shall be an Entity of repute, viz., Partnership Firm / Public Limited Company / Private Limited Company / Consortium of Consultants (up to three)

The Data Center shall be established in an existing building and same is to be modified as per the requirement of Data Center specification.

4. General terms and conditions:

a. Authorized Signatory: All certificates and documents received as part of the response shall be signed by the Authorized Representative (signing is not mandatory for technical manuals or similar documentation). The power of authorization, or any other document consisting of adequate proof of the ability of the signatory to bind the bidder shall be submitted, when demanded by ITI.

b. Language of response: The responses prepared by the bidder and all the correspondences and documents relating to the offers exchanged by the vendor, shall be in English language.

c. The firm shall be an ISO 9001 or equivalent certified company and shall submit copies of valid certificates.

d. ITI reserves the right to suspend or cancel the EoI process at any stage, to accept, or reject any or all repsonses at any stage of the process and / or to modify the process, or any part thereof, at any time without assigning any reason, without any obligation or liability whatsoever. Any communication in this matter from any of the interested bidders will not be entertained.

e. That this EOI will not create any legal rights in favour of the bidders and the bidders shall have to enter into separate agreement after they are selected for the activities mentioned as in the scope of work

f. Cost of EoI: The bidder shall bear all costs associated with the preparation and submission of its EoI, including cost of presentation for the purposes of clarification of the offer, if so desired by ITI. ITI will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the EoI process.

g. The bidder shall be ready to give clarifications on any part of the repsonse to ITI.

h. Amendment of EoI: At any time prior to the last date for receipt of repsonses, ITI, may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the EoI document by an amendment. In order to provide prospective bidder reasonable time in which to take the amendment into account in preparing their offers, ITI may, at their discretion, extend the last date for the receipt of offers and/or make other changes in the requirements set out in the invitation for EoI and put up on ITI website.

i. Disclaimer: ITI and/or its officers, employees disclaim all liability from any loss or damage, whether foreseeable or not, suffered by any person acting on or refraining from acting because of any information including statements, information, forecasts, estimates or projections contained in this document or conduct ancillary to it whether or not the loss or damage arises in connection with any omission, negligence, default, lack of care or misrepresentation on the part of ITI and/or any of its officers, employees.

j. The bidder shall furnish a signed copy with no addition / deletion / corrections in the downloaded EOI document along with their EOI response being submitted. In case of any correction/addition/alteration/omission in the EOI document, the EOI response submitted shall be treated as non responsive and shall be rejected summarily.

5. Experience

a) The bidder should have been in consultancy & design of Data Center business at least for the last 5 years.

b) They should have designed at least 5 numbers of tier III/IV Data Centers and each Data Center should be at least of 25,000 sq. ft area in India, and out of which at least 2 data center should be fully functional on the date of submission of response to EOI. Documentary proof shall be enclosed for the same.

c) Summary of projects executed successfully in the past 5 years, focusing on brief descriptions of assignments, customer name and contact details, etc, to be provided.

d) Profile of key experts may also be submitted along with the response to the EOI.

6. Firm Registration & Financial Details

a) The bidder shall submit the Registration Number and the date of

registration of the firm with documentary proof.

b) The annual turnover of the firm in the last 3 years from consultancy design and integration services should be at least 10 crores (INR).

c) The bidder shall submit attested copies of the Audited Balance Sheets for the years 2010-11, 2011-12, 2012-13, 2013-14 mentioning annual turnover, profit etc., as proof. Certificate from a certified auditor to this effect has to be submitted as proof.

7. Presence

The bidder shall have a registered office in India and should have at least one branch office in Bangalore. All discussions and interaction with ITI shall take place in Bangalore. However for DR site, ITI Raebareli is being considered and hence site surveys, discussions will also be held in Raebareli Unit. The requirement to attend the meetings at Raebareli is also to be considered.

8. Legal Awareness

The bidder should be fully conversant with all the applicable building & construction laws, local govt. and municipal codes, environmental laws, electrical and other regulations applicable for the Data Centre Projects & its associated infrastructure.

9. Scope of Work

The brief scope of work is as under:

a) Civil: Shall design Civil, Structural, Architecture, Water Supply, Water Treatment, Sewage disposal, soil and environment investigation, landscaping, etc for the entire data centre. The design specifications should be based on Tier III (minimum for the present) guidelines and should comply to TIA / EIA and ISO Standards.

b) Electrical: Shall design Electrical Distribution, Panels, Cabling, Switchgears, Transformers, UPS, lighting, DG Set, Controls, Earthing, etc, for the entire data centre. Power calculation using Tier III methodology should be done to ensure sufficient power availability. Grounding of entire data center and individual equipments shall be part of electrical design.

c) Mechanical: Shall design HVAC (heating, ventilation & air conditioning, Precision Air Conditioning for DC & Comfort Air Conditioning for Office Area), pumps, filters, piping, ducts, insulation system, etc, for the entire data centre. Cooling requirements in terms of TR should be detailed. Air flow using Hot – Cold aisle approach should be part of design. HVAC output to BMS should be compliant with Open platform approach and should be compatible with BACNet / Modbus over IP Standards.

d) Interiors: Shall design Interiors for Data Center, Competency Center and associated buildings (Wall paint/Office Space/Furniture/file storage cabinets/Manager’s room, etc.)

e) Building Management System: Shall design Building Management and Control system for the entire data center. BMS should be able to integrate all physical and electronic systems in data center over an IP platform. A Mediator platform should be incorporated to ensure the information flow between various devices and systems.

f) Security: Shall design Access Control System, Surveillance System, Attendance System, building security, etc, for the entire data centre. All systems and sub-systems for security shall be designed for IP platform integration.

g) Fire Detection & Suppression System: Shall design fire detection, suppression and alarm system for the entire data center.

h) Office Space and Amenities: Shall design office space and amenities with complete data, voice & electrical wiring and associated requirements.

i) Hardware & Networking: Shall design LAN, Internet Connectivity and other data & voice connectivity, drawing specifications of IT hardware, networking devices, security devices, Server Racks, Network Racks, etc, required for the data centre.

j) Network Operations Centre (NOC): Shall design the Network Operations Centre (NOC) and prepare specifications for all the hardware & software components required for it.

k) Disaster Recovery (DR): Shall design the far-site DR plans for the Data Center. Far DR site being Raebareli, that site also should be designed in all aspects by the consultant just in the similar lines of data center

l) Shall be responsible for preparation of tender documents for all the above packages /components.

m) shall involve in the evaluation of offers received in response to the tenders released at clause l above

n) Site Supervision: Shall supervise during the construction and commissioning of the data centre and DR site. Shall be responsible for monitoring the activities with respect to timelines as per the pert chart prepared for the activities. Shall also carry out the audit to ensure that all activities and components have been carried out as per the specification.

o) Data Centre Compliance: The data centre design should be

tier 3 / tier 4 and should comply to TIA-942 standard. The individual components like LAN Cabling, Electrical Wiring, etc, should be as per the international standards. The number of servers proposed is around 600 in the first phase and 800 in the second phase.

p) Best Practices: Shall frame best practices for the day to day working of Data Centre Projects & its associated infrastructure.

10. Minimum In-House Capability

In the Scope of Work at Clause 9, for points (a) to (k), the bidder should have in-house expertise in at least 6 areas. For the rest of the areas, if the bidder is associating with any 3rd parties, the name, contact details, experience of those parties should be submitted along with the response. Maximum number of such third party allowed shall be limited to 2 only. The acceptance from those parties to take up the work as per the scope shall be enclosed.

11. Associate / Partner Consultant’s Experience

a) The requirement of experience of the associated consultants (3rd party) shall be identical in terms of number and type of data centers worked in as the main consultant.

b) The profile and expertise of the key persons of the associated (3rd

party) consultants who shall be working on the design along with

the main consultant shall also be identical as the main consultant.

12. Evaluation Criteria:

The bidders’ offers will be evaluated based on the point system for evaluation of response to EoI as per appendix B. Bidders whose offer get a minimum 70 marks and above will be called for next level of evaluation which will be intimated at a later date.

Appendix A

RESPONSE SHEET TECHNICAL

Sl.
No. / Clause No. / Description / Compliance / Remarks
1. / 5 / Experience / a) The bidder should have been in Data Centre consultancy & design business at least for the last 5 years.
b) They should have designed at least 5 numbers of tier III/IV Data Centers and each Data Center should be at least of 25,000 sq. ft area in India, and out of which at least 2 datacenter should be fully functional on the date of submission of response to EoI. Documentary proof shall be enclosed for the same.
c) Summary of projects executed successfully in the past 5 years, focusing on brief descriptions of assignments, customer name and contact details, etc, to be provided.
d) Profile of key experts may also be submitted along with the response to the EoI.
2. / 6 / Firm Registration &
Financial Details / a) The bidder shall submit the Registration Number and the date of registration of the firm.
b) The annual turnover of the firm in the last 3 years from consultancy and integration services should be at least 10 crores (INR).
c) The firm should have made a profit at least 10% of the annual turnover in last 3 years.
d) The bidder shall submit attested copies of the Audited Balance Sheets for the years 2010-11, 2011-12, 2012-13, 2013-14 mentioning annual turnover, profit etc., as proof.