INTEGRATED INFORMATION SYSTEM (IIS) ENTERPRISE RESOURCE PLANNING (ERP) And

Size: px
Start display at page:

Download "INTEGRATED INFORMATION SYSTEM (IIS) ENTERPRISE RESOURCE PLANNING (ERP) And"

Transcription

1 INTEGRATED INFORMATION SYSTEM (IIS) ENTERPRISE RESOURCE PLANNING (ERP) And ADMINISTRATIVE COMPUTER SERVICE SUPPORT CENTRE (ACSSC)s INDIAN INSTITUTE OF TECHNOLOGY, KHARAGPUR Sub: PROCUREMENT OF UPS i. 1 No 30 KVA (3 Phase input & 3 Phase Output) ii. 2 Nos 30 KVA (3 Phase input & Single Phase output) Tender Notice No. IIT/ACSSC/UPS/ /02 dated 5 th December 2016 Indian Institute of Technology Kharagpur, an Institute of national importance, invites sealed bids from reputed Original Equipment Manufacturers (OEMs) OR their Authorized Distributors/Dealers who have adequate credential for supplying, installing and maintaining similar systems in IITs or similar Autonomous Institutions/Universities, Government/Public Sector Undertakings etc. for the supply of the above mentioned UPS Systems with five years comprehensive onsite warranty at IIT Kharagpur. Interested vendors are requested to send their sealed bids under a two cover system as per requirement mentioned in tender document, along with the Technical Specifications & Compliance Certificate as per Annexure I and the quantity as specified in tender document. Details are also mentioned in the Institute website [link: tenders]. The proposal has to be sent in a sealed packet, containing two separate sealed envelopes (Technical Bid and Price Bid) duly superscripted with (Tender Notice No. (IIT/ACSSC/UPS/ /02 dated 5 th December 2016, to the Office of the Head, Administrative Computer Service Centre (ACSSC) of Integrated Information System Indian Institute of Technology, Kharagpur, P.O. Kharagpur Technology, PIN : on or before 10 th January, 2017 at 3:00 pm. The technical bids (should also contain detailed un-priced bill of material) which will be opened on 10 th January, 2017 at 3:30 PM at Integrated Information System (IIS) Office in the presence of the vendors and their authorized representatives and price bids will be opened (to be notified separately), only of those firms, who will be found technically qualified/shortlisted, after evaluation of their technical bids. Copy to: Head Administrative Computer Service Centre (ACSSC) Integrated Information System Indian Institute of Technology, Kharagpur, Institute website 2. CPPP 3. Notice Board

2 Specification of UPS ANNEXURE-I Item-1 30 KVA (3 Phase IN & 3 Phase OUT) Online UPS to provide Electrical backup for PCs, Lights, emergency units, etc. in the IIS Building Parameter Specification Power (KVA) 30 KVA System efficiency AC-AC online double conversion > 95% % Load, 50-75% load, 25-50% load Input Parameters Rated input voltage 415V AC, three-phase four wire Rated operating frequency 50Hz Input voltage range -20% to +25% Input frequency range 45Hz 55Hz Input power factor >0.95 Input THDi <3% DC Parameter Battery Type Lead acid sealed maintenance free batteries Battery Make Amara Raja Quanta / Exide Power Safe/Relicell Battery compensation Yes Charger output voltage regulation 1% accuracy DC ripple low voltage 1% Backup Output Parameter Inverter output voltage Inverter output frequency 1 hour backup facility in case of input failure 415V AC, three-phase four wire 50Hz Output frequency stability 50Hz ± 0.02% Voltage stability Steady state < ±1% Transient state ± 5% Transient state response time < 20 ms Inverter overload capacity 1 hour for 110%, 10 mins for 125%, 1min for 150% Phase shift With 100% balanced load <1 With 100% unbalanced load <1.5 THDv 100% linear load <2% 100% non-linear load <5% Bypass Parameter Bypass input voltage 415V AC, three-phase four wire

3 Bypass voltage range settable through software Bypass overload capacity Default:- 20% to +15% 135% long term, 170% for 1 hour, 1000% for 100ms Environmental condition Operating temperature range 5 C to 40 C Storage temperature 5 C to 50 C Relative Humidity 80% Noise (at 1m distance) 62 db IP Class IP20 Battery Accessories Batteries to be supplied and installed in separate MS Steel free standing enclosure complete with interlink connectors, battery isolator (MCB or SFU) and UPS to battery cables. Battery backup time shall be 60 minutes. Batteries have to be installed in an adjacent battery room. Necessary cabling & other accessories should be included. Interface Port An RJ-45 /RS-232 port shall be provide for communication The UPS monitoring shall be compatible with local network from any workstation Certification OEM should be ISO 9001:2008 Standards Safety: IEC ; IEC /AS EMC: IEC /AS /EN Class A Design and Test: IEC /AS Indications Mains On Mains Fail Battery Charging Battery Charged Rectifier Trip Input Over-voltage Input Under -voltage Inverter On Battery low Output Over-voltage Output Under-voltage Output Over-load Alarm The system will set an alarm on above indications Protections Input Over-voltage Input Under -voltage DC Over-voltage Input Over-current Battery Over-charging Battery Low Output Output Over-voltage Short-Circuit Warranty Onsite warranty of 5 years for UPS & 2 years for batteries (OEM Certificate must be attached)

4 Item-2 30 KVA (3 Phase IN & Single Phase OUT) Online UPS Redundant System (1+1) Configuration Mode for Servers, storage and related IT items Parameter Proposed New Specification Technology Inversion Technique AC-AC double conversion ONLINE UPS High frequency (>15KHz) adaptive pulse width Modulation or sine weighted pulse width Modulation. Rated Input voltage 400 Volt: 3 Phase: +10% to 15% Input Frequency range 45 to 55 Hz Output Voltage regulation 230V AC ±1% Single Phase Output frequency regulation 50Hz ± 0.1% in free running mode Continuous rated KVA 30 KVA at 0.8 PF lagging Overload capacity 110 % for 60 min., 125% for 10min. and 150% for 60 sec Crest Factor Minimum 3:1 crest factor Input power factor >0.95 Total harmonic distortion Less than 1% for liner loads and less than 5% for nonliner loads Transient response Voltage dip less than 5% for 100% step load change and recovery time within 20ms to normal voltage Waveform Pure Sine wave Load Power factor 0.6 unit at rated KVA and at Input nominal Voltage (KVA rating shall be as KW/PF) This system shall be able to Withstand 3:1 crest factor load Short circuit current limit 150% of rated current Power walking within 30 seconds Transfer time No break from mains to batteries & vice versa For mains failure Static Bypass Switch Transfer time to bypass less than 3 milliseconds Inverter Efficiency Inverter >90% Converter >90% Overall >85% for 50% to 100% load Operating temperature 5 C 45 C Relative Humidity 95% Non condensing Noise (at 1m distance) 65 db Charger Solid-state automatic float cum boost Charger with current limiting features. The charger shall match the battery Manufactures charging curves Audible Alarm Built-in audible alarm for fault Conditions. Low battery & mains failure with dual tone Battery Type Lead acid sealed maintenance free batteries. Battery Make Amara Raja Quanta / Exide Power Safe/Relicell Battery Backup time 1 hour Protection Class IP 20 Battery Accessories Batteries to be supplied and installed in separate MS Steel free standing enclosure complete with interlink connectors, battery isolator (MCB or SFU) and UPS to battery cables. Battery backup time shall be 60 minutes. Batteries have to be installed in an adjacent battery room. Necessary cabling & other accessories should be included.

5 Interface Port An RJ-45 /RS-232 port shall be provide for communication The UPS monitoring shall be compatible with local network from any workstation Certification OEM should be ISO 9001:2008 Standard Safety: IEC ; IEC /AS EMC: IEC /AS /EN Class A Design and Test: IEC /AS Indications Mains On Mains Fail Battery Charging Battery Charged Rectifier Trip Input Over-voltage Input Under -voltage Inverter On Battery low Output Over-voltage Output Under-voltage Output Over-load Alarm The system will set an alarm on above indications Protections Input Over-voltage Input Under -voltage DC Over-voltage Input Over-current Battery Over-charging Battery Low Output Output Over-voltage Short-Circuit Warranty Onsite warranty of 5 years for UPS & 2 years for batteries (OEM Certificate must be attached)

6 ANNEXURE II GENERAL TERMS & CONDITIONS 1. Eligibility criteria for participation in the Tender: i) The Bids shall be submitted only by the OEM (Original Equipment Manufacturer) or Single Authorized Business Partner of OEM in case OEM is not participating. Declaration in this regard needs to be submitted. ii) The Bidder shall be an established UPS Manufacturing company registered under the Companies Act, 1956 having operations in India for the last three years as on (Certificate of Incorporation) and shall have their registered offices in West Bengal and submit valid documentary proof of: iii) iv) Certificate of incorporation Trade License of West Bengal The Bidder should have executed (completed) at least 3 similar or higher rating orders in or around Kharagpur at any Govt. Department / Educational & Research Institutes / PSU / Board / Council or similar organization in past 2 years. Copies of suitable documents like Purchase Orders, etc. for verification of the order values and work completion / customer satisfaction certificates (or similar documents) from customers against the same orders for verifying successful completion of the orders must be submitted as evidences. v) The Bidder must have on its roll at least one technically qualified professional (deployed within the district of Midnapore) for immediate support. Address and contact number shall be provided. 2. Important Dates Last Date of Submission of Sealed Bids: 10 th January, 2017 at 3:00 pm in the Office of the Head ACSSC/Chairman, ERP, Integrated Information System, Indian Institute of Technology Kharagpur Date of opening of the Technical Bids: 10 th January, 2017 at 3:30 pm (In the Office of the Head ACSSC/Chairman, ERP, Integrated Information System, Indian Institute of Technology Kharagpur) 3. Payment Terms: After successful installation and commissioning, duly certified by the concerned Head of the Department/Centre. Vendor should submit the Bill along with Warranty Certificate duly sealed and signed. 4. Warranty and Guarantee: 5 (five) years on-site comprehensive warranty on UPS and 2 (two) years on-site comprehensive warranty on Battery from the date of successful installation and commissioning. But the Vendor should rectify the faults, if any, within 24 hours from the date and time of receipt of complaint from the user Department. Moreover, the vendor should arrange to provide stand by On-Line UPS System with same technical specification or higher after 72 hours if any machine is out of order for more than 72 hours from the date and time of receipt of complaint lodged by the user.

7 5. Service Engineer: The successful vendor should arrange to provide onsite support at IIT Kharagpur during the entire warranty period of five years. Institute will not be responsible for any untoward incident, maintenance and transit risk for this purpose. 6. Deliver of the Store Item: Store item should be delivered within 45 days from the date of issue of the purchase order. 7. OEM should be ISO 9001:2000 Certified Company. The relevant certificate with up-todate validity should be enclosed in the bid. 8. Tender Fee: An amount of Rs. 1,000/- (Rupees one thousand only) as tender fee (non refundable) is to be paid. The payment may be made by Demand Draft in favour of IIT Kharagpur. Without Tender Fee quotation will not be accepted. 9. Earnest Money Deposit (EMD): An amount of 40, (Rupees forty thousand only) (Refundable) in the form of Demand Draft drawn in favour of Indian Institute of Technology Kharagpur, payable at Kharagpur or Bank Guarantee as per format at Annexure-III. E.M.D. should be enclosed separately in an envelope and stapled with the Technical Bid document superscribing EMD. The validity of the EMD should be 6 (six) months from the date of issue. Any bid without EMD will summarily be rejected. No interest is payable on EMD. EMD will be refunded to the unsuccessful bidder after finalization of the tender process. The EMD of vendor awarded with the contract to be treated as part of security deposit towards Performance Guarantee. No interest is payable on Security Deposit. Security Deposit shall be forfeited if the selected vendor fails to execute the contract after receiving the same. 10. Price : Price Should be quoted only in Indian Rupees on free delivery at site basis showing clearly the following break up :- (a) (b) (c) Unit Price Taxes Total Price with five years Comprehensive onsite warranty Institute will not provide any C or D Form. However, subject to availability, way bill / transit permit may be issued. 11. Conditional Offer will not be accepted. No advance is payable against supply of stores. 12. Period of Validity: Bids shall remain valid for acceptance, at least for a period of 90 days from the date of opening of the price bid. 13. OEM will be given preference. 14. Name and address of all the Customer Support Engineers with their contact numbers, based in Kharagpur and Kolkata, along with escalation matrix, who will provide service support during the warranty period (without any financial involvement) be provided. 15. Past Performance of the Vendors will be judged at the time of Technical Evaluation. 16. The Institute does not bind itself to offer any explanation to those bidders whose technical bids have not been found acceptable by the Evaluation Committee of the Institute.

8 17. Bidders should also enclose the following documents in the technical bid as proof of their credential: Tender fee Earnest Money Deposit (EMD) Trade License, Certificate of Registration Copies of PAN Card, VAT registration, sales tax registration and service tax registration Copies of IT return for last three years Order copies and work completion certificate as specified in Pre-qualification Criteria. Signed tender document as a token of acceptance for the Terms & Conditions specified in various sections of the tender document 18. Vendor should clearly mention in their bid, if any specification is not met by the quoted product. 19. The bid should also contain a signed compliance certificate duly signed by the OEM to the effect that items offered meet the tender specifications of the Institute. 20. The person/officer signing the tender/bid documents should be delegated with an appropriate Power of Attorney (duly endorsed by a Notary Public) by the Chief Executive Officer/MD of the Company to sign such documents. 21. IMPORTANT (i) (ii) (iii) (iv) The Director, IIT Kharagpur, may accept or reject any or all the bids in part or in full without assigning any reason and does not bind himself to accept the lowest bid. The Institute at its discretion may change the quantity/upgrade the criteria/drop any item or part thereof, at any time before placing the Purchase Order. Institute at its discretion also reserves the right to verify information submitted and inspect the manufacturer facilities, if required to confirm their capabilities. In case of any dispute, the decision of the Director, IIT Kharagpur shall be final and binding on the bidders. For any query pertaining to this Bid document, correspondence may be addressed to : Head Administrative Computer Services Support Centre. (ACSSC) Integrated Information System (Opposite to Department of Chemical Engineering) Indian Institute of Technology, Kharagpur chairman.erp@adm.iitkgp.ernet.in, sdasmandal@cet.iitkgp.ernet.in N.B.: Please Note that the Institute remains closed during Saturdays & Sundays.

9 ANNEXURE-III

10 ANNEXURE - IV PRICE BID FORMAT Sl. No. Item Name (Make and Model No.) Quantity Unit Price (in Rs.) Tax if any (in Rs.) Total Price (in Rs.) Total Price (INR) Inclusive of all taxes with 5 (five) years on-site comprehensive warranty on UPS and 2 (two) years on-site comprehensive warranty on Battery from the date of successful installation and commissioning

11 ANNEXURE V DECLARATION 1. I, Son /Daughter of Shri Proprietor/Partner/CEO/MD/Director/ Authorized Signatory of M/s am competent to sign this declaration and execute this tender document. 2. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same. 3. The information/ documents furnished along with the above application are true and authentic to the best of my knowledge and belief. 4. I/ we/ am are well aware of the fact that furnishing of any false information/ fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law. 5. Each page of the tender document and papers submitted by my Company is authenticated, sealed and signed, and I take full responsibility for the entire documents submitted Signature of the Authorized Person Date: Full Name : Place: Company Seal :