trivandrum – 695 022...200 fire suppression system by novec 1230 based suppression system for the...

68
ANNEXURE-B Vikram Sarabhai Space Centre (VSSC) Trivandrum – 695 022 Tender Document VSSC invites ONLINE bids for Supply, Installation & Commissioning of HPC- Cluster with Storage Subsystem and Data Center Ecosystem at VSSC Trivandrum. Prospective Bidders may download the Tender Document from VSSC E- Procurement Site. Bidders are advised to go through instructions provided at `Instructions for online Bid Submission’ and submit duly filled bids online on the website https://eprocure.isro.gov.in as per the schedule given in the Tender Document. 1. Eligibility Criteria: 1.1. The bidder must submit all documents listed in this document. 1.2. The bidder must be either an original equipment manufacturer (OEM) of servers or their respective Indian subsidiary or their (OEM’s) authorized HPC system integrator in India.

Upload: others

Post on 25-Mar-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

ANNEXURE-B

Vikram Sarabhai

Space Centre (VSSC)

Trivandrum – 695 022

Tender Document

VSSC invites ONLINE bids for Supply, Installation & Commissioning of HPC-Cluster with Storage Subsystem and Data Center Ecos ystem at VSSC

Trivandrum.

Prospective Bidders may download the Tender Document from VSSC E-Procurement Site. Bidders are advised to go through instructions provided at `Instructions for online Bid Submission’ and submit duly filled bids online on the website https://eprocure.isro.gov.in as per the schedule given in the Tender Document.

1. Eligibility Criteria:

1.1. The bidder must submit all documents listed in this document.

1.2. The bidder must be either an original equipment manufacturer (OEM) of servers or their respective Indian subsidiary or their (OEM’s) authorized HPC system integrator in India.

1.3. The Indian agent and the Principal manufacturer / OEM of Servers-Compute Nodes cannot bid simultaneously

1.4. The Server OEM (either bidding directly or through its Indian subsidiary or Indian HPC system Integrator), must have at least one CPU based HPC system installation having minimum sustained (RMax) compute power of One PetaFlops anywhere in the world installed during last 5 years on the date of publication of this RFP OR at least one CPU based HPC system installation in India , having sustained (Rmax) compute power of minimum 500 TF installed and commissioned in last 5 years on the date of publication of this RFP. Reference to publically available evidence like Top500 site (www.top500.org) must be provided for verification. For HPC system installation in India, the installation certificates/purchase order in the name of OEM having complete details of the installed site must be submitted with the bid document. (Any prototype installation / test set-up or installation in bidder’s/OEM’s or its affiliate premises will not be accepted. Systems used only for HPC applications shall be considered).

1.5. If the bidder is a HPC system integrator in India authorised by eligible Server OEM , the bidder must have installed and commissioned at least one CPU Based HPC System in India having sustained (Rmax) compute power of minimum 100 TF in last 5 years on the date of publication of this RFP. The purchase order and installation certificates from the End user in the name of bidder to this effect must be submitted with the bid document. (Any prototype installation / test set-up or installation in bidder’s or its affiliate premises will not be accepted).

1.6. The bidder must have minimum annual sales turnover of at least Rs.60 Crores for last three financial years. The copies of relevant documents or a certificate from a Chartered Accountant certifying the turnover amounts should be submitted along with the bid.

1.7. The bidder must quote for all the items given in Schedule of Requirements – Section IV of this document.

Note: The bidders should provide sufficient documentary evidence to support the eligibility criteria. VSSC reserves the right to reject any bid not fulfilling the eligibility criteria.

SECTION – I: SCHEDULE OF REQUIREMENTS – PART A AND PART B

1. The scope of this HPC and DC procurement will cov er the following tasks:

a. Supply and installation of compute & storage requirements based on benchmark given with the latest hardware, software and best practices of building Top Super Computers across the globe suited for scientific applications within the available space allocated for Data Centre and allied ecosystem.

b. Supply and Installation of latest Standardized Software, Scientific Libraries, compilers for High Performance Computing Systems.

c. Preparation of Datacentre as per Tier 3 standard in N+1 configuration along with allied ecosystem at VSSC Trivandrum for housing and running the HPC Solutions with an uptime not less than 99.5% (quarterly basis) as per guidelines indicated for the contractual period which includes: i. Supply and installation of UPS, Batteries, LT Panels and other electrical

requirements as required for the proposed HPC solution. ii. Supply and installation of Chillers, PAC’s, pipings and other HVAC

requirements if required for the proposed HPC solution along with 30 minutes thermal storage tank capacity etc. OR Supply and installation of Dry/Adiabatic Cooler, Pumping System, Piping system, Thermal Storage system and other components required for primary circuit and secondary circuit consisting of liquid dripless tapping connections, Coolant distribution unit, liquid based cooling technologies required to cool server components and any other components to complete the requirement in case of component level cooling system.

iii. Supply and installation of necessary interior civil related works like, fire suppression, fire alarm, BMS and other related work as required by proposed solution.

iv. At least Two onsite Engineers (System Administrator, Application Support and DC ECO system support) to support proposed HPC System and DC ECO system during the warranty period of three years.

v. Providing onsite and on systems training to all concerned users at period intervals (at least once in a year)

vi. Supply and Support of any intermediate latest software, scientific libraries, compilers etc. for smooth running of applications at regular intervals as and when the versions get upgraded periodically and without compromising the stability of the HPC system at no extra cost. The up-gradation activity should be taken up in a phased manner avoiding complete downtime. In unavoidable circumstances the maximum downtime should not exceed more than 24 hours.

vii. It is highly desirable that all the software licenses like Operating System, libraries, Parallel file system etc. that are supplied within the scope of this RFP are right-to-use perpetual licenses for the complete proposed solution and should be supported by respective Licenses for other software’s like compilers, profilers, etc. are to be considered for at least for10 concurrent users per each site or as mentioned elsewhere in this document.

1.1. The Proposed HPC set up is to be installed in 100 sq meter area. A separate utility space will be allotted for housing equipments like UPS, battery, LT panels, Chillers, Dry cooler, Cooling towers. The Entire room is with raised flooring and bidder has to visit and check the UDL and point loading capability, if required. Bidder need to consider replacement of existing FM 200 fire suppression system by NOVEC 1230 based suppression system for the entire set up. In the new DC utility block, bidder needs to consider cooling system for battery and UPS, Fire alarm and fire suppression system and IBMS system. IBMS system should include CCTV, Access control, Rodent Repellent, Fire alarm etc. UPS requirement for HPC data centre will be minimum 500 KVA X 3 Nos. ( N+1 ) and for Data Storage Part 500 KVA X 2 (N+1 ). Battery backup required is 30 minutes per UPS. Bidder needs to consider the thermal tank for 30 minutes back up capacity. The pumping from thermal storage tank to the Data centre will be on UPS power and minimum rating of the same to be considered as 2 X 100 KVA with 30 minutes back up time. Chillers (if required) for proposed solution has to be considered as water cooled only. Bidder to submit design drawing include but not limited to Single Line Diagram, Discrimination curves, Lighting drawing, earthing calculations, P & ID (Process and Instrumentation Diagram), HVAC schematic, design basis report, equipment sizing and selection along product selection calculations etc. with clear sectional drawings for server as well as utility room, Project execution methodology including execution time line, management, monitoring and assessment process, safety procedures, man power deployment, testing methodology etc. needs to be submitted. In case of liquid cooling bidder has to submit the water consumption data in litres/hour. Chilled water pipes are already installed in the datacentre. The vendor can utilize the existing Chilled water pipes OR they can remove them and install new Chilled water pipes. If the existing Chilled water pipes are to be removed, the labor should be included in the scope of work.

1.2. Any equipment/material required for the successful establishment of the 2 PF sustained facility and data center ecosystem, which is not covered in this document should be quoted by the bidder.

2 Scope of the System Administrator 2.1. Maintenance of System Software and System Tools (Periodic Up

gradation, Troubleshooting Operating System, Scheduler, Cluster Manager, High availability services, Compilers and libraries etc.)

2.2. Identifying and solving operational problems in supercomputer 2.3. Monitoring and operation of High Performance Computing and Storage

(Parallel, Permanent and Archival) systems 2.4. Management of Users’ space and Troubleshooting problems encountered

by users along with providing support 2.5. Integration of third-party applications with scheduler with the help of

application support engineer 2.6. Any other task required for 24x7 smooth functioning of the cluster 2.7. Working hours – VSSC working schedule (9AM to 5 PM Monday to

Friday) and on-demand in case of emergency

3 Scope of the Application Support Engineer 3.1. Installation & maintenance of third party applications in the cluster with

the help of application team 3.2. Integration of third-party applications with scheduler 3.3. Installation of required libraries of supporting applications 3.4. Support the in-house application developers primarily for parallel software

development 3.5. Trouble-shooting system level issues while running applications 3.6. Any other task required for 24x7 smooth functioning of HPC applications

in the cluster 3.7. Working hours – VSSC working schedule (9AM to 5 PM Monday to

Friday) and on-demand in case of emergency

4 Scope of Data Centre Support Engineer The onsite engineers should take care of data centre associated systems like UPS, A/C plants, Fire detection and suppression systems, BMS etc by reporting any problem associated with these equipments to the concerned service personnel (Arranged by the bidder) and get it solved within the time-frame mentioned in Annexure-A of this tender.

PART A: Specifications of the FACILITY

Bidders are required to provide complete solution details and Detailed Bill of material for 2PF sustained HPC system along with 5.5 PiB of storage as per specifications given below and Tables 1 in the format given in this section.

Specifications for 2PF sustained Computing facility along with 5.5 PiB usable storage and 1 PiB of Tape based archival

HPC system consisting of 2 PF sustained compute cap acity with 100 no’s of nodes with 384 GB RAM / per node,10 no’s o f high memory nodes with 768 GB RAM / per node and remaining wit h minimum 192 GB RAM / per node. In addition to this 20 no’s of GPU nodes with 2 GPU Cards per node, which will not be part of 2 PF sust ained, 20 numbers of Front-End Workstations with 192 GB RAM (including c onsole- Monitor, Keyboard, Mouse, DVD-RW)

• It must be configured with required number of CPU only compute nodes to achieve minimum of 2PF Rmax (Sustained LINPACK)

• 100 no’s of CPU only compute nodes to be configured with minimum of 384 GB memory in balanced configuration

• 10 no’s of High Memory CPU only compute nodes to be configured with minimum of 768 GB memory in balanced configuration

• 20 no’s of GPU nodes with two cards each node to achieve minimum 300TF Peak and minimum of 200 TF Rmax (Sustained LINPACK) (Both minimum peak and minimum Sustained parameters must be met).

• 2.5 PiB usable PFS based Storage with 25GBps speed with provision of NFS access outside HPC along with 1 PiB tape based Archival.

• 3 PiB Permanent Storage in a separate server system to be integrated with existing datacenter infrastructure of VSSC.

• 100% Non-blocking Primary interconnect.

• Managed Gigabit Ethernet for both cluster management/provisioning and IPMI management

• HPC software’s including Development tools, cluster management & monitoring tools and Workload manager

• The established facility should be capable of executing all parallel application including commercial / Open-source applications like Ansys Fluent, CFD++, SU2, OpenFoam, WRF, etc.

• Successful Bidder need to install and support the complete HPC system including racking, stacking, cabling, HPC software installation, benchmarking and commissioning.

The bidder is required to submit complete comprehen sive system design and solution document to fulfil the above specification s of the system. Bidder must submit following parameters of the proposed solutio n

Item Description Bidder’s response

1 Solution size The total solution in terms of number of racks with size of racks (height, width, depth) and approximate weight of each rack, in fully loaded condition

2 Power Consumption The total power budget for proposed solution while running HPL benchmark with claimed performance.

Table-1

SERVER, STORAGE AND NETWORKING COMPONENTS FOR 2PF H PC SYSTEM

Sl no. Items Description

1 Master/Login/Management/service Nodes – 20 Qty

Processor Dual CPU based server must adhere to below points:

a. Specfp_rate_base2006 >= 1100

b. Specint _ratebase2006 >= 1200

c. Stream Triad benchmark >=150 GB/sec with memory proposed for node

d. Minimum memory bandwidth of 4GB/sec per CPU core when all cores are accessing the memory (Memory bandwidth to be measured using Stream Triad benchmark) i.e. Total memory b/w for node = minimum 4GB * no. of cores in a node

e. Minimum clock frequency of CPU 2.2 GHz

RAM Minimum 192 GB/node latest generation (Minimum DDR4 2660MHz) ECC Memory in balanced configuration (Configured with same size of memory modules and all memory channels of all CPUs utilized) and Minimum 4 GB memory per CPU core for the proposed CPU chip. i.e. Total memory >= 4GB * no. of cores in a node. (Both the conditions must be satisfied)

Network 2 x 10Gbps Ethernet ports and Two 1GbE network ports

HPC Interconnect NIC

The quoted card should meet the specifications as mentioned in the NIC specification of HPC Primary Communication Network.

DVD One number DVD RW/DVD combo

HDD 6 x 600GB SAS drives 10K RPM with Support for Hardware RAID 0, 1, 10, 5

Remote Management

IPMI 2.0 or equivalent Support with KVM and Media over LAN features with additional licenses if any. Should have support for Redfish API or equivalent for server management.

OS support Fully certified/compatible with RHEL (7.x or later)

Power supply Redundant and Hot Pluggable, 80 Plus Platinum or better certified power supply along with IEC 14 type Power cables

Form Factor 2U rack mountable or smaller form factor.

2 CPU only Compute Nodes – (Required number of CPU only nodes to achieve 2PF Rmax (sustained LINPACK))

Processor Dual CPU based server must adhere to below:

a. Specfp_rate_base2006 >= 1100 b. Specint _ratebase2006 >= 1200 c. Stream Triad benchmark >=150 GB/sec with

memory proposed for node d. Minimum memory bandwidth of 4GB/sec per

CPU core when all cores are accessing the memory (Memory bandwidth to be measured using Stream Triad benchmark) i.e. Total memory b/w for node = 4GB * no. of cores in a node

e. Minimum clock frequency of CPU 2.2 GHz

RAM Minimum 192 GB/node latest generation (Minimum DDR4 2660MHz) ECC Memory in balanced configuration (Configured with same size of memory modules and all memory channels of all CPUs utilized) and Minimum 4 GB memory per CPU core for the proposed CPU chip. i.e. Total memory >= 4GB * no. of cores in a node. (Both the conditions must be satisfied)

Network Two 1GbE network ports with PXE boot capability

HPC Interconnect NIC

The quoted card should meet the specifications as mentioned in the NIC specification of HPC Primary Communication Network.

HDD 400 GB 6Gbps SATA SSD or better with 3 DWPD for 5 years

Remote Management

IPMI 2.0 or equivalent Support with KVM and Media over LAN features with additional licenses if any. Should have support for Redfish API or equivalent for server management.

OS support Fully certified/compatible with latest RHEL 7.x or latest

Power supply 80 Plus Platinum or better certified power supply along with IEC 14 type Power cables

Form Factor .5U or equivalent or smaller form factor (e.g. 4 servers in 2U) rack mountable

3 Out of CPU only compute node mentioned in Point 2 as above, 100 no’s of CPU nodes with minimum 8GB RAM per core and minimum 384GB RAM per node in lieu of 4 GB per core and 192GB RAM per node.

4 Out of CPU only compute node mentioned in Point 2 as above, 10 no’s of CPU nodes with minimum 16GB RAM per core and minimum 768GB RAM per node in lieu of 4 GB per core and 192GB RAM per node.

5 20 no’s of GPU nodes with 2 x V100 nVidia GPU cards per node with 192 GB RAM Per node, Which will not be part of 2PF sustained system, it will be additional to 2PF sustained based on CPU only nodes. Separate HPL benchmark need to be quoted for these nodes.

6 Monitor, keyboard and Mouse – 2 Qty

2U or better rack mountable 17” LCD Monitor console, with integrated Keyboard and Mouse

7 STORAGE

7.1 Storage(2.5PiB) with 1 PiB Archive

Primary Storage (Scratch/Home Space):

PFS based 2.5 PiB usable capacity with RAID 6 (8+2) or equivalent with dual parity.

It must have min. 25 GB/s write throughput performance. Read performance should not be less than write Parallel File system should be OEM supported Luster 2.x or GPFS.

(Write speed will be measured with cache switched-off)

NFS access It must have redundant NFS servers configured to access over 10G interface for connectivity outside the HPC.

Disk Type It must be configured with 7.2K RPM or better SAS/NL-SAS/SSD Disks.

PFS Metadata: Metadata capacity should be configured to accommodate 2 billion files. File creation capacity of minimum 80,000 files per second.

Global Spare Disks amounting to minimum 2% total capacity need to be additionally provided as Global Hot spare.

Rebuild Time RAID rebuild time should be less than 24 hrs while system is live

Management and Monitoring

Storage solution must have a management and monitoring console for RAID system and parallel file system.

PFS Features PFS should support:

• User & Group Quota

• POSIX compliant

• Fine grained locking so that multiple clients can read/write from the same file simultaneously

• Ability to read and write in parallel to same file or different files.

• Data striping across multiple I/O nodes and RAID LUNS

• Ability to transparently recover from client, server and network failures without losing data.

Connectivity Connectivity from I/O servers to service/compute nodes must be on quoted primary interconnect. Connectivity between Storage servers to Storage enclosures with Redundant Connects & Links. Standard software features that creating/ managing volumes, storage & file system monitoring. If separate licensing is required for these features, it must be included in the proposed system.

Balanced Architecture

Entire Solution must be in balanced with respect to no. of I/O servers, network ports, LUNS, disks etc.

There must be minimum one pair highly available I/O servers for every storage array

High Availability

The solution should be highly available. Storage subsystem should be configured with no Single Point of Failure (SPOF) including I/O servers (if required), Metadata servers, Storage array, HBA Cards, switches (if required) between I/O servers & storage controllers and power supply. Fan modules, Power supply should be redundant and hot pluggable/replaceable, etc.

Scalability Scratch/home file systems should be able to scale up to double the usable capacity under single file system name space respectively.

Benchmark

1. Open-source IOR benchmarks:

• Running on compute nodes with 1 MB transfer size and file size double than total storage cache and I/O node memory.

• Benchmarks must be run on minimum 16/32 compute nodes where each node is writing to same shared file as well as each node writing to separate unique file.

• Benchmark must deliver the write throughput for this Primary storage min. 25 GB/s.

2. Bidders must submit output of below mentioned MDTEST

( IOR version 2.10.3) (http://sourceforge.net/projects/mdtest/) benchmarks running on minimum 10 PFS clients. Benchmark output must show minimum 100,000 files create/sec and 100,000 stat/sec.

Note: Bidders must provide benchmarks on each type of network connectivity asked in this RFP.

Client licenses Must support unlimited clients(compute/management servers) for accessing the file system natively using PFS

Deployment/ Integration

Bidder need to integrate, configure and install the complete storage solution and demonstrate the above benchmarks

Archive Storage:

1 Petabyte native capacity Single Modular/Chassis Tape Library based on LTO8 or latest generation LTO

Min. 8 number of LTO8 8 Gbps dual-port Fibre Channel

tape drives

Tape Drives scalable up to 20 drives. Tape Library should be scalable up to 5 PiB in native capacity.

The tape library shall be supplied with required nos. of LTO 8 tape cartridges with barcode labels and 5 cleaning cartridges.

Min. 4 backup servers of the same configuration of master node. It should be able to complete the daily incremental backup of min. 20TB in 12 hrs.

Should support 10 partitions and licenses require to use all partition should be quoted

Connectivity to backup server and drives should be on 8Gbps FC.

Backup server and tape drives must be configured with multipathing.

Backup/Archive software and required licenses to take policy based backup of home file-system. It should be quoted for unlimited client licenses.

Management Feature:

Automated scheduling for scanning tapes, Status information on the drive and system, Proactive monitoring and advanced diagnostics, Drive utilization report, System configuration operations and reporting, System error and status logs, Drive firmware upgrade capabilities, Diagnostic tests and information Cartridge movement for maintenance and management purposes, Cleaning cartridge support, Security and access control, SNMP support HTTPS capable IPv6 and IPv4 network protocol support, Any software required to manage the tape library shall be included.

Bidder need to provide scripts/policy for automatic distribution of source data to tape drives for optimal backup speed.

7.2 Storage( 3.0 PiB) NAS Storage, Backup and switches (Separate Ser ver System)

Primary Storage

3.0 PiB usable capacity with RAID 6 (8+2) or equivalent with dual parity. Should be 2 separate units with 1.50 PiB as primary and remaining for version controlled backup.

It must have min. 2 GB/s write throughput performance. Read performance should not be less than write. Performance will be measured with cache switched off.

Design The system must be specifically designed to provide enterprise NAS functionality (it should not be an ad-hoc

configuration using off-the-shelf components).

Client Network Access

The NAS system should have a minimum of 8 x 10Gb ports with SR SFPs and 8x1Gb ports dedicated for serving data to clients. These ports should be used only for serving data to clients.

Switches to connect storage system to client network will be provided by VSSC

Disk Type It must be configured with 7.2K RPM or better SAS/NL-SAS/SSD Disks.

Global Spare Disks amounting to minimum 2% total capacity need to be additionally provided as Global Hot spare.

High Availability

Should support RAID levels 5 and 6 or equivalent

The solution should be highly available. Storage subsystem should be configured with no Single Point of Failure (SPOF) NAS header, controllers, Storage array, HBA Cards, switches (if required) between and power supply. Data should remain accessible even in the event of any single device failure without requiring any intervention from a system administrator.

Any maintenance activity on the storage controller, OS up-gradation, file system expansion should be performed online without causing any downtime.

Benchmark

Open-source IOR benchmarks:

• Running on compute nodes with 1 MB transfer size and file size double than total storage cache and memory.

• Benchmark must deliver the write throughput for NAS storage of min. 2 GB/s.

Client licenses Must support unlimited clients(compute/management servers) for accessing the file system

Housing All accessories required for integration (e.g. connectors, adapters, media converters, and transceivers etc) and other hardware and software elements including licensing required for realizing the proposed system has to be offered as turnkey solution.

Power Supply The offered storage solution should be provisioned with hot swappable redundant power supply units in N+N Redundancy.

Cooling The offered storage solution should be provisioned with hot swappable cooling fans in N+N Redundancy.

Protocols Supported

Should support CIFS v2 and v3, NFS v3 and v4, HTTP, and FTP

Authentication Should support authentication with LDAP/SQL

Management Configuration, management and performance monitoring of the entire system should be possible through a single management GUI. Any additional license needed to provide this functionality should be included.

De-duplication The Storage system should have De-duplication feature.

Data Protection

The storage array must have complete cache protection using mechanism like mirroring/ de-staging/coherency. The data shall not be lost in the case of power failure.

Client OS Support

Should support heterogeneous clients connecting to the system. Clients include Microsoft Windows 7, Windows 8, Windows 10, Red Hat Linux, SUSE Linux, and Ubuntu Linux (Widows server edition n8, 12, 16)

External Tape back up

Storage system should support network backups via NDMP v4 or above. Full, incremental and differential backups should be supported. Two-way and Three-way NDMP backup modes should be supported.

Backup process should take a consistent snapshot of all file systems before transferring files to the backup server.

External tape library, as per specification, and Backup software, as per specification, are to be integrated with the proposed disk system.

Servers to host backup software as detailed. At-least two servers have to be supplied. Number of servers should be chosen based on performance criteria. Backup software should be installed on all servers. Licenses for backup software should be provided.

Should be possible to take automatic backup of data & metadata at regular or scheduled intervals.

Separate 8Gbps FC/10Gbps Ethernet network has to be provided for tape archival/backup. Data and control path from storage to backup server should be through this independent network. Switch to interconnect the storage to backup servers to be supplied. Switch should have 50% of the ports and switching capacity free to support future enhancements.

Interconnection between backup servers and tape library should be through 8Gb FC switch. FC switch should be of the make recommended by the tape library or storage system manufacturer. Switching capacity and number of ports of the switch should be twice than that is required to meet the current requirement.

Minimum specification for 10G/FC switch is given.

TAPE LIBRARY

Specification The tape library should be configured with minimum 4 numbers of LTO8 drives with dual 8Gbps FC and at least 40 slots . Tape drives should have dual 8Gb ports.

Should support Tape Drive Encryption (AES128 or AES256) or better

System should include Robotic Arm , Barcode reader, Capability for “Read after Write” verification for data integrity

Should support Hot Swappable and redundant power supplies

Should support LTFS

Should support non disruptive drive and library firmware update

Cartridges 300 Nos. of LTO8 tape cartridges with 1000 bar code labels and 10 Nos. of cleaning cartridges (with suitable bar code labels) are to be included. Cartridges and labels should be of the make recommended by the tape library manufacturer.

Connectivity Data movement between storage and backup server should be on a separate layer 3 capable 10Gb switch or 8Gb FC switch and the same should be included in the proposal.

Connectivity between storage servers and tape library should be through multi-path 8Gbps FC.

Reliability Should support multiple redundant paths for data and control. If a path or component fails, then the current operation should be continued over an alternate path without interrupting the current job.

Software Required Software for handling & management of tape library should be included. Any additional license needed to provide this functionality should be included

The tape drives should have features for preventive diagnostic reporting for example: a) Isolation of failures b) For requesting a cleaner tape c) Marking a media as degraded d) Predictive Maintenance – should report media health and possibility of media failure in advance

Management System should have Remote Management capabilities /

Web-based user interface.

Should provide: media statistics, tape drive utilization, performance metrics,

The library management should support SMI-S(Storage Management Initiative – Specification) and SNMP

Server for tape Archival

Specifications Only minimum specifications are mentioned here. Any enhancements to meet performance requirement should be supplied.

Processor Dual CPU based server must adhere to below:

a. Specfp_rate_base2006 >= 1100 b. Specint _ratebase2006 >= 1200 c. Minimum clock frequency of CPU 2.2 GHz d. The bidder must quote the latest generation

processor available.

Form Factor 2U, Rack model

Disk 4 x 1.2 TB disk 10K rpm SAS or above. RAID0,1,5, 6 support.

Memory Minimum Memory – 32GB scalable to 128GB and 50% of the memory slots should be free for scalability.

Connectivity The server should be configured with minimum 4 Nos of dual port 8Gbps FC HBAs (total 8 ports). FC ports should be load balanced during backup operation.

The server to be configured with 2 x 10Gb ports

Operating System

64 bit Linux OS . Vendor should ensure that the tape library and software are supported by the supplied OS.

Performance Server should be able to saturate all the drives of the tape library during backup operation. Vendor should demonstrate that peak LTO8 transfer speed, with 10% margin for overheads, is achieved for all drives during acceptance testing.

Backup Software

Features/ Specifications

GUI based interface for management

NDMP v4 support with support for two -way and three-way mode backup

Backup to be possible without taking the disk system

offline

The backup software should have capability to configure automated backups with customized and scheduling based on the backup policy. In addition the software should also have capability for admin-initiated backup

The Software should have a capability to define Polices centrally based on requirements. E.g. What Data to be backed up , where to store the Data, Retention period & Number of versions

The software should support full, incremental &differential backup of data. Backup of metadata also should be possible.

Software shall support event notification to notify backup administrator about events like job failed or job aborted etc

The software should have capability to retrieve selective data, based on search criteria

Management The backup software should also include full-fledged Media Library Management, including tracking of tapes, etc

Network Elements

Ethernet Switch

Device Type Switch - 24 ports

Advanced Switching

L3

Ports 24 x 10 Gigabit SFP+

Capacity Proposed switch should support below mentioned minimum specification

• IPv4 routing table entries: 1000000 • IPv6 routing table entries: 350000 • NetFlow entries: 512000 • ACL: 128000 • Policies: 16000 • Virtual interfaces (VLANs): 16384

Jumbo Frame Support

9216 bytes

MAC Address Table Size

128K entries

Encryption Algorithm

128-bit AES

MAC Address Table Size

128K entries

Switching Fabric bandwidth

Minimum 480 Gbps

Compliant Standards

IEEE 802.1ae

Features Proposed switch should support features like:

• 128-bit encryption • MPLS support • VLAN support • IPv6 support • Access Control List (ACL) support • Quality of Service (QoS) • Jumbo Frames support • Deficit Weighted Round Robin (DWRR) Shaped

Round Robin (SRR) FC Switch : Qty -2

FC Switch FC switch with minimum 24 active 8Gbps ports. At least 50% of configured ports should be free for future expansion.

Switch Switch with24 active ports with each port must support 16 Gbps

Low switching latency :700 ns

Maximum frame size: 2,112-byte payload

Media types :16 Gbps hot-pluggable SFP+, LC connector; 16 Gbps SWL, LWL, ELWL

Security HTTPS, IPsec, IP filtering, LDAP with IPv6, OpenLDAP, Port Binding, RADIUS, User-defined Role-Based Access Control , Secure Copy, Secure RPC, SFTP, SSH v2, SSL, Switch Binding

Fabric services Diagnostic, monitoring and management capabilities

Advanced Performance Monitoring

Advanced Zoning (default zoning, port/WWN zoning, broadcast zoning, peer zoning)

Adaptive Networking (Ingress Rate Limiting, Traffic Isolation, QoS)

Bottleneck Detection

ISL Trunking

Port Fencing

Compatible with adapter quoted for whole solution

Rack mounting kit if required

Management Supported management software: HTTP, SNMP v1/v3,auditing,syslog

10/100 Mbps Ethernet (RJ-45), in-band over Fibre Channel, serial port (RJ-45)

Power Supply Dual redundant hot-swappable power supply

Power cables IEC 14 type Power cables

8 HPC Communication Network

8A Primary Communication Network

100 % non blocking fat-tree topology or any other well established proven topology connecting all the nodes

Switches(if required)

Required number of HPC Interconnect switches to connect all types of supplied nodes + Storage

Network Fabric must support > 80 Gbps Link speed, 100% Non-blocking (InfiniBand EDR /Omnipath / Aries or better)

Low routing/switching latency < 150 ns per hop

Compatible with NIC quoted for whole solution

Rack mounting kit if required

Support for Out-of-band management based on RJ45 1G management port Built-in Fabric Manager

Cables Required number of Copper and Optical Cables of

appropriate length to connect the solution

Software Host Software, performance monitoring tool and other required software to complete the connectivity

Power Supply Redundant power supply

Power cables IEC 14 type Power cables

NIC Specifications

With Each Compute, GPU, Master, login, boot node

Aggregate Link speed >= 80 Gbps

Unidirectional bandwidth at MPI level >= 9 GB/sec

Low Latency < 1.5 micro seconds at MPI level for 0/8 byte messages

Support for >= 100 Million messages/sec unidirectional message rate at MPI level with multi cores

Minimum 32 processes should be able to access the NIC simultaneously in low latency mode

Open source ecosystem support for MPI, PGAS, etc.

Low profile/ mezzanine PCIe 3.x card with 16 lanes (In case not integrated on CPU/ Server motherboard)

8B Secondary Communication Network

Ethernet switches

Managed Gigabit Ethernet switches to connect all HPC nodes for both cluster management/provisioning and IPMI management.

10G switches and connectivity

For cluster management network, distributed switches at rack level and connected with 10G uplink to central 10G Ethernet switch.

Master /Service nodes will be directly connected to 10G ports.

Separate managed 10G Switch with redundant power supply to be provided with sufficient ports to accommodate quoted distributed switches + Master/service nodes.

Cables Required numbers of CAT6 molded and 10G optical Cables of appropriate length along with short range SFP modules to suite the solution.

Power cables

IEC 14 type power cables

9 Software

Development Tools

(10 user floating license)

Platform optimized Compiler, Software Development and optimization tools:

Platform optimized C, C++ and Fortran Compliers with OpenMP support

Profiling/Performance tuning support tools(with support for vectorization, openMP, MPI)

MPI Library

Platform optimized Scientific and Mathematical libraries (BLAS, LAPACK, FFT etc.)

All software components quoted above should support both serial and parallel environment

OS Latest CentOS or equivalent Operating System

Scheduler Commercially supported workload managers for batch job scheduling with policies to allow for advance reservation and resource usage based controls with job accounting and reporting. Must be able to support interactive jobs with GUI for debugging on a dedicated debug queue.

Cluster Management

Tools

Commercial Cluster management, monitoring and node provisioning tools (both diskless and disk based).

Alerts via emails and SMS for any system abnormalities

Centralized log management

It should include visualization, reporting, and analysis tools for monitoring hardware and software metric. License must cover all nodes.

The quoted cluster management tool must have been installed in minimum 5 sites of 1PF or bigger.

Support Commercial Software quoted should be perpetual Licensed and with support and upgrades for 3 years and should be compatible and optimized for solution proposed.

Front-End Workstations: Qty -20

Processor Dual CPU based server must adhere to below:

e. Specfp_rate_base2006 >= 1100 f. Specint _ratebase2006 >= 1200 g. Stream Triad benchmark >=150 GB/sec with

memory proposed for node h. Minimum memory bandwidth of 4GB/sec per

CPU core when all cores are accessing the memory (Memory bandwidth to be measured using Stream Triad benchmark) i.e. Total memory b/w for node = 4GB * no. of cores in a node

i. Minimum clock frequency of CPU 2.2 GHz j. The bidder must quote the latest generation

processor available.

The bidder must quote the latest generation processor available.

RAM 192 GB ECC DDR4 2666 MHz RAM in balanced configuration

Network Two 1GbE network port

DVD One number internal DVD RW/DVD combo

HDD 4 x 4TB SATA -3.5” 7200RPM Enterprise SATA HDD with Hardware RAID controller (1GB cache) – with support of RAID 0,1,5,10

Graphics nVidia P5000 or better graphics cards

OS Support Fully certified/compatible with RHEL (7.x or later)

Power Supply 80 Plus or better certified power supply and Power cables

Form Factor Tower form factor

Monitor 23” or better Full HD IPS LED monitor with USB keyboard and Mouse. Monitor should have DP/DVI port to connect with graphics card.

Scope of Work:

1. Racking, stacking, Integration, commissioning and configuration of HPC and storage system as per the specification and scope defined in this tender.

2. Bidder need to manage the HPC facility post installation for 3 years and contracts for the subsequent years shall be awarded based on performance.

3. Defining system policies for effective usage and monitoring as per requirement defined by user.

4. Demonstrating of the High Performance LINPACK (HPL) and application benchmark result (as per given in Benchmark section) on the proposed HPC solution is to be done at client location.

5. Benchmarking of storage subsystem on entire 5.5 PiB as per requirement defined in Storage subsection.

6. Bidder should provide the total BTU and Power rating of the quoted hardware.

7. Bidder should provide details of heat dissipation and cooling requirements.

8. Provide the solution layout; Configuration should be done in such a way to distribute power/cooling load between the racks. Accordingly, all the cables should be of appropriate lengths

9. Documentation and Manuals of all systems to be supplied.

PART B: DATA CENTER ECOSYSTEM SPECIFICATIONS

1 DG set and Transformer

1.1 The required power of1250KVA 11KV/433 V will be provided by VSSC up to the proposed UPS room. Main input panel is in the scope of VSSC.

1.2 DG set for Data Centre will be separately procured by VSSC

5 Power Supply to Data Center

5.1. . All equipment’s such as cables, LT breakers etc. should also be in a 1 + 1 configuration. Each path should be able to carry the full data center load independently. Voltage drop from panel to Non-IT equipment should not exceed 3% and from UPS panels to racks voltage drop not to exceed 2%.

6 All LT Panels

6.1. All panels for IT load and Cooling should be in N + N configuration.

6.2. The panels which are going to get installed for outdoor duty should have a canopy (or shed) to avoid direct exposure to weather. All Panels should have necessary cubicle for mounting of switch-gears. The panels should be dust and vermin proof (IP-65 for outdoor).

6.3. Fault breaking capacity of switchgear should be 50 kA.

6.4. Panels need to be provided with marshalling box complete with all internal wiring from each ACB/MCCB for BMS integration. All Incoming breakers in panels have to be four poles. Cubicles should have necessary exhaust fan wherever required.

6.5. All Panels should be3 mm thick gland plates for bottom and top entry of cables. All Panels should be fabricated from 2mm thick CRCA MS sheet with hinged, gasket (metal based neoprene) and lockable doors having structural reinforcement with suitable angle/channel. They should be treated with 7 tank process and powder coated and painted.

6.6. Each Panel should have name plates and SLD riveted.

6.7. MCCB/ACB should be provided with links to terminate cables and phase extender spreader should be provided.

6.8. All MCCB/ACB should have Micro Processor controlled, communication port/display and with lockable rotary handle mechanism with LSIG/LSI/LI protections devices. Pluggable type 3P+N surge protection device Type-1/Class B as per IEC61643-11, should be mounted in the main panel.

6.9. All Panels should have lifting hooks, Panels should be grouted and grounded as per standard.

6.10. All the panels should be with Transient Voltage Surge Suppressor (TVSS) having Response time <0.5ns, Let-through Voltage 600V-800V.

6.11. Busbar capacity shall be 125 % of the rating of incoming switch control of LV panel. Current density of copper busbar shall not exceed 1,2 A/mm2. Minimum 2500 Sq. mm bus bar size to be provided for LT Panel. Neutral bus bar should be equal to 100% capacity. All panel bus bar should be

100% non-sleeves. Heat Shrinkable sleeves shall be provided with all joints shall be tinned. . Bus bar from UPS outgoing panel and onward should be of Copper.

6.12. All bus bars and their main current carrying conne ctions shall have preferably the same sectional area throughout their length. The bus bars shall be colour coded. Following minimum clearances shall be adhered to while such designs.

1. Between phases : 25 mm

2. Between phase & neutral

: 25 mm

3. Between phase & earth

: 25 mm

4. Between neutral & earth

: 25 mm

6.13. All live accessible parts shall be shrouded and all equipment’s shall be finger touch free. Padlocking facility shall be provided on all outgoing feeders’ doors and switch handles should be lockable in OFF position.

6.14. All wiring inside the panels should be done with FRLS wire. All meters/Relays/breakers(ACB, MCCB)/Annunciator, temperature indicator in any Panel having communication facility shall be looped and should be made available at one point for BMS connectivity. It should be ensured that all equipment having communication facility should have same protocol.

6.15. There should be provision for adequate circuit breakers for handling in-rush and surge current to the equipment in addition to normal operating current.

6.16. The arrangement of feeders in the switchboard shall take into consideration the number and size of cables required for the feeders.

6.17. Each equipment should be provided with a separate circuit with a circuit breaker which should be properly labelled in a single line diagram (SLD).

6.18. Power connectors for the server room should conform to prevailing standards. The placement of the power connectors should be properly planned both for redundancy and proximity.

6.19. There should be a cut-of switch to disconnect power from all computing equipment in the data center.

6.20. There should be a proper reset mechanism and safety mechanism against accidental operation. It should be located in the path between the MCB and the UPS.

6.21. Redundant automatic transfer switch should be provided to switch from primary source to the redundant source. It should provide redundant power supply to all equipment. ATS should be with 100 % overlapped neutral. Auto transfer switch should be as per UL 1008 and NFPA 110 – Emergency and Standby Power.

6.22. Minimum 30% spare feeders in each panel to be considered.

6.23. Real time power factor correction panel with Thyristor switch, series reactor of appropriate value and capacitor bank to be considered.

6.24. CIRCUIT BREAKERS

6.24.1. The circuit breaker shall be air break and draw out type. ALL ACBs with same rating and same frame sizes should be interchangeable.

6.24.2. All ACB’s unless otherwise specified shall be provided with built in microprocessor based SC / EF / OC with variable settings and fault indications shunt release, Auxiliary contact block, manual operating handle, Positive position indication on facia.

6.24.3. All ACB’s in the main LT panel should be four pole Type unless otherwise specified.

6.24.4. The charging mechanism of the circuit breaker shall be motor operated spring charged independent type. The close / trip control switch to be interlocked to trip before close. The closing and tripping circuits shall be self-opening on completion of their respective functions irrespective of the position of the control switch. Manual closing devices shall also be provided.

6.24.5. The circuit breaker shall be electrically and mechanically trip free.

6.24.6. Air circuit breakers (ACB) shall comply with standards IEC 61439

6.24.7. The breakers shall be tested & certified at CPRI/ERDA.

6.24.8. For all electrical circuit breakers anti-pumping device shall be incorporated.

6.24.9. The breaker shall be provided with minimum 6NO + 6NC auxiliary contacts. 20% auxiliary contacts (Min. 3 NO + 3 NC) shall be provided for Owner's exclusive use. All spare contacts shall be wired up to terminal blocks. Auxiliary contactor or relay shall be used to multiply contacts.

6.24.10. The auxiliary contact for the shunt trip shall be of advanced nature such that the auxiliary contact close before main contacts.

6.24.11. The main and secondary isolating contacts of the circuit breaker shall be of self-aligning type.

6.24.12. The main isolating contact shall have continuous rating equal to the rating of the breaker.

6.24.13. The secondary isolating contact shall be of wiping contact type.

6.24.14. The fixed portion of the circuit breaker shall have rail arrangement over which the chassis can move smoothly.

6.24.15. It shall be possible to bring the circuit breaker to isolated position with the help of external lever without opening the compartment door.

6.24.16. The breaker shall have 3 distinct positions, such as "SERVICE", "TEST" and "ISOLATED".

6.24.17. Proper mechanical indication shall be provided to locate these three positions without opening the compartment door.

6.24.18. It shall be possible to further withdraw the breaker from isolated position for inspection of the circuit breaker "withdrawn" position.

6.24.19. A stop block shall be provided on the slide rails to prevent the forward movement of the circuit breaker when it reaches the isolated position so that any accidental fall can be avoided. Provision shall be provided to padlock the breaker in all the three positions.

6.24.20. The following interlocks shall be provided on the circuit breaker:

a) It shall not be possible to withdraw the circuit breaker from the service position with the contacts of the breaker closed.

b) It shall not be possible to close the circuit breaker unless any one of the three positions is located, the service position, a definitely located test position, or isolated position.

c) It shall not be possible to open the compartment door when the circuit breaker is ON.

d) It shall not be possible to push breaker in if either set of safety shutter is not free and not in its normal closed position.

e) The circuit breaker can be padlocked in OFF position.

f) The castell interlocking shall be provided as per the SLD. 6.24.21. The circuit breaker shall be provided with mechanical ON/OFF,

TRIP and SPRING CHARGED indication, mechanical trip push button, operating handle or `close' push button, in case of electrically operated circuit breaker and padlocking facility wherever specified.

6.24.22. In case of electrically operated breaker, emergency operating handle shall be provided.

6.24.23. It shall be possible to close the circuit breaker with the emergency operating handle without opening the compartment door.

6.24.24. Wherever cut-outs are provided for the control box, proper gaskets shall be provided. Provision shall be made for closing the cut-out provided for the control boxes when the C.B. is taken out of the compartment.

6.24.25. The circuit breaker shall be provided with automatic safety shutters, so that before the breaker reaches `isolated' position the main isolating contacts are completely shrouded.

6.24.26. The circuit breaker compartment shall be so designed that hot gases produced shall be lead away from the operator.

6.24.27. The protective relays and instruments shall be mounted as near to the circuit breaker as possible. Separate compartment for the instruments and relays shall be provided.

6.24.28. When the circuit breaker compartment door is open, it must not be possible to touch the live parts.

6.24.29. All removable covers protecting live parts shall be clearly labelled with warning notices reading "LIVE PARTS. ISOLATE ELSEWHERE BEFORE REMOVING COVER'.

6.24.30. It shall be possible to readily remove the arc chutes for routine inspection of the contacts with the circuit breaker in the "withdrawn" position.

6.24.31. All circuit breakers of same rating shall be identical in all respects and shall be interchangeable.

6.24.32. All the non-conducting metal parts of the circuit breaker trolley shall be bonded together and shall make perfect electrical connection to earth through substantial sliding contacts, at service and test positions. Such sliding contacts shall be arranged to make before power plug in and interrupt after power draw out.

6.25. MOULDED CASE CIRCUIT BREAKER

6.25.1. All MCCB’s shall be universal mounting line load interchangeable and with door interlock & handle.

6.25.2. All MCCB’s with microprocessor based release on Main LT Panel & PDB incomer only.

6.25.3. Door handles will be provided with pad locking arrangement.

6.25.4. All MCCB’s on main panel shall be provided with shunt release and Auxiliary contact block.

6.25.5. All MCCB’s shall be provided with suitable spreader links on both sided for bus bar and cable connections.

6.25.6. All MCCB’s used, as incomers to PDB’s shall be provided with shunt release & Aux contact Block.

6.25.7. MCCB’s shall have clear ON, OFF & TRIP positions.

6.26. SWITCHES

6.26.1. The switches shall be quick-make, quick-break heavy-duty type.

6.26.2. The switches shall be able to make and break 300% of the rated current at 0.3 P.F. as required by IS-4047.

6.26.3. The operating handle shall be mounted on the door of the compartment housing the switches. The switches shall be provided with an interlocking arrangement such that when the switch is ON it shall not be possible to open the compartment door.

6.26.4. It shall also be ensured that closing of the switch when the compartment door is open shall not be possible.

6.26.5. To facilitate closing of switch with door open during maintenance / testing, interlock defeat mechanism shall be provided.

6.26.6. The castell interlock shall be provided, wherever specified in the SLD.

6.26.7. In case of switch fuse feeders, the switch rating shall be equal or greater than the fuse rating.

6.26.8. The switch shall be provided with padlocking facility in OFF position.

6.26.9. All removable covers protecting live parts shall be clearly labelled with warning notices reading "LIVE PARTS. ISOLATE ELSEWHERE BEFORE REMOVING COVER".

6.27. HRC FUSES

6.27.1. Fuses provided shall have rupturing capacity greater than the fault level specified.

6.27.2. Fuses shall be of link type and shall conform to the relevant Indian Standards. They shall be of class 3 AC duty.

6.27.3. Fuses for motor feeders shall be decided taking into consideration bimetal relay characteristics provided.

6.27.4. Rating of the fuses shall be as given in the SLD.

6.27.5. Delayed action fuses shall be preferred for motor feeders.

6.27.6. Indication shall be provided in the fuses to indicate the fuse has operated. Operating indicator shall be visible without removal of fuses from service. Removal of fuses, however, must be possible, although full voltage may exist at the terminals. Fuses shall be pressure fitted type.

6.27.7. Fuse handle shall be supplied along with switchboard.

6.28. CONTACTORS

The air break contactors shall be of triple pole type. Contactor shall have at least 2NO + 2NC contacts for owner's use. The auxiliary contacts shall be wired to the terminals. The contactor coil shall be suitable for control voltage of 230V AC. The coils shall have grade ‘E’ insulation and shall be suitable for use in the ambient temperature. The design of the contactor shall ensure easy access to auxiliary contacts and coil. Mechanical ON-OFF indication shall be provided for the contactors. Wherever mechanical indications are not provided, indicating lamps shall be provided for ON indication of the contactor. The contactor shall pick up at 85% of the control voltage and shall not drop out for voltage upto 45%. The control voltage for motor starter circuit shall be 240V, single phase, 50 Hz, unless otherwise specified.

6.29. WIRING, TERMINATION AND FERRULING

6.29.1. All control conductors insulating material shall be of the PVC type.

6.29.2. Control, signalling, protection and metering wiring shall be by PVC insulated, 1.1 KV grade copper conductor wires of minimum 1.5 sq

mm section, for CT secondary circuit wires of 2.5 sq mm copper conductor minimum shall be used.

6.29.3. Flexible conductor ends shall be fitted with suitable crimped thimble for efficient termination.

6.29.4. All control wires shall be properly bunched, cleated and supported on panel frames.

6.29.5. Where it is necessary to use a large number of conductors in one run, they shall be divided into two or more cable runs in enclosed channels.

6.29.6. Conductors shall only be carried over or bent around sharp corners or edges where this is unavoidable, in which case a suitable insulating strip shall be fixed to the sharp edge.

6.29.7. Sharp bends shall be avoided.

6.29.8. Conductors carried across a hinged portion of a chassis or door shall be flexible stranded copper conductors and the same shall be soldered crimped at ends before connections are made.

6.29.9. Suitable means of protection against abrasion shall be provided.

6.29.10. Sufficient slack shall be left at conductor ends to allow components to which the conductors are attached to be removed for inspection and servicing.

6.29.11. Conductors passing through holes in chassis or screens shall be fully protected by correctly fitted grommets or bushes.

6.29.12. Control and main wiring shall be kept separate as far as practically possible.

6.29.13. Colour coding for wiring shall be used and shall be indicated on the drawing.

6.29.14. Terminal strips for connecting entering control cables shall be Wago make plug in type of adequate size, shall be located conveniently for easy accessibility, without danger of contact with live part, ease of connection, and shall be separated by barriers from power circuits. At least 10% spare terminals shall be provided in terminal strips. Sufficient terminals shall be provided on each terminal strip to ensure that not more than one outgoing wire is connected per terminal.

6.29.15. The wire shall be identified by numbered ferrules at each end all in accordance with the connection diagram. All ferrules shall be made of non-deteriorating materials. The ferrules shall be universal triangular type so that they cannot move freely on the wire.

6.30. CAPACITOR

6.30.1. Capacitor shall be 3 Phase Delta connected capacitor banks of appropriate ratings either APP only.

6.30.2. Individual capacitor shall have protection and shall have provision for proper connector box & connector for connecting external cable.

6.30.3. Capacitors should be suitable to any kind of loads and load variation & should be able to sustain high harmonic distortion.

6.30.4. Capacitors shall be of low loss design with watt loss less than 0.5 W / KVAR and guarantee

6.30.5. Capacitance loss of less than 10% over life period. In rush current limiting arrangement shall be provided to limit inrush current to 1.7 (line current) (ln).

6.30.6. Capacitors when provided with series reactors to provide filters shall be of appropriate

6.30.7. higher withstand voltage depending on 7% reactance. Also the KVAR indicated in the panel SLD shall be effective KVAR at 415 volts.

6.30.8. The fixed capacitor bank shown in SLD should be mounted below Incomer breaker of the MLTP and it should not result in Increase in panel Size.

6.30.9. Minimum Voltage for Capacitors shall not be less than 480 V.

6.31. THYRISTOR MODULES –

6.31.1. Zero Differential voltage switching of Thyristors with precise automatic zero detection Logic. Smooth, fast, transient free switching of capacitors.

6.31.2. Fine correction for reactive power.

6.31.3. Immediate response to reactive power demand for fast varying inductive and non-linear load.

6.31.4. Low reaction time (5ms.)

6.31.5. Modules Should have adequate protection to protect the Thyristors from Fast changing

6.31.6. Non linear load having high inrush, DV/Dt , DI/Dt and harmonics.

6.32. Applicable electrical standards are -

IS-375 Marking and arrangement for switchgear bus bars, main connection and auxiliary wiring.

IS-722 Part - I AC Electricity Meters

Part - I General requirements and tests

IS-1248 Direct acting indicating analogue electrical measuring instruments and their accessories.

IS-2147 Degrees of protection provided by enclosures for low voltage switchgear and control gear.

IEC-60947 Circuit Breakers - Requirements and Test voltages not exceeding 1000V AC or 1200V DC.

IS-2705 Part-I to IV

Current Transformer

IS-2959 Contactors for voltages not exceeding 1000V AC or 1200V DC

IS-3072 Code of practice for installation and maintenance of switchgear.

IS-3156, Part – I to III

Voltage Transformer

IS-3231 Electrical Relays for Power System Protection.

IS-3914 Code of practice for selection of AC Induction Motor Starters (Voltage not exceeding 1000V)

IS-4483 Preferred panel cut-out dimensions for electrical relays - flush mounting IDMTL relays.

IS-4794, Part - I Push Button Switches - General Requirement and Tests.

IS-5082 Wrought aluminium & aluminium alloy bars, rode, tubes and sections for electrical purposes.

IS-5987 Code of practice for selection of switches (Voltage not exceeding 1000V).

IS-6236 Direct recording electrical measuring instruments.

IEC -61439 Low Voltage Switch Gear and Control Gear Assembly

IEEE 519:2014 Recommended Practice and Requirements for Harmonic Control in Electric Power Systems

7 UPS and Battery:- While designing the UPS System, out of the 5 numbers 500 KVA UPS systems, 3 numbers are to be configure d with N + 1 redundancy for the 2 PF facility and 2 numbers to b e configured with N + 1 redundancy for the data storage part.

7.1. For the data centre IT load redundant UPS system in N + 1 configuration should be provided(Total 5 UPS only). including existing load. The input and output panels for 2PF and data center should be designed as independent systems.

7.2. These should provide 3 phase/neutral power supply to the server racks through a 4 Core Cu + 2 earth cable system.

7.3. The UPS should provide backup for 30 minutes . Battery shall be Sealed Maintenance-free (SMF) type. Each UPS should have separate battery bank. Battery protection shall be provided by thermal-magnetic moulded-case circuit breakers in each battery rack.

7.4. Isolation transformers K4 rated should be provided at the output of the UPS.

7.5. A dedicated UPS system in N + 1 configuration should be provided for fire and security system load and emergency lighting load.

7.6. A dedicated UPS system with minimum 2 X 100 KVA in N + 1 configuration should be provided for the critical cooling pumps.

7.7. The UPS systems should have adequate spike/surge suppression capabilities and should be provided with by-pass switches to isolate the UPS for repair.

7.8. The 3 Nos 500 KVA UPS systems and 2 Nos 500 KVAUPS system should be capable of operating in synchronization mode with similar rating of UPS.

7.9. Design of UPS should be Insulated-gate bipolar transistor (IGBT) rectifier and 3/ 4 level 4 quadrant IGBT inverter with double conversion and capable of operating in ECO mode with harmonics correction, power factor improvement and as per Class-1 classification of IEC 62040-3 with no break transfer. Steady state voltage regulations will be within 1% of nominal output voltage, Linear load harmonics distortion should be less than 3% and non-liner load harmonics distortion should be less than 5%. UPS should be capable of 100% unbalanced load. Efficiency of UPS should not be less than 95% at full load condition in double conversion mode. Noise generated by UPS under normal steady state condition should not be more than 85 DB as per ISO 7779. UPS should be able to test in self-loading mode without any external dummy load. Battery management system should be a default feature in UPS.

7.10. Modes of Operation

The UPS module shall be designed to operate as a true on-line, double conversion, voltage and frequency independent system where the UPS output is independent of supply (utility/generator) voltage variations, and frequency variations are controlled within EN 62040-3:2001 limits. The following modes of operation shall apply:- a) Normal Double Conversion Mode - The load is continuously supplied

directly by the UPS inverter. The UPS input free running rectifier derives power from the utility or generator A.C.source and suppliers D.C.power to the inverter. A separate but integral battery charger shall maintain a ripple free float-charge voltage to the battery.

b) Normal Energy Efficiency Mode – In this mode of operation shall allow the system to supply the active part of the load through the bypass. The inverter shall be kept running in parallel with the bypass source and supplies the reactive part of the load. The input power factor of the UPS shall, regardless of the load power factor, maintained close to unity as the reactive part of load shall significantly reduce in the UPS input current. Similarly input THDI of the UPS shall, regardless of the load THDI, maintained less than 5%.

c) Battery- Upon failure of the input A.C. power supply the A.C. load is supplied by the inverter, which obtains power from the battery. There shall be no interruption in power to the critical load upon failure or restoration of the utility or generator A.C. source.

d) Recharge-Upon restoration of utility or generator A.C. power after a power outage, the input rectifier shall automatically restart and resume supplying power to the inverter and the battery charger shall recommence recharging the battery. The UPS input rectifier shall provide a soft start on the return of the utility or generator A.C. power. For parallel configurations, each UPS module shall switch on sequentially, with a switch on delay of between approximately 5 to 10 seconds.

e) Automatic Restart- Upon restoration of utility or generator A.C.power, after an A.C.power outage and after a complete battery discharge, the UPS module(s) shall automatically restart and resume supplying power to the connected load via the inverter.

f) Static Bypass- The static bypass provides an alternate path for power to the connected A.C. load.

g) UPS system shall be able to differentiate between overload and short circuit conditions.

h) UPS should be ROHS complied product.

7.11. UPS display should show the battery monitoring, UPS mode, Alarm (Audio and visible), Events etc. The UPS communication capability should be able to integrate into any industry standard Building Management System (BMS) and Network Management System (NMS). Adequate protections for UPS for rectifier, bypass, battery, battery against overload, short circuit, battery over charging, battery over discharging, transients, surges (as per IEEE 587) etc. needs to be considered as per IEC 62040-1.The type of. The UPS should be CE Marked in accordance with IEEE directives 73/23 “low voltage” and “89/336” electromagnetic compati bility”.

7.12. Battery over Deep Discharge Protection and self discharge -

To prevent battery damage from deep discharging, the UPS control logic shall monitor the discharge voltage and shut the UPS down at a pre-set minimum dc voltage with isolation of the battery by a circuit breaker with UV coil controlled by UPS controller. This level is dependent on the rate of discharge and battery autonomy and shall be adjusted at the time of commissioning the UPS equipment. Under any circumstances it should not be set to less than 1.75V per cell. In particular, a monitoring device shall adjust the battery shutdown voltage as a function of a discharge coefficient to avoid excessive discharge at less than the rated output. A second device shall avoid self-discharge of the battery into the UPS control circuits during an extended shutdown of the UPS (over two hours).

7.13. Battery self-tests:

Battery test: This feature performs a number of tests on the batteries, such as fuse-blown check, weak battery detection, and symmetry error. The battery self-test can be setup to run automatically in different time intervals between weekly and up to a year.

Runtime calibration: This feature is used for re-calibrating the estimated

remaining runtime value. 7.14. Construction Features

The UPS unit shall be housed in a free-standing steel enclosure with dead front construction and key-lockable doors. Robust structural design shall be adopted (7 Fold Profile) & Seismic Brackets for anchoring shall be provided with UPS as per IBC level 2: 2006.Front access only shall be required for expedient servicing, adjustments, and installation. Dust filter shall be provided which shall be easily replaceable by the user without the need of shutting down the UPS. The enclosure will be built to comply with IP20 when the doors are open. The UPS cabinet shall be cleaned, primed and painted with the approved color by owner. Manufacturer shall provide the color option for approval. The UPS shall be constructed of pluggable / replaceable type subassemblies modules. Major printed circuit assemblies shall be plug-in. Like assemblies and like components shall be interchangeable. Cooling of the UPS shall be forced-air. 100% redundant cooling fans shall be provided in each sub-module of the UPS so that one fan failure in each sub-module of the UPS shall not resulted into degraded operation of the UPS. Low velocity fans shall be used to minimize audible noise output. Temperature shall be monitored by thermal sensors and the UPS shall be able to provide real time temperature data for inlet cool air and outlet hot exhaust air in local display as well as in remote monitoring solutions. Rodent Mesh: UPS and I/O Panel shall be provided with rodent mesh along with gland plate for cable termination. Cable access: The standard UPS available shall accommodate top or bottom cable entry in standard cabinet. Back to wall installation: It is mandatory to place the UPS & Hot Swappable type battery back to wall without any rear service space requirement.

7.15. Ventilation

Adequate ventilation shall be provided to insure that all components are operated within their environmental ratings. All fans are to be equipped with wind vane sensors connected to an alarm on the module control panel. Temperature sensors shall be provided to monitor temperature of critical components. Upon detection of temperatures in excess of component manufacturer's recommended ambient working temperature, the sensors shall cause audible and visual alarms to be sounded on the module control panel. Forced ventilation if provided by means of fans shall have 100% redundancy. If redundancy is not provided then it shall be possible to run the system at rated load for half hour and at reduced load (about 75%) continuously without any damage to the system.

7.16. UPS Protection

Rectifier/Charger and Bypass protection shall be provided through fusing. Battery protection shall be provided by thermal-magnetic molded-case circuit breakers in each battery cabinet (if standard battery pack is provided) or external protective device for an external battery. Electronic current limiting circuitry and fuses in the Inverter circuit shall

provide output protection. To comply with agency safety requirements, the UPS shall not rely upon any disconnect devices outside of the UPS to isolate the battery cabinet from the UPS. To comply with agency safety requirements, the UPS shall not rely upon any disconnect devices outside of the UPS to isolate the battery cabinet from the UPS.

8 Earthing and Earthing Pits

8.1. All Electrical Equipment must be efficiently double earthed in accordance with the requirement of IS-3043/IEEE 80 and relevant regulations of Electrical. The earth pits shall be as per IS with proper arrangement for testing.

8.2. Maintenance free earth pits to be used.

8.3. All Earthing conductors shall be hot dip galvanized grade base copper conductor.

8.4. The main earthing rings shall be done as per practice laid in Indian Standard.

8.5. All electrical equipment shall be connected to the earth bus at two points.

8.6. The earth pits shall be interconnected between themselves and the main earthing grid to form an earthing ring.

8.7. All joints in the main earthing conductors shall be welded. Terminal joints on the equipment shall be bolted.

8.8. Removable test links shall be provided near the earth pits to facilitate testing of earth pits.

8.9. The number of earth pits will depend upon soil resistivity and the voltage of the system.

8.10. The earth pit together with the electrode shall be constructed as per IS-3043-1987. The minimum distance between two earth pits shall not be less than twice the length of the electrode.

8.11. The potential difference between neutral and earth should be less than 1 ohm.

8.12. If required bidder should measure at site resistivity of soil.

8.13. For Equipotential earthing in the Data Center bidder to use Cu earthing strip of suitable size to achieve voltage between neutral and earth as less than 2 volts.

9 Cable Trays

9.1. Supply and installation of wire mesh SS Cable tray (if below the rack) and in other areas ladder/perforated electro galvanized type cable tray as per layout in DC area, AC power ladder type cable tray for power cables in other room is in the scope of bidder.

9.2. All the required site based civil modifications and structural changes will be in scope VSSC.

10 Cable

11 Cooling System

11.1. The cooling of the servers should be provided from Water cooled chiller system or indirect evaporative cooling based systems or Free Cooling / Water side economizer system or other similar efficient systems.

11.2. The systems for data center should have N +N redundancy.

11.3. The inlet air temperature to the servers should be maintained as per selection and design criteria of the servers and humidity as per ASHRAE guidelines.

11.4. A complete CFD analysis should be provided.

11.5. Cooling solution to be designed considering 10% of expansion provision.

11.6. Thermal Storage Tank : MS tank with capacity for minimum 30 minute backup to be used as thermal storage. Round Vertical tank with anti-corrosive coating from inside, Armaflex / K- Flex Insulation minimum 32 mm thick & minimum 26 Gage Aluminium Cladding with diamond finish and related piping, isolating valves, safety valves, drains, overflows and gauges.

11.7. Supply, installation, testing & commissioning of Horizontal Centrifugal Pumps of Mono block type. The total head capacity curve shall preferably be continuously rising towards the shut off. In case of unstable (drooping) characteristic the duty point shall be well away from the unstable region. The shut off head shall be at least 110% of the total head. Pumps shall run smooth without undue noise and vibration. The noise level shall be limited to 75 dBA at a distance of 1.8 M. Vibration shall limited to class II C of BS 4675 Part –I. Pumps of a particular category shall be identical and shall be suitable for parallel operation with equal load division. Components of identical pumps shall be interchangeable. Pump should include TEFC three phase motor (EFF-1), Class F insulation & IP 55 protection of suitable rating. The motor shall be compatible with VFD drive. Flexible bellows at pump inlet and pump outlet as per suction and delivery sizes to be considered. Body of the pump should be Cast Iron (IS 210 FG260), Impeller -Bronze (IS 318 Grade LTB2), Shaft: SS 410, Shaft Sleeve: SS 410 etc.

11.8. Variable Frequency Drive(VFD) : The variable frequency drive(s) shall be pulse width modulation (PWM) type, microprocessor controlled design. VFD, including all factory-installed options, is tested to conform to UL standard 508. VFD shall also meet UL and be CE marked and built to ISO 9001:2000 standards. VFD shall comply EMC directives as per IEC 61800-3:2004, category C1 with 50-meter motor cable (for power less than or equal to 90 Kw) & category C2 with 50 meter motor cable (for power more than 90 Kw). VFD shall be housed in enclosures for indoor applications. Wall mounted/VFDs with plastic enclosures shall not be acceptable. For outdoor applications, VFDs shall be housed in IP 54 enclosure. VFD shall employ an advanced sine wave approximation and voltage vector control to allow operation at rated motor shaft output speed with no deration. This voltage vector control shall minimize harmonics to the motor to increase motor efficiency and life. Power factor shall be near unity regardless of speed or load. VFD shall have balanced DC link chokes to minimize power

line harmonics. VFDs without a DC link choke shall provide a 3% impedance line reactor. VFD shall be compatible for ModBUS/any open standard protocol.

11.9. Computer Room Air Handling Unit (PAHU ) : Factory fabricated Double Skinned Air- handling unit (Floor Mounted to suit site) fabricated out of extruded aluminium section with minimum 1 mm pre-plasticized / pre-coated Galvanized steel sheet outside & minimum 1mm plain Galvanized steel sheet inside with blower and blower motor Totally Enclosed Fan-Cooled (TEFC) (EFF1) type suitable for operation on 230V/415 volts ± 10%, 50 Hz ± 5% AC supply, 6/8 Row cooling coil made of Aluminium finned Copper tube & header with coil section with hydrophilic coating, pre-filter section with non- woven synthetic media of as G4 standard with an efficiency of 90%, polished stainless steel drain pan made out of 22 G sheet duly insulated complete with Electronically Commutated (EC) fan made of composite material or equivalent. Units shall be equipped with factory integrated PIBCV automatic modulating control valve with thermostat and water detection kit for water spillage under the false floor. The unit should include INTEGRATOR for giving industry standard (Modbus / Lon Works / Bacnet) output to BMS system. Mapping shall be required for all points displayed on precision unit microprocessor panel. In-floor EC fans are to be provided along with Pan Dehumidifier, Humidistat, Heaters, temperature sensors & Its integral logic control panels with necessary component to be completed in all respect. The machine shall be equipped with purge valve for air purging. All four side panels shall with double skin construction.

11.10. Gate and Globe Valves : Gate and globe valves up to 50 mm size shall be gun metal construction. Valves above 50 mm diameter shall have cast iron body and bronze/gun metal spindle valve seat. The valves shall have non rising spindle.

11.11. Butterfly Valves : The butterfly valve shall be supplied along with flow control lever. The valves shall be compact in size and shall conform to BS 5155, MSS SP 67 and API 609. The valves shall be light in weight and easy to install. The body shall of close grain cast iron conforming to IS:210 and the seating shall be of Resilient black, Nitrile rubber / EPDM moulded on to the body. The disk shall be of SG iron nylon coated, whereas the shaft shall be of stainless steel A ISI 431 treated permanently for lubrication. The shaft seals shall be of Nitrile ‘O’ rings and rubber seals. Valves shall be suitable for a working pressure of 16.5 KSC. Care should be taken during installation to see that the disk is not damaged during installation due to the flanges being incorrectly spaced. Provide gear operated valves for sizes having 300 mm and above. For smaller sizes such as 40 mm and below diaphragm type valves are acceptable.

11.12. Ball Valves : Ball Valves shall have body of carbon steel. The ball and the shaft shall be of stainless steel. The seat shall be of PTFE. The valve shall be complete with socket weld ends.

11.13. Check Valves : Check valves for smaller sizes shall be of swing type of gun metal construction. Lift type check valves shall be used for horizontal

lines. Wafer type plate check valves shall be used for bigger sizes. The check valves shall be suitable for 10.5 KSC test pressure

11.14. Auto Balancing Valve : Balancing valve shall be installed in branch pipe. These valves shall be factory calibrated. Each valve shall limit flow rates within ±5% accuracy, regardless of system pressure fluctuations. Sufficient number of flanges and unions shall be provided as required to facilities maintenance work once the piping is installed. Piping shall be properly supported on or suspended from stands, clamps, roller hangers, etc. as required. The contractor shall adequately design all brackets, saddles, clamps and hangers and shall be responsible for their structural integrity. Each support shall be isolated from the support by means of anti-vibration springs or durable liner of neoprene rubber. Pipe supports shall be of steel and shall be painted with rust preventive paint and finish coated with synthetic enamel paint of approved colour. Only factory made supports with Galvanized fully threaded rods with bands are acceptable. The chilled water pipes shall be isolated from the bands by a rubber sheet.

11.15. Expansion Tank : Closed Expansion Tank with Expansion Vessel and pressurizing Pumps with 1 Working + 1 Standby. Expansion tank to be of MS with Armaflex / K- Flex Insulation minimum 32 mm thick & minimum 26 Gage Aluminium Cladding with diamond finish with related piping, isolating valves, safety valves, drains, overflow. Tank Shall have Anticorrosive Coating.

12 PUE and Acoustic Levewls

12.1. To assess the efficiency of the data centres the power usage effectiveness (PUE) would be computed as

PUE = Data centre facility power at the main LT panel input Total IT power measured at server

The PUE should be estimated as the annualized average of hourly PUE calculations(8760 hours). The PUE should be estimated at various load factors ranging from 40% to 100%. The environmental conditions for estimating the annualised average PUE should betaken for Trivandrum from any standard source like ASHRAE, ISHRAE, IMD, NREL, energy simulation codes or standard software’s of reputed HVAC companies.

12.2. During system acceptance test PUE measurement will be carried out on

LINPACK load and Expected PUE should be 1.4 or better.

12.3. The Air-conditioning System/Chillers/Radiators shou ld be within an acoustic noise level of 60 dB. In case the noise l evel is more than 60 dB, sufficient acoustic blanketing system is to be provided by the vendor to bring the acoustic level below 60 dB.

13 Supply and implementing NOVEC 1230

Supply, install, test and commission NOVEC 1230 (Fluro Ketone FK-5-1-12) based fire suppression system. The fire suppression system shall include and not be limited to gas release control panel, CCOE approved seamless

cylinders, discharge valve (with solenoid or pneumatic actuator) as the case may be, discharge pipe, check valve and all other accessories required to make a complete operation system meeting applicable requirements of NFPA 2011 standards and installed in compliance with all applicable requirements of the local codes and standards

14 Supply and implement Very Early Smoke detection system (VESDA)

Provide an air sampling smoke detection system (Very Early Smoke Detection Apparatus) for each server area. Provide a Laser Focus air sampling smoke detection system for areas as per site condition including but not limited to utility area, server area etc. in accordance with manufacturer's recommendations.

The air sampling smoke detection system shall consist of highly sensitive smoke detectors with aspirating fans, air sampling pipe network, filters, networked controllers and a high-level interface to the building Fire Alarm System, as required.

The air sampling detectors shall provide a nominal obscuration level range from .0015 to 6% /ft., adjustable through the system operator control interface.

15 Supply and Implement Fire Alarm System –

When a fire alarm condition is detected and reported by one of the system indicating the affected devices, the following functions shall immediately occur:

• The System Alarm LED to be flashed.

• A local piezo electric signal in the control panel shall sound.

• LCD display shall indicate all information associated with the fire alarm condition, including the type of alarm point and its location within the protected premises.

• System output programs assigned via control-by-event interlock programming to be activated by the particular point in alarm should be executed, and the associated system outputs (notification appliances and/or relays) to be activated.

• The audio portion of the system should sound the proper audio signal (consisting of tone, voice, or tone and voice) to the appropriate zones.

The publications listed below are part of this specification.

National Fire Protection Association (NFPA) - USA:

No. 70 National Electric Code (NEC)

No. 72-1996 National Fire Alarm Code

No. 90A Air Conditioning Systems

No. 92A Smoke Control Systems

No. 92B Smoke Management Systems in Malls, Atria, Large Areas

No. 101 Life Safety Code

16 Real-time Measurement and Data Centre Management

16.1. The data centre should be equipped with state of the art data centre infrastructure management (DCIM) system and building management system (BMS) to remotely monitor and manage all aspects of the data centre on a 24 X 365 basis.

16.2. The DCIM and BMS systems should use standard IP based protocols.

16.3. There should be real-time reporting of

16.3.1. Power consumption, both aggregate and component wise.

16.3.2. Temperature and relative humidity at various locations in the data centre.

16.3.3. Temperature and pressure sensors for cooling, energy, flow, BTU meters etc.

16.3.4. Instantaneous PUE, hourly PUE, daily PUE, monthly PUE and annual PUE.

16.3.5. Alarm indicators for component failures.

16.4. There should be real-time monitoring and logging of all parameters of the datacentre

16.5. There should be facilities for periodic reports (including uptime reports) of all aspects of the data centre.

17 BMS and DCIM System (Data Center Infrastructure management)

17.1. An integrated BMS and DCIM solution should be provided based on open protocols.

17.2. The BMS shall be a performance management system controlling threshold, fault management, alarm, remote control with email and SMS capabilities and also provide PUE measurements in real time. It should also provide PUE trends.

17.3. Supply and implement physical security (access controls including biometric), Motion sensors and all other types of sensors & high end security gadgets etc.

17.4. There should be real time monitoring and logging of all parameters of DC as per ASHRAE/TGG 2009 Real time energy consumption measurements in data centres guidelines (best practical).

17.5. Full edged DCIM system should be installed in the DCs for both IT and non-IT monitoring.

17.6. Required Field level devices such to be installed and interfaced with BMS/DCIMS using open protocols:

17.6.1. EA/MFM in Electrical system

17.6.2. Temperature and humidity sensors at different locations in the server and communication rooms.

17.6.3. CO2 sensors in server rooms.

17.6.4. Pressure sensors for cooling

17.6.5. Flow meters, BTU meters

17.6.6. Hydrogen sensors in battery rooms interlocked to exhaust Immersion type temperature, differential pressure sensors for water lines

17.6.7. Rack level sensors

17.6.8. Any other sensors that may be required based on solution proposed.

17.7. Supply and Implement Video Surveillance systems

The CCTV System shall be IP based system with four monitoring camera units coupled to a low-voltage weather-proof external Passive Infrared Red (PIR) motion detector designed to simultaneously or individually control CCTV switchers and video recorders. The PIR motion detector senses the movement and triggers the recording of the event. The critical area of the Data Center needs to be under constant video surveillance. The primary objective of implementing a CCTV system is to ensure effective surveillance of the server room area and also create a record for post event analysis. Two Monitoring cameras would be installed in proper location to cover the entire server room. The scope of work involves supply, installation, commissioning and testing of the Closed Circuit Television system integrated with proposed BMS of the Data Center.

Safety is of prime importance and to ensure that images of every person entering the Data Center or working within are recorded. This would help to identify known or unknown fiddle with any of the rack servers and that may result in system malfunction as well as disruption to intended functions. The CCTV system shall be configured in such a manner that on a single user workstation, information from multiple cameras shall be available.

17.7.1. System Objective

• To enable sensitive areas to be scanned from pre-selected position.

• To enable the important areas of the premises to be remotely monitored.

• To enable automatic recording by Digital Multiplex Recorder on hard disk and to play back the recorded events on selected monitors.

17.7.2. Indoor Dome Camera

• Imager 1/3“ CCD

• Signal System CCIR

• Resolution 480(H) x 420(V)

• Lens Wide Angle lens f=3.8mm at F2.0 (H70° & V52°)

• Video output 1.0 V (P-P)75 Ohms

• S/N ratio 47dB(AGC=Off)

• Ambient 10°C to +50°C

• Power 12VDC (10 – 15VDC)

• Mounting Indoor (Ceiling & Wall)

• Appearance Body = ABS resin(white), cover = acrylic resin

17.7.3. CCTV General Descriptions:

The product specified shall be a high speed domed camera system available in pendant or suspended ceiling mounted versions designed for indoor surveillance applications.

• The camera shall have built-in multi protocol for easy interface with DVR or Matrix switcher systems having selectable address at least up to 8 cameras.

• The camera shall be compatible with the Switcher/ Controller variable speed keyboards.

• The camera shall be equipped with an optical zoom lens of 3.6mm to 126mm and 12x digital zoom facility. To ensure optimal zoom control, the camera shall provide a facility of variable speed panning and the panning speed should be 0.5deg to 90deg/sec and turbo speed of 360 deg/ sec; for better tracking of the subject by the operator.

• The camera shall allow the storage of up to 240 preset scenes with each preset programmable for 16 character titles. Eight guard tours shall be available to consecutively display each of the preset scenes for a programmed dwell time. Also a facility of storing 4 user control patterns of 240secs each in the memory.

• The camera shall be offered in suspended ceiling or pendant mounted indoor use.

17.7.4. Camera Specifications:

• IP based camera with motion detector sensor

• Imager: 1/3” Super HAD color CCD (PAL: 752H x 582V)

• Horizontal Resolution: 470 TVL

• Lens: Wide angle (3.6 mm to 126 mm) with optical zoom and auto focus

• Digital Zoom: 12x

17.7.5. Electrical Specifications

• Power: 230 or 24 VAC Normal, 850mA, Built -in power line surge circuit

• Video output: 1.0Vp-p ± 0.1Vp-p, 75 ohms.

• Sensitivity: 1.0lx (30IRE), 0.1lx (IR Filter OFF), 0.001lx (IR Filter ON, 256 Fields), 0.0001lx (IR Filter OFF, 256 Fields)

• Signal to Noise Ratio: Greater than 50 dB.

17.7.6. Mechanical Specifications

• Weight: 1700g

• Pan: Turbo speed 360 /sec; 0 ~90 /sec variable speed pan;

• Tilt: Degree 0 ~90 , Speed 0 ~90 /sec according to zoom ratio

• Pre-position speed: 380 /sec.

• Video Co-Axial Cables (From Camera): Co-axial cable of the following minimum specification shall be used indoor in conduits, trunking and cable trays.

o Type: RG 59/U

o Impedance: 75 Ohms

o Conductor (dia): 20 AWG Solid Bare Copper

o Insulation: Cellular Polyethylene

o Nominal O.D.: 0.242”

o Shielding: 95% Bare Copper Braid

o Jacket: Black Frame Retardant PVC

17.7.7. Color Monitor Features:

• Picture Tube: 21 inch (53 cm) flat square tube)

• Resolution: Horizontal: 450 TV lines

• Phosphor: P22

• Dot Pitch: In-line 0.71 mm stripe

• Defection: 90° angle

• Convenient front panel push-button controls

• On-screen display/setup menus (OSD)Heavy-duty metal cabinet

• NTSC/PAL (auto-sensing)

• Video loop-through with automatic termination

• Supports two composite and one S-VHS video input (looping)

• Universal power supply

• Audio Input/Output- 2 channels

• Switchable over scan and under scan

• Available in black and cool grey cabinet colors Electrical Specifications:

• Power Source: 90 to 254 VAC 50 Hz or 60 Hz

• Power Consumption: 80 Watts

• Scanning Frequency

• Horizontal: 15.75 KHz (NTSC); 15.625 KHz (PAL)

17.7.8. Digital Video Recorder

Digital Recording allows recording video on Computer hard disc, eliminating the use of VCR and tapes. Other required features are:

• Stand Alone Digital Video Recorder

• Recording on HDD and its expandable.

• Having Motion detection facility.

• Remote viewing of live and recorded files

• Less moving parts means less maintenance and higher reliability

• 8 analog video input channels

• 1 channel audio recording & playback

• Recording, Playback, Back-up, Network recording, and Network playback at the same time.

• Total 480/400 ips (NTSC/PAL) recording speed for recording speed

• Total 480/400 fps (NTSC/PAL) display speed

• Built-in splitter for split screen monitoring (1/4/ 9/13/16 split mode)

• Max. 4TB storage capacity (Through IEEE 1394 port for external HDD)

• Intelligent file system for managing event recording data

• Captured video data to be available on demand for a period of six months

• DVR should support 8 IP camera video channels. Video, Audio, and Text Event-Logs are digitized and stored on two internal hard-drives. Using a ‘Proprietary Wavelet Algorithm, average file size is 1 to 5KB while still maintaining clarity high enough for facial recognition. In addition, Wavelet-compressed images are impossible to manipulate. With our proprietary Wavelet Algorithm, DVRs process analog video into crisp, clear, and court admissible pictures that are up to 500% smaller than comparable to JPEG images. It also allows users to record and playback audio for one channel. With ‘Quick Setup’, DVR can be setup and begin recording in 5 minutes. It starts to record as soon as power is supplied and CCTV cameras are connected. The default settings offer qualified and efficient way without the hassle of confusing menus. Equipped with two IEEE 1394 ports (Fire-Wire), can expand its recording capacity up to 4TB easily. Windows’ FAT32 formatted HDD is compatible with DVR. The data can be simply backed up by connecting the HDD to the PC to review critical images, and with one USB port, user can copy small sized images.

• ATM/POS transaction text information recording and search with corresponding video

• 16 sensor inputs and 4 alarm outputs

• Built-in hardware motion detection (64- division comparison)

• Back-up with IEEE 1394(FiWi)

• PTZ Control (Preset support) via RS 232 or RS 485/RS422

• User-friendly 32bit True-color Graphic OSD Menu

• Dynamic IP (DHCP, Floating IP) support

• Optimized Wavelet compression: 1-5KB (Average file size with standard image quality)

17.7.9. Other Features

• Embedded Linux OS for excellent stability and reliability

• IR remote controller (User can control PTZ with remote controller)

17.8. Supply and implement Very Early Smoke detection sys tem (VESDA)

Provide an air sampling smoke detection system (Very Early Smoke Detection Apparatus) for each server area. Provide a Laser Focus air sampling smoke detection system for areas as per site condition including but not limited to utility area, server area etc. in accordance with manufacturer's recommendations.

The air sampling smoke detection system shall consist of highly sensitive smoke detectors with aspirating fans, air sampling pipe network, filters, networked controllers and a high-level interface to the building Fire Alarm System, as required.

The air sampling detectors shall provide a nominal obscuration level range from .0015 to 6% /ft., adjustable through the system operator control interface.

17.9. Supply and implement Rodent Repellent System

The objective is to protect the entire premises viz., all the voids against rodents. The purpose is to keep the rodents away from the floor by generating very high frequency sound waves (above 20 KHz) which are not legible to human ear but irritates rodents. The objective is to protect all the cables below floor, above ceiling & room void from damage caused by rodents.

17.10. SCOPE:

The system proposed is to protect all the equipment’s, areas with relevant type of high frequency sound producing device called satellites or transducers.

Once powered up these transducers produce very high frequency variable sound waves (above 20 KHz) continuously which irritate the rodents and are forced to evacuate the place.

The system shall cover minimum of 10,000 sqft area per controller & shall be able to connect minimum 20 transducers per controller. The transducers shall cover minimum 400 sqft of area. The devices can be tested periodically by means of a test switch provided on the Main console.

The satellites or Transducers shall be circular ceiling mounted low profile units that produce high decibel sound waves at very high frequency not

less than 20 KHz. These satellites shall cover an area not less than 400 Sq.ft for Room void application, for ceiling Voids & floor void applications.

These shall be powered thru Main Controller to 20 satellites in parallel (i.e. no looping of satellites)

The controller shall support 20 Transducers and shall come with a pair of stands and brackets. The controller is installed in the control / BMS room and the transducers in the problematic areas i.e. above and below false ceiling and below false flooring.

17.11. Features:

• 10,000 Sq Feet of Area Coverage per system/ Controller. • Shall drive up to 20 Transducers. With minimum @ 400sft coverage

each. • LCD display with on-board controls for changing the following

parameters. • Wave Speed: Is an indicator for the number of frequency sweeps per

minute. It can have a maximum value of 130 and a minimum value of 60. The incremental size is 5 i.e. 65,70,75 and so on.

• Wave Density: Is an indicator for the number of divisions within a frequency band. It can have a maximum value of 100 and a minimum value of 80. The incremental size is 10 i.e.80,90 and 100.

• Frequency Band Time: Is an indicator of the time for which the controller would operate in a pre programmed frequency band. There are 3 bands available: Band A, Band B, and Band C. This parameter can have maximum value of 10 minutes and a minimum value of 1 minute per band. Depending upon the time frame set for each band, the controller will switch the bands automatically.

• Machine/Controller ID: Is an indicator of the machine/controller identification number. It can have any value within the range of 1 to 255.

• Password Protection: Every controller is password protected. To change the parameters mentioned above you have to key in the password. The password can be changed if required. The password can be any 5 digit number.

• Frequency Testing: This feature will enable the user to test and verify the frequency that is being transmitted from the controller to the transducer. This feature would be particularly useful during systems audit.

• Transducer Testing: All the 20 transducers can be tested in an audible range one at a time by using this feature.

• Provision for restoring all the parameters to the factory default setting • Inbuilt RS/EIA-485 transmission upto 1.2 kms to protected area(BMS

Room).

17.12. Supply and implementing Water Leak Detection system

17.12.1. General

Furnish a complete leak detection system including electronic alarm modules, water sensing cable, graphic display map, and auxiliary equipment. The system shall be capable of automatically detecting the presence of water at any point along the continuous length of sensing cable. The system shall sound an alarm and locate, with a digital display, the point of liquid contact within 1 ft per 1000 feet of the total connected sensing cable length. No more than 1 foot of liquid, in contact with a sensing cable at a depth of 1/16 inch, shall be required to cause an audible alarm at the electronic alarm module.

The system shall be UL listed, FM approved.

The system manufacturer shall have at least five years of experience with leak detection and location technology, including both sensing cable and the associated alarm electronics. The manufacturer shall provide written verification of current ISO 9001 registration.

17.12.2. Products

The alarm and locating module shall be housed in a NEMA 12 enclosure and have a 4 line x 20 character backlit LCD display which provides status and alarm data. It shall be capable of monitoring up to 5000 feet (1500 m) of sensing cable. The alarm and locating module shall continuously monitor all sensing cable for liquid contact. Contact with liquid shall result in an audible alarm, illumination of a leak LED, actuation of an output relay, and digital display of the distance to the liquid location. The electronic alarm module shall continue to monitor the sensing cable after detection of liquid. It shall re-alarm if the liquid spreads, or if a second leak is detected, more than a specified distance from the original location. The complete system shall be continuously monitored for electrical continuity. The loss of continuity in any of the wires shall result in an audible alarm, illumination of a fault LED, and actuation of an output relay. The electronic alarm modules shall require no operator programming and shall automatically calibrate whenever power is applied. Test, silence, and reset functions shall be activated from the front panel upon user command. The alarm module shall have a security password. It shall report, date and time stamp, and record to non-volatile memory, all alarm events into an events history log. The alarm module shall be capable of digitally communicating to host systems via RS-232 orRS-485, at the user’s option. It shall also provide a 4-20 mA analog interface signal. The alarm module shall be tested and found to comply with the limits for a Class B digital device, pursuant to FCC, Part 15. The alarm module shall operate on 120VAC, 60 Hz, single phase power. Each module will require a dedicated 15 amp, 120VAC circuit.

The water sensing cable shall be resistant to corrosion. It shall detect the presence of water based liquids but shall not detect hydrocarbons. The cable shall be constructed of two sensing wires and two insulated wires embedded in a fluoro-polymer carrier rod. The sensing wires shall be jacketed with a conductive fluoro-polymer. The cable shall be constructed with no metal parts exposed to the environment. Sensing cable shall dry

within 15 seconds of removal from free water; sensing cable which is braided in construction is not acceptable. The sensing cable shall have a breaking strength of 160 pounds. It shall have an abrasion resistance of >65 cycles per UL 719. The sensing cables shall be capable of accommodating any number of branches using branching connectors .

Jumper cable shall be available to interconnect sensing cables or to facilitate remote mounting of the electronic alarm module. Jumper cable may not add more than 0.01% of additional length to the leak detection circuit.

All sensing and jumper cable shall pass UL 910, Test Method for Fire and Smoke Characteristics of Electrical and Optical-Fiber Cables Used in Air-Handling Spaces, and shall be Class 2 plenum cable per NEC 725-51 (a).

All sensing cable, jumper cable, and system components shall be provided by the manufacturer in modular lengths with electrical connectors which have been pre-installed and tested at the factory. Field splicing is not acceptable.

A portable test box shall be provided to the leak detection system installer. It shall become the property of the owner, upon system acceptance, for use in the ongoing preventive maintenance of the leak detection system.

17.12.3. Execution

System components shall be installed in accordance with the manufacturer’s installation instructions, NEC, and local code requirements. The sensing cable shall be installed after all piping, air conditioning, raised flooring, and other mechanical work has been completed. The subfloor sensing cable path shall remain clear of water, oil, solder, flux, dirt or other materials which may soil the sensing cable.

The sensing cable shall be installed beneath the raised flooring, around the perimeter of all rooms, a maximum of 3 feet from the outside wall. Route sensing cable a minimum distance of 3 feet beyond the perimeter of all A/C units. In addition, lay the cable in a serpentine pattern on 4 - 8 foot minimum centers to protect interior surface areas where water sources are found, such as A/C unit and CPU piping, floor drains, chillers, etc. The sensing cable should be installed under the center of floor tiles to facilitate access to, and visual location of, leaks. Sensing cable shall be secured to the sub floor with plastic hold-down clips on approximately 6 foot intervals.

The sensing cable installer shall be responsible for installation of the sensing cable, functional testing, and mapping of the system.

Upon completion of the system installation, a factory pre-connectorized 5 foot long water sensing cable shall be temporarily installed at the far end of the each leak detection circuit. The sensing cable shall be immersed in approximately 1 foot of water, at a depth of 1/8 inch, to confirm that an audible alarm is generated at the alarm module and that the appropriate distance to the leak is displayed. The installer shall perform and certify the tests in the presence of the owner’s representative.

A graphic display map prepared from “as built” drawings shall be furnished upon completion. The map shall indicate the location of the sensing cables, landmarks such as equipment, A/C units, walls, floor drains, change of cable

direction, and cable distance readings. The map shall be mounted next to the alarm and locating module.

17.13. Facility should be provided to monitor and measure the output of each PDU in real-time remotely through an IP based netwo rk

18 The bidders may please note that this is a contract on ‘Turn-key’ basis. Notwithstanding the scope of work, engineering, supply and services stated in bid document, any equipment or material, engineering or technical services which are not specifically mentioned under the scope of supply of the bidder and which are not expressly excluded there from but which – in view of the bidder - are necessary for the required performance of the datacenter solution in accordance with the tender specifications are treated to be included in the bid and has to be implicitly performed by bidder.The bidders are advised visit the sites before working out the details in this perspective and submit the solution document complete in all respects strictly as per the latest IS, IEC, IEEE, ASHRAE, NBC etc. codes.

(End of Section I)

SECTION II: BENCHMARK TESTS

The bidder is required to submit the measured/proje cted benchmark results. If the benchmarks are projected, suitable detailed jus tification for the projected results along with benchmark results obtained are r equired to be submitted.

1. High-Performance LINPACK (HPL) Benchmarking

The bidder must submit measured/projected HPL performance on the proposed solutions submitted in Section I for 2 PF sustained system with suitable justification for the projections made (if any) . Modifications to the input file to fit system functionalities should be reported while submitting the benchmark results.

Description No of nodes

Peak Flops in TF

HPL Performance in TF

Power while running the benchmark (Watts)

High-performance LINPACK (Rmax) benchmark across all compute only nodes

2. High-Performance LINPACK (HPL) Benchmarking for GP U Nodes

The bidder must submit measured/projected HPL performance on the proposed solutions submitted for 20 node GPU HPC system. Modifications to the input file to fit system functionalities should be reported while submitting the benchmark results.

Description No of nodes

Peak Flops in

TF

HPL Performance in TF

Power while

running the benchmark

(Watts)

High-performance LINPACK (Rmax) benchmark across all compute only nodes

20

3. Benchmark Tests for Base CPU only Compute Node

Description Actual Benchmark Results

Specint_rate_base2006

Specfp_rate_base2006

Stream Triad benchmark with proposed minimum 192GB memory

Per CPU core Stream Triad benchmark with all CPU cores running separate

instances of Stream Triad benchmark.

High-performance LINPACK benchmark of single compute node with maximum power consumption for single node while running benchmark in TF and watts

4. Benchmark Tests For HPC Interconnect Network

Benchmark to be executed on integrated HPC system. The bidder is required to provide the system configuration of the system.

Description Actual Benchmark Results

Point to Point latency at MPI Level

Point to point bandwidth for 128 KB message at MPI level

Unidirectional and bi-directional Message rate between 2 nodes in Messages/second at MPI level

5. Application Benchmarks

The HPC applications benchmarks are intended to determine applications performance on the proposed cluster. The benchmark results will act as a technical qualification criterion as well as post-installation acceptance criterion.

Benchmark Table A lists two HPC applications whose execution wall-time on the given sustained TF (of HPL) with the workloads described in Benchmark Table B is to be submitted by bidders. The submitted bids must commit to provide equal or better application performance (execution time) on the supplied system than the performance submitted in the bids.

BENCHMARK TABLE A HPC Application Version Sustained TF (HPL)

of system size to be used to run the application

Maximum execution wall time(Minutes) (lower time is better)

OpenFOAM 4.1 100 TF 16

WRF 3.8.1 50 TF 18

Note: For the purpose of benchmarking, it is expected that at a given time only one application would be executed.

The number of nodes to be used for sustained TF (50 or 100), is to be calculated by running HPL benchmark program on the test cluster. An integer number of nodes is to be used for execution of an application. In case the number of nodes

corresponding to a sustained TF (50 or 100) is a fraction, then it must be rounded to the nearest lower or nearest higher integer number. Bidders need to submit execution wall-time on the rounded integer number of nodes along with the number of nodes used for each application.

5.1 Technical Qualification of Bids

Bidders must commit to meet the following requirements for qualification and further evaluation.

5.1.1 The execution time of WRF in a 50 TF Sustained cluster for the problem described in Table B, must be Less Than 18 Minutes. Minimum 40 concurrent instances of WRF on the complete cluster solution (2 PF sustained facility) must be runnable with each instance having execution time less than 18 minutes and equal or better than the time reported by the bidder for one instance. The vendor has to demonstrate this after completing the installation of 2 PF sustained facility

5.1.2 The execution time of OpenFOAM in a 100 TF Sustained cluster for the problem described in Table must be Less Than 16 Minutes. Minimum 20 concurrent instances of OpenFOAM on the complete cluster solution (2 PF sustained facility) must be runnable with each instance having execution time of less than 16 minutes and equal or better than the time reported by the bidder for one instance. The vendor has to demonstrate this after completing the installation of 2 PF sustained facility

5.1.3 Also, the bidders must have the proposed solution compliant to the list of software given in Table C.

5.1.4 Bidders must submit execution wall-time and corresponding number of nodes used for executing each application. They must commit to provide equal to or better performance than their submitted performance after completing the installation of 2 PF sustained facility

5.1.5 For the purpose of benchmarking, only one application with its specified number of instances, would be executed on the entire proposed solution, at a given time. For example, on the entire solution (2 PF sustained facility), at a given time, minimum 20 instances of OpenFOAM must be able to run simultaneously with each instance being able to complete in 16 minutes of wall-time and equal or better than the time reported by the bidder for one instance .

5.2 Acceptance or rejection of benchmark submissions

A technical evaluation process will be set-up, while evaluation of bids, wherein the bidders will have to demonstrate, through live execution of application jobs, their reported benchmark performance on their proposed

configuration. In cases where projections are made, the bidders must demonstrate on the system used for generating projections and must be able to justify their projections. Bidders who fail to demonstrate their submitted performance benchmark will face rejection.

Other reasons for rejection may include:

• Incomplete submissions

• Incorrect or unrealistic results

• Non-uniqueness or unwarranted duplication of existing results

5.3 Modifications to application source codes, input data-sets and output files

No modification is allowed in the source code of the HPC applications and only the mentioned versions must be used for reporting benchmarks.

All input files used by the bidder must be made available. Any modification done by the bidder in the input files must be clearly reported along-with the purpose.

The modification to input files must not compromise the accuracy of output. All output files must be made available without any tampering.

5.4 Code Compilation and execution environment settings

All details of applications compilation environment such as compilers used, compiler switches used, and environment variables set etc. for the compilation of dependency libraries and HPC applications must be provided.

All details of applications execution environment such as environment variables set, applications execution commands, number of application processes and threads used, pinning of processes/threads, parallel I/O at application and system level, file striping etc. must be provided.

Spectre and meltdown fixes must be incorporated on all nodes used for benchmark.

All system level settings/configuration such as turbo mode, SMT/HT status, over clocking or any other special mode etc. must be reported.

5.5 Data-sets and Benchmarks Validation

It is necessary that all the benchmark programs run correctly producing correct results on the proposed configuration. It is expected that some deviations from standard results may exist due to change of compilers, scientific library routines. A tolerance limit of 5% deviation shall be granted.

Bidders must provide benchmark results in wall-time, measured by the “time” command along-with the configuration of the HPC system used for each run.

BENCHMARK TABLE B

S. No.

Application Validation Step

1 WRF-ARW

Version: 3.8.1 (single precision)

http://www2.mmm.ucar.edu/wrf/users/download/get_sources.html

Input data: Single domain, 2.5 km CONUS,

June 4, 2005 (6 hrs simulation)

http://www2.mmm.ucar.edu/wrf/WG2/benchv3/#_Toc212961289

Instructions to be followed at

http://www2.mmm.ucar.edu/WG2bench/conus_2.5_v3/READ-ME.txt

Required changes innamelist.input file:

1) Add use_baseparam_fr_nml= .t. in&dynamics

2) Modify run_hours = 6,

3) time_step = 5 (five seconds)

Please send output of following:

<wrfsource>/external/io_netcdf/diffwrf<Ref wrfout *>

wrfout_d01_2005-06-04_12_00_00

* The ref wrfout file can be downloaded from:

ftp://196.1.113.84/webteam/VSSC/wrfout_d01_2005-06-04_12_00_00

Instructions to be followed at

http://www2.mmm.ucar.edu/WG2bench/conus_2.5_v3/READ-ME.txt

The last line of rsl.error.0000 file should have “wrf:

SUCCESS COMPLETE WRF”

2 OpenFOAM

Version: 4.1 (Double Precision)

Dependency packages to be used:

metis-5.1.0

https://openfoamwiki.net/index.php/Installation/Linux/OpenFOAM-4.1/CentOS_SL_RHEL

Problem description: Drag calculation for NASA Common Research Model (CRM).

Input dataset is adapted from a drag prediction test case of NASA CRM.

Grid size: Ten Million approx.

The Coefficient of Drag (Cd) value should be about 0.0283044

Plotting of .dat file generated in the post processing directory is to be done as following:

cd postprocessing/forces/0.00022

gnuplot

p ‘forceCoeffs.dat’ u 1:3 w l

The output should be

No. of iterations: 30000

Decomposition Method : Metis

Solver: sonicFoam

Input data-set download link: ftp://196.1.113.84/webteam/VSSC/OpenFOAM_Input.tar

converging like in Fig. 1

Figure 1: OpenFOAM output plot

5.6 Post-installation benchmarking acceptance

After completing the installation of the proposed system, first the application benchmarks, as the performance committed by the bidder in their submitted bids must be completed and verified on the installed system.

On the installed cluster several instances of the HPC applications (WRF & OpenFOAM) with listed data-sets must be run simultaneously as given below:

(a). For WRF: minimum 40 instances should be executed simultaneously, each instance in a 50 TF sustained sub-cluster. Same number of nodes (as per submission made in the bid) is to be used for running each instance. Each instance of the application must be completed within the time committed by the bidder in the submitted bid.

(b) For OpenFoam: minimum 20 instances should be executed simultaneously, each instance in a 100 TF sustained sub-cluster. Same number of nodes (as per submission made in bid) is to be used for running each instance. Each instance of the application must be completed within the time committed by the bidder in the sub mitted bid.

The bidders may be asked to demonstrate the compilation of the application source codes as well as dependency libraries.

Subsequently, for stability testing of the installed HPC system, multiple sets of the same application benchmarks are to be completed by the bidder. Multiple sets of benchmarks must be run for 24 Hours duration after installation using the queuing system to check the stability of HPC system. For this test, following conditions must be met.

• Output data must be valid for all the runs.

• Every node must run some benchmark for the entire duration of the stability test.

• If any set(s) of timings are higher than the threshold values in the Table I, the jobs must be re-run on the same set of nodes and all the anomalies must be resolved.

Note: VSSC reserves right to invoke the PBG, if vendor fails to demonstrate any of the criteria/parameter stipulated in this section.

5.7 Application software availability on the proposed solution

The bidders are required to give details such as web references, publications etc. regarding the availability of each of the following software as per Table C on their proposed solution. The references must indicate the availability and compatibility of the latest stable versions of the software listed in the following table on the proposed solution. Any known deviations (such as precision accuracy etc.) from the standard ways must also be reported.

TABLE C

Commercial and Non -commercial software

Compliance Details including Deviation if any

1. Ansys Fluent, ICEM CFD

2. SU2 (Open Source CFD code from Stanford University)

3. OpenFOAM (Open Source CFD Application)

4. WRF (Weather Research and Forecasting Model)

5. CFD++ (Commercial Application from Metacomp Technologies)

6. Mathematica

7. Matlab

8. Gaussian

9. Abaqus FEA

10. COMSOL Multiphysics

6 Instructions/Conditions regarding Benchmarks

6.1 The bidder should run these benchmark tests on integrated system for proposed solution. In case bidder does not have proposed system, the bidder shall run the benchmark with currently available system with same architecture and project the benchmark results.

6.2 The benchmark results must include log files and output files. If the results are extrapolated, the base results along with configuration of system from which the extrapolation is done must be submitted along with justification for extrapolation.

6.3 The runtime configurations and software environment used for the above benchmarks along with detailed system configuration must be provided along with the results.

6.4 All floating-point operations are required to be of double precision for calculation of Giga Flops, Tera Flops or Petaflops related calculations.

6.5 Spectre and meltdown fixes must be incorporated on all nodes used for benchmark.

6.6 During technical evaluation the bidders is required to demonstrate, through live execution of system and application benchmarks against their reported benchmark performance. OEM/ Bidder needs to run application benchmarks themselves without taking external help. He may use third party infrastructure for demonstrating the benchmark performance during evaluation.

6.7 If submitted projected/executed benchmark results are not consistent and found to be inaccurate, resulting into material deviation, it will be treated as major deviation and the bid will be rejected.

6.8 The benchmark results submitted need to be committed along with the bid and need to be reproduced after system installation. This will be used as one of the acceptance criteria for successful installation.

6.9 The bidders are permitted to conduct the benchmarks using the technology which is currently offered and is available for this exercise. This should be either the technology offered or one generation older but not beyond.

6.10 The bidders are permitted to submit the benchmark report as a part of the RFP response and are also permitted to carry out reasonable projection for the offered configuration with appropriate justification.

6.11 Demonstration of the committed performance based on the above at the time of acceptance test by the purchaser is mandatory and any failure to do so will result in severe penalty.

7 Penalty for non-performance of supplied material

VSSC reserves the right to levy penalty in case the performance parameters are not met during the implementation.

In case of remedying the non-performance requiring additional hardware, the selected bidder is required to supply twice the required additional hardware as penalty and for calculation of Electrical power requirement the same hardware will be considered additionally.

(End of Section II)

SECTION – III: PRICE BID FORMAT

PART A –2 PF SUSTAINED HPC ECOSYSTEM

Sr. No

Name and Specification of

the Item

Make / Model No /

Part No

Unit

Unit Price with

Currency

Qty GST or

Duty- %

GST/ Duty

Amount

Total

1 Master Node

2 Compute Nodes

3 Compute Nodes with Nvidia GPU

4 Monitor, keyboard and Mouse

5 PFS Storage

6 NAS Storage

7 Primary Communication Network

8 Secondary Communication Network

9 IPMI Communication Network

10 Software

11 Additional items, if any required to complete the Solution

12 Installation and commissioning charges

Rs.

13 AMC Charges for 4th Year – Data Centre Infrastructure (UPS, AC

Year

Rs.

Systems, Pumps etc). Battery is excluded

14 AMC Charges 4th Year – 5.5 PiB Storage System

Year

Rs.

15 AMC Charges for 4th Year – Computing Nodes and Networking Components

Year

Rs.

16 AMC Charges for 5th Year – Data Centre Infrastructure (UPS, AC Systems, Pumps etc). Battery is excluded

Year

Rs.

17 AMC Charges 5th Year – 5.5 PiB Storage System

Year

Rs.

18 AMC Charges for 5th Year – Computing Nodes and Networking Components

Year

Rs.

19 AMC Charges for 6th Year – Data Centre Infrastructure (UPS, AC Systems, Pumps etc). Battery is excluded

Year

Rs.

20 AMC Charges 6th Year – 5.5 PiB Storage System

Year

Rs.

21 AMC Charges for 6th Year – Computing Nodes and Networking

Year

Rs.

Components

22 Manpower charges- for providing warranty and AMC ( per month)

Rs. 72 months.

PART B – DATA CENTER ECOSYSTEM

Sr. No

Name and Specification of

the Item

Make / Model No /

Part No

Unit

Unit Price with

Currency

Qty GST / Duty -%

GST / Duty

Amount

Total

1 Electrical System including Panels, DBs, Cable Tray, Earthing, Cables ,Illumination etc.

2 UPS and Battery System for IT equipment’s

3 UPS and Battery System for NON IT equipment’s

4 UPS and Battery System for Data Storage Part along with input and output panels.

5 HVAC System including Chiller ,RDHX,PAC/PAHU, Piping, Thermal Storage etc,

6 In case of DCLC – Primary and secondary loop including Dry/Adiabatic Cooler, Storage Tank, CDU etc.

7 IBMS system including CCTV, FM200,Water

Leak Detector, Rodent Repellent, Fire Alarm System, I/O for BMS, BMS software, access control system etc.

8 Additional items, if any

9 Installation and commissioning charges for items at sr. no. 1 to 6 above

L.S.

Rs.

1

0

Manpower

charges- for

providing

warranty and

AMC ( per

month)

Per month

72 months

1

1

AMC Charges

for Year-4

1

2

AMC Charges

for Year-5

1

3

AMC Charges

for Year-6

Rs. L.S.

14

Training

The applicable exact rates of Taxes will be added as per above columns.

In case of any mistake or error in calculations or any discrepancy in price quoted in word and figures, the LOWEST amount will be considered for comparison. If this lowest price is not acceptable to the bidder, their bid will be rejected. In this case, VSSC reserves the right to forfeit their EMD.

NOTE: Commercial bids must be offered in the format above.

(END OF SECTION II)

1. Indicative DC layout

ANNEXURE –A

2. Utility Area for UPS Systems, Batteries, Electric al Panel and AC Plants

A tentative layout of Equipments is shown in the drawing. Vendor may suitable position the equipments, except the incoming panel for UPS (supplied by VSSC)

*End of Document*