Upload
nguyenminh
View
275
Download
6
Embed Size (px)
Citation preview
Seal & Signature of the Auth. Sign. Page 1 of 244
RAJNET SETTING-UP OF CENTRALIZED INTEGRATED NOC & MULTI-MODE NETWORK
CONNECTIVITY (VSAT, TERRESTRIAL CONNECTIVITY WITH EQUIPMENT) UP TO
GRAM PANCHAYTS IN RAJASTHAN
SEPTEMBER 22, 2014
First Floor, C-Block, Yojana Bhawan, C-Scheme, Jaipur – 302005 (Rajasthan), India
Seal & Signature of the Auth. Sign. Page 2 of 244
Ref. No. F 3.3 (76)/RISL/Pur/2014/4915 dated 01/08/2014
Unique Bid No.: RISL/14/OCB/40
Mode of Bid Submission Online though eProcurement/ eTendering system at http://eproc.rajasthan.gov.in
Tendering Authority/Purchaser & Place of Submission of Bid Proposal
Managing Director, RajCOMP Info Services Limited (RISL) 1st Floor, C-Block, Yojana Bhawan C-Scheme, Jaipur - 302005 Rajasthan, INDIA
Date & Time of Pre-Bid Meeting 14 August 2014 at 03:00 PM Last Date & Time of Submission of Bid (e-Bid)
13 October 2014 at 04:00 PM
Date & Time of Opening of Technical Bid (e-Bid)
14 October 2014 at 04:00 PM
RajCOMP Info Services Limited (RISL) First Floor, C-Block, Yojana Bhawan, C-Scheme,
Jaipur – 302005 (Rajasthan), India
Phone: 0141-2226055, 5103902 Fax: 0141-2228701
Web: http://risl.rajasthan.gov.in Email: [email protected]
Draft Request for Proposal (RFP) for SETTING-UP OF CENTRALIZED INTEGRATED NOC &
MULTI-MODE NETWORK CONNECTIVITY (VSAT, TERRESTRIAL CONNECTIVITY WITH EQUIPMENT) UP
TO GRAM PANCHAYTS IN RAJASTHAN
Bidding Document Fees (non-refundable): Rs. 5,000 (Rupees Five Thousand only)
Name of the Bidding Company/Firm:
Contact Person (Authorized Bid Signatory):
Correspondence Address:
Mobile No.:
Telephone & Fax Nos.:
Website & E-Mail:
Seal & Signature of the Auth. Sign. Page 3 of 244
Contents
Abbreviations & Definitions .......................................................................................... 8
1. INVITATION FOR BIDS (IFB) & NOTICE INVITING BID (NIB) .......................... 12
2. PROJECT PROFILE & BACKGROUND INFORMATION .................................. 14
3. PRE-QUALIFICATION / ELIGIBILITY CRITERIA ............................................... 17
4. SCOPE OF WORK, DELIVERABLES AND TIMELINES ................................... 22
4.1. Detailed Scope of work (SoW) ....................................................................... 22
4.2. Major Roles & Responsibilities of RISL/ DoIT&C ........................................ 51
4.3. Project Deliverables, Milestones & Time Schedule ..................................... 52
5. INSTRUCTION TO BIDDERS (ITB) .................................................................... 54
5.1. Sale of Bidding/ Tender Document ............................................................... 54
5.2. Pre-bid Meeting/ Clarifications ...................................................................... 54
5.3. Changes in the Bidding Document ............................................................... 54
5.4. Period of Validity of Bids ............................................................................... 55
5.5. Format and Signing of Bids: ......................................................................... 55
5.6. Cost & Language of Bidding ......................................................................... 58
5.7. Alternative/ Multiple Bids ............................................................................... 58
5.8. Bid Security .................................................................................................... 58
5.9. Deadline for the submission of Bids ............................................................ 60
5.10. Withdrawal, Substitution, and Modification of Bids ................................. 60
5.11. Opening of Bids .......................................................................................... 60
5.12. Selection Method ........................................................................................ 61
5.13. Clarification of Bids .................................................................................... 61
5.14. Evaluation & Tabulation of Technical Bid ................................................. 62
5.15. Evaluation & Tabulation of Financial Bids ................................................ 63
5.16. Correction of Arithmetic Errors in Financial Bids .................................... 65
5.17. Comparison of rates of firms outside and those in Rajasthan ............... 65
Seal & Signature of the Auth. Sign. Page 4 of 244
5.18. Price/ purchase preference in evaluation ................................................. 65
5.19. Negotiations ................................................................................................ 66
5.20. Exclusion of Bids / Disqualification........................................................... 66
5.21. Lack of Competition .................................................................................... 67
5.22. Acceptance of the successful Bid and award of contract ....................... 67
5.23. Information and publication of award ....................................................... 68
5.24. Procuring entity’s right to accept or reject any or all Bids ...................... 68
5.25. Right to Vary Quantities ............................................................................. 68
5.26. Performance Security ................................................................................. 69
5.27. Execution of agreement.............................................................................. 70
5.28. Confidentiality ............................................................................................. 70
5.29. Cancellation of procurement process ....................................................... 71
5.30. Code of Integrity for Bidders ...................................................................... 72
5.31. Interference with Procurement Process.................................................... 73
5.32. Appeals ........................................................................................................ 73
5.33. Stay of procurement proceedings ............................................................. 74
5.34. Vexatious Appeals & Complaints .............................................................. 75
5.35. Offenses by Firms/ Companies .................................................................. 75
5.36. Debarment from Bidding ............................................................................ 75
5.37. Monitoring of Contract................................................................................ 76
6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT ............... 78
6.1. Contract Documents ...................................................................................... 79
6.2. Interpretation .................................................................................................. 79
6.3. Language ........................................................................................................ 79
6.4. Joint Venture, Consortium or Association ................................................... 80
6.5. Eligible Goods and Related Services ........................................................... 80
6.6. Notices ............................................................................................................ 81
Seal & Signature of the Auth. Sign. Page 5 of 244
6.7. Governing Law ............................................................................................... 81
6.8. Scope of Supply ............................................................................................. 82
6.9. Delivery & Installation .................................................................................... 82
6.10. Supplier’s/ Selected Bidder’s Responsibilities ........................................ 83
6.11. Purchaser’s Responsibilities ..................................................................... 83
6.12. Contract Price .............................................................................................. 83
6.13. Recoveries from Supplier/ Selected Bidder .............................................. 83
6.14. Taxes & Duties ............................................................................................ 83
6.15. Copyright ..................................................................................................... 84
6.16. Confidential Information ............................................................................. 84
6.17. Sub-contracting ........................................................................................... 85
6.18. Specifications and Standards .................................................................... 85
6.19. Packing and Documents............................................................................. 86
6.20. Insurance ..................................................................................................... 86
6.21. Transportation ............................................................................................. 86
6.22. Extension in Delivery Period and Liquidated Damages (LD) .................. 87
6.23. Authenticity of Equipment .......................................................................... 88
6.24. Warranty....................................................................................................... 89
6.25. Patent Indemnity ......................................................................................... 90
6.26. Limitation of Liability .................................................................................. 91
6.27. Force Majeure .............................................................................................. 91
6.28. Change Orders and Contract Amendments .............................................. 91
6.29. Termination .................................................................................................. 92
6.30. Exit Management ......................................................................................... 93
6.31. Settlement of Disputes ............................................................................... 97
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ................. 98
7.1. Payment Terms and Schedule ...................................................................... 98
Seal & Signature of the Auth. Sign. Page 6 of 244
7.2. Service Level Standards/ Requirements/ Agreement: .............................. 100
7.3. Order Placement: ......................................................................................... 108
7.4. Change Requests/ Management ................................................................. 108
ANNEXURE 1: BILL OF MATERIAL (BOM) ............................................................. 110
ANNEXURE-2: TECHNICAL SPECIFICATIONS ..................................................... 116
ANNEXURE-3: MANPOWER DEPLOYMENT ......................................................... 175
ANNEXURE 4: PRE BID QUERIES FORMAT ......................................................... 181
ANNEXURE-5: BIDDER’S AUTHORIZATION CERTIFICATE ................................. 182
ANNEXURE-6: DRAFT AGREEMENT FORMAT..................................................... 183
ANNEXURE-7: BANK GUARANTEE FORMAT ....................................................... 186
ANNEXURE-8: TENDER FORM .............................................................................. 191
ANNEXURE-9: COVERING LETTER – TECHNICAL BID ....................................... 192
ANNEXURE-10: FINANCIAL BID COVER LETTER & FORMAT ............................. 193
ANNEXURE-11: COSTING OF ADDITIONAL EQUIPMENT/ ITEM ......................... 206
ANNEXURE-12: FINANCIAL CAPABILITIES .......................................................... 208
ANNEXURE-13: TRANSPONDER CAPACITY ........................................................ 209
ANNEXURE-14: SELF-DECLARATION ................................................................... 210
ANNEXURE-15: UNDERTAKING ON AUTHENTICITY OF EQUIPMENTS ............ 211
ANNEXURE-16: CERTIFICATE OF CONFORMITY/ NO DEVIATION .................... 212
ANNEXURE-17: CERTIFICATE OF CONFORMITY/ NO DEVIATION BY OEM ..... 213
ANNEXURE-18: DECLARATION BY BIDDER FOR AUTHORIZED SUPPLIER ..... 214
ANNEXURE-19: MANUFACTURER’S AUTHORIZATION FORM (MAF) ................ 215
ANNEXURE-20: PROJECT REFERENCES FOR EXPERIENCE OF BIDDER ....... 217
ANNEXURE-21: SATELLITE COVERAGE .............................................................. 219
ANNEXURE-22: COMPONENTS OFFERED – BOM .............................................. 220
ANNEXURE-23: CERTIFICATE FOR EXEMPTION OF BID SECURITY ................ 221
ANNEXURE-24: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 .... 222
Seal & Signature of the Auth. Sign. Page 7 of 244
ANNEXURE 25: TENTATIVE LIST OF PROJECT LOCATIONS ............................. 223
ANNEXURE-26: FORMAT FOR CONSORTIUM AGREEMENT.............................. 230
ANNEXURE-27: COSTING OF SERVERS FOR EMS SOLUTION ......................... 233
ANNEXURE-28: DETAILS OF EXISTING NMS/ EMS INFRASTRUCTURE ........... 234
ANNEXURE-29: DRAFT MODEL TRIPARTITE AGREEMENT ............................... 235
Seal & Signature of the Auth. Sign. Page 8 of 244
Abbreviations & Definitions
Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act
No. 21 of 2012) and Rules thereto
Authorised
Signatory
The bidder’s representative/ officer vested (explicitly, implicitly, or
through conduct) with the powers to commit the authorizing
organization to a binding agreement. Also called signing officer/
authority having the Power of Attorney (PoA) from the competent
authority of the respective Bidding firm.
BG Bank Guarantee
Bid/ eBid A formal offer made in pursuance of an invitation by a procuring entity
and includes any tender, proposal or quotation in electronic format
Bid Security
A security provided to the procuring entity by a bidder for securing the
fulfilment of any obligation in terms of the provisions of the bidding
documents.
Bidder Any firm /consortium participating in the procurement/ bidding process
with the procurement entity. In case of sole bidder, sole bidder should
qualify all terms and conditions of RFP and in case of consortium, the
consortium partners should jointly qualify all the terms and conditions
of RFP.
Bidding Document
Documents issued by the procuring entity, including any amendments
thereto, that set out the terms and conditions of the given
procurement and includes the invitation to bid
BoM Bill of Material
CINOC Centralized Integrated Network Operations Centre
CMC Contract Monitoring Committee
Competent
Authority
An authority or officer to whom the relevant administrative or
financial powers have been delegated for taking decision in a
matter relating to procurement. Chairman & Managing Director, RISL
in this bidding document.
Contract/
Procurement
Contract
A contract entered into between the procuring entity and a successful
bidder concerning the subject matter of procurement
Contract/ Project
Period
The Contract/ Project Period shall commence from the date of signing
of agreement till 5 years and 9 months. First 9 months would be for
Installation, Integration and operationalization of solution and
thereafter O&M period would be for remaining 5 years. .
COTS Commercial Off The Shelf Software
Day A calendar day as per IST.
Seal & Signature of the Auth. Sign. Page 9 of 244
DeitY, GoI Department of Electronics and Information Technology, Government
of India
DoIT&C Department of Information Technology and Communications,
Government of Rajasthan.
eGRAS Online Government Receipts Accounting System (e-GRAS) is an e-
Governance Initiative of Government of Rajasthan under Mission
Mode Project category and is part of Integrated Financial
Management System (IFMS). e-GRAS facilitates collection of tax/
non-tax revenue in both the modes: online as well as manual. All
types of government revenue may be deposited online using this
website: https://egras.raj.nic.in/
FOR/ FOB Free on Board or Freight on Board
GoI/ GoR Govt. of India/ Govt. of Rajasthan
Goods
All articles, material, commodities, electricity, livestock, furniture,
fixtures, raw material, spares, instruments, software, machinery,
equipment, industrial plant, vehicles, aircraft, ships, railway rolling
stock and any other category of goods, whether in solid, liquid or
gaseous form, purchased or otherwise acquired for the use of a
procuring entity as well as services or works incidental to the
supply of the goods if the value of services or works or both
does not exceed that of the goods themselves
ICT Information and Communication Technology.
IFB
Invitation for Bids (A document published by the procuring entity
inviting Bids relating to the subject matter of procurement and any
amendment thereto and includes notice inviting Bid and request for
proposal)
INR Indian Rupee
ISI Indian Standards Institution
ISO International Organisation for Standardisation
IT Information Technology
ITB Instruction to Bidders
LD Liquidated Damages
LoI Letter of Intent
NCB A bidding process in which qualified bidders only from within India are
allowed to participate
NeGP National e-Governance Plan of Government of India, Department of
Information Technology (DIT), Ministry of Communications and
Information Technology (MCIT), New Delhi.
NIB Notice Inviting Bid
Seal & Signature of the Auth. Sign. Page 10 of 244
Notification A notification published in the Official Gazette
OEM Original Equipment Manufacturer
PAN Permanent Account Number
PBG Performance Bank Guarantee
PC Procurement/ Purchase Committee
PQ Pre-Qualification
Procurement
Process
The process of procurement extending from the issue of invitation to
Bid till the award of the procurement contract or cancellation of the
procurement process, as the case may be
Procurement/
Public Procurement
The acquisition by purchase, lease, license or otherwise of works,
goods or services, including award of Public Private Partnership
projects, by a procuring entity whether directly or through an bidder
with which a contract for procurement services is entered into, but
does not include any acquisition without consideration, and “procure”
or “procured” shall be construed accordingly
Project Site Wherever applicable, means the designated place or places.
PSD/ SD Performance Security Deposit/ Security Deposit
Purchaser/
Tendering
Authority/
Procuring Entity
Person or entity that is a recipient of a good or service provided by a
seller (bidder) under a purchase order or contract of sale. Also called
buyer. RISL in this RFP document.
RajNET An umbrella network covering RajSWAN, SecLAN, GRAMSAT, VSAT
and any other network of Govt of Rajasthan.
RajSWAN/ RSWAN Rajasthan State Wide Area Network
RISL RajCOMP Info Services Limited
RSDC Rajasthan State Data Centre, New IT Building, Jaipur
RVAT Rajasthan Value Added Tax
Services
Any subject matter of procurement other than goods or works and
includes physical, maintenance, professional, intellectual, consultancy
and advisory services or any service classified or declared as such by
a procuring entity and does not include appointment of any person
made by any procuring entity
Bidder (SP) The bidder supplying necessary hardware, software and services
SLA
Service Level Agreement is a negotiated agreement between two
parties wherein one is the customer and the other is the bidder. It is a
service contract where the level of service is formally defined. In
practice, the term SLA is sometimes used to refer to the contracted
delivery time (of the service) or performance.
Seal & Signature of the Auth. Sign. Page 11 of 244
State Government Government of Rajasthan (GoR)
State Public
Procurement Portal http://sppp.raj.nic.in
STQC Standardisation Testing and Quality Certification, Govt. of India
Subject Matter of
Procurement
Any item of procurement whether in the form of goods, services or
works
TIN Tax Identification Number
TPA Third Party Auditors
UASL Unified Access Service Licence
VAT/ CenVAT Value Added Tax/ Central VAT
VSAT Very Small Aperture Terminal for satellite communication for data,
voice and video services
WO/ PO Work Order/ Purchase Order
Seal & Signature of the Auth. Sign. Page 12 of 244
1. INVITATION FOR BIDS (IFB) & NOTICE INVITING BID (NIB) RISL invites electronic bid (e-Bid) proposals, who meet the minimum eligibility criteria as specified in
this bidding document for the Supply, Installation, Integration and 5 years Operation and maintenance
of centralized Integrated NOC & multi-mode network connectivity (VSAT, TERRESTRIAL
CONNECTIVITY WITH EQUIPMENT) up to GRAM PACHAYATS in RAJASTHAN and providing
bandwidth in Ku band/Extended C-band along with backhaul connectivity to connect all VSAT locations
and terrestrial connectivity for terrestrial locations, as detailed in RFP document.
Name & Address of the
Procuring Entity
Name: RajCOMP Info Services Limited (RISL)
Address: First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005
(Rajasthan)
Name & Address of the
Project Officer In-charge
(POIC)
Name: Sh. Kuldeep Yadav
Designation: ACP (DD)
Address: First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005
(Rajasthan)
Email: [email protected]
Subject Matter of
Procurement
SETTING-UP OF CENTRALIZED INTEGRATED NOC & MULTI-MODE
NETWORK CONNECTIVITY (VSAT, TERRESTRIAL CONNECTIVITY WITH
EQUIPMENT ) UP TO GRAM PANCHAYTS IN RAJASTHAN
Bid Procedure Single-stage: two part (envelop) open competitive e-Bid procedure at
http://eproc.rajasthan.gov.in
Bid Evaluation Criteria
(Selection Method) Least Cost Based Selection (LCBS)-L1
Websites for downloading
Bidding Document,
Corrigendum’s,
Addendums etc.
Websites:
http://sppp.raj.nic.in,
http://eproc.rajasthan.gov.in,
http://www.rajasthan.gov.in,
http://risl.rajasthan.gov.in
Bidding document fee: Rs. 5,000 (Rupees Five Thousand only) in Cash/
Demand Draft in favour of “Managing Director, RISL” payable at “Jaipur”.
RISL Processing Fee: Rs. 1000 (Rupees One Thousand only) in Demand
Draft/ Banker’s Cheque in favour of “Managing Director, RISL” payable at
“Jaipur”.
Estimated Procurement
Cost Rs. 250 crores approx. (Rupees Two-hundred Fifty Crores only)
Bid Security and Mode of
Payment
Amount (INR): 5 Crores (Rupees Five Crore only)
INR 1.25 Crores (Rupees One Crore Twenty-Five Lacs only) for S.S.I. of
Rajasthan
INR 2.50 Crores (Rupees Two Crore Fifty Lacs only) for Sick Industries, other
than S.S.I., whose cases are pending with Board of Industrial & Financial
Reconstruction
Mode of Payment: Banker’s Cheque or Demand Draft or Bank Guarantee (in
specified format), of a Scheduled Bank in favour of “Managing Director, RISL”
payable at “Jaipur”
Period of Sale/Download of
Bidding Document (Start/
End Date)
On 05 August, 2014 from 04:00 PM onwards till 13 October 2014 03:00 PM
Date/ Time/ Place of Pre-
bid Meeting
Date/ Time: 21 August 2014 at 11:30 AM
Place: RISL, Board Room, First Floor, Yojana Bhawan, C-Scheme Jaipur,
Rajasthan-302005.
Last date of submitting clarifications requests by the bidder: 25 August
2014 till 04:00 PM
Response to clarifications by procuring entity: 22 September 2014 at 04:00
PM
Seal & Signature of the Auth. Sign. Page 13 of 244
Manner, Start/ End Date for
the submission of Bids
Manner: Online at e-Proc website (http://eproc.rajasthan.gov.in)
Start Date: 22 September 2014 from 04:00 PM onwards
End Date: 13 October 2014 at 04:00 PM
Submission of Banker’s
Cheque/ Demand Draft for
Tender Fee, Bid Security,
and Processing Fee in
physical to RISL*
From 04:00 PM onwards on 22nd September 2014 up to 03:00PM on 13 October
2014 at the following address:
Managing Director, RISL, First Floor, Yojana Bhawan, C-Scheme Jaipur,
Rajasthan-302005
Date/ Time/ Place of
Technical Bid Opening
Date: 14 October 2014
Time: 04:00 PM
Place: RISL, Board Room, First Floor, Yojana Bhawan, C-Block, C-Scheme,
Jaipur-302005 (Rajasthan)
Date/ Time/ Place of
Financial Bid Opening Will be intimated later to the Technically qualified bidders
Bid Validity 90 days from the last date of bid submission
Note:
1) Bidder (authorized signatory) shall submit their offer on-line in Electronic formats both for technical and
financial proposal. However, DD/Banker Cheque/ copy of Cash Receipt or Online Transaction receipt for
Tender Fees, RISL Processing Fees and Bid Security should be submitted physically at the office of
Tendering Authority as prescribed in NIB and scanned copy of same should also be uploaded along with the
technical bid/cover.
2) * In case, any of the bidders fails to physically submit the Banker’s Cheque/ Demand Draft for Tender Fee, Bid
Security, and RISL Processing Fee up to 03:00 PM on 13 October 2014, their Bid shall not be accepted. The
Banker’s Cheque/ Demand Draft for Bidding document fee, RISL Processing Fee and Bid Security should be
drawn in favour of “Managing Director, RajCOMP Info Services Ltd.” payable at “Jaipur” from any Scheduled
Bank.
3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Type III) as per
Information Technology Act-2000 using which they can digitally sign their electronic bids. Bidders can procure
the same from any CCA approved certifying bidder, i.e. TCS, Safecrypt, Ncode etc. Bidders who already have
a valid Digital Signature Certificate (DSC) need not procure a new DSC. Also, bidders must register on
http://eproc.rajasthan.gov.in (bidders already registered on http://eproc.rajasthan.gov.in before 30-09-2011
must register again).
4) RISL will not be responsible for delay in online submission due to any reason. For this, bidders are requested
to upload the complete bid well in advance so as to avoid 11th hour issues like slow speed; choking of web
site due to heavy load or any other unforeseen problems.
5) Bidders are also advised to refer "Bidders Manual Kit" available at eProc website for further details about the
e-Tendering process.
6) Training for the bidders on the usage of e-Tendering System (e-Procurement) is also being arranged by
DoIT&C, GoR on a regular basis. Bidders interested for training may contact e-Procurement Cell, DoIT&C for
booking the training slot.
Contact No: 0141-4022688 (Help desk 10 am to 6 pm on all working days)
Email: [email protected]
Address: e-Procurement Cell, RISL, Yojana Bhavan, C-Scheme, Jaipur, India
7) The procuring entity reserves the complete right to cancel the bid process and reject any or all of the Bids.
8) No contractual obligation whatsoever shall arise from the bidding document/ bidding process unless and until
a formal contract is signed and executed between the procuring entity and the successful bidder.
9) Procurement entity disclaims any factual/ or other errors in the bidding document (the onus is purely on the
individual bidders to verify such information) and the information provided therein are intended only to help the
bidders to prepare a logical bid-proposal.
10) The provisions of RTPPA Act 2012 and Rules thereto shall be applicable for this procurement. Furthermore, in
case of any inconsistency in any of the provisions of this bidding document with the RTPP Act 2012 and Rules
thereto, the later shall prevail.
-sd-
Chairman and Managing Director (RISL)
Seal & Signature of the Auth. Sign. Page 14 of 244
2. PROJECT PROFILE & BACKGROUND INFORMATION
2.1. Introduction
Government of Rajasthan has established a metropolitan area network (MAN) in 2005 covering around 48 various offices located in Jaipur city under SECLAN project. Thereafter, in 2013, the network has been extended to 33 District Collectorates, 240 Block Head Quarters and 3500 (approx.) offices located in these District/Block Headquarters under Rajasthan State Wide Area Network (RajSWAN) project. State Government has envisaged to establish network connectivity to Government Departments, and expand the network upto 9177 Gram Panchayats, 183 municipal areas and some other offices in Rajasthan to cater voice, video and data services under various categories of G2G, G2B and G2C services. RAJNET is envisaged as the platform to provide network connectivity through multimode (i.e. VSAT and TERRESTRIAL) of connectivity throughout Rajasthan state. It is also proposed to establish centralized integrated network operating center (CINOC) for monitoring of multimode connectivity in the state. Under RAJNET, expansion of connectivity is proposed through VSAT upto Gram Panchayats. It is also proposed to setup a CAPTIVE HUB in Jaipur City for operations of VSAT Network. The Bidder has to provide VSAT connectivity/services upto Gram Panchayats from bidders shared hub till the CAPTIVE HUB is made operational.
2.2. Project Objectives
The objective of project is to spread citizen services in the remote areas of the state
by building state of the art collaborative network. To achieve this objective, it is
envisaged to implement an multi-mode connectivity network up to Gram Panchayat
level. The benefits perceived out of RAJNET are as follows:
1. To provide adequate connectivity across state for effective delivery of services
to be provided by state under various schemes like Bhamashah, e-Mitra,
MNREGA etc.
2. Centralized network monitoring through central integrated NOC for effective
utilization of various networks and to ensure better availability & uptime of
network services and SLAs.
2.3. Brief Technical Solution Requirements
The solution proposed in the RFP are as under -
1. Extend connectivity upto Gram Panchayats through VSATs
2. Establishment of CAPTIVE HUB for VSAT connectivity.
3. Provisioning of equipment for terrestrial link connectivity and bandwidth upto
Gram Panchayats/End-office.
4. Establishment of centralized integrated network operation center (CINOC).
Seal & Signature of the Auth. Sign. Page 15 of 244
1. VSAT connectivity upto Gram Panchayats:
a) Connectivity to identified Gram Panchayats (GPs) and other offices located
under its jurisdiction.
b) The VSAT connectivity is proposed to be provided either on Ku band or on
Extended C-band.
c) The proposed VSAT network will be based on a star architecture and shall be
an IP based network. The network should be capable of sending multicast and
unicast.
d) Till the time the captive HUB is not made operational, the bidder shall establish
a dedicated, end-to-end, secured & manageable VSAT network with backhaul
connectivity from bidder’s shared HUB to RSDC at Jaipur and provide specified
bandwidth to designated locations.
2. Setup of CAPTIVE HUB and antenna within time period specified in RFP
Establishment of Captive Hub in Jaipur to manage VSAT connectivity proposed under
this RFP and for future expansion of VSAT network in the state.
3. Terrestrial connectivity to various Government Offices:
It is proposed to provide equipment and bandwidth for terrestrial link connectivity to
identified 2000 approx. government offices (mainly Gram Panchayats) for data, voice
and video communication.
4. Centralized Integrated Network Operation Center (CINOC):
a. Establishment of a centralized integrated NOC by deploying EMS and
HDMS for monitoring and call logging of existing and network proposed
under this RFP.
b. The NOC shall be integrated with exiting devices installed in RSDC,
SECLAN, RajSWAN, GRAMSET and any other network of the state.
Seal & Signature of the Auth. Sign. Page 16 of 244
Satelite
RAJNET – Pictorial Representation of the Architecture
s
Remote VSAT
Remote VSAT
Remote VSAT
Remote VSAT
RISL HUB
RISL NOC
NMSHDMS
Sw
itc
h
SATCOM
WA
N R
ou
ter
Sw
itc
h
RajSWAN and SecLAN
WA
N R
ou
ter
Sw
itc
h
Other Networks
Integrated NMS
Seal & Signature of the Auth. Sign. Page 17 of 244
3. PRE-QUALIFICATION / ELIGIBILITY CRITERIA
3.1 A bidder participating in the procurement process shall possess the following
minimum pre-qualification/ eligibility criteria.
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
1. Legal Entity A) The bidder should be a Proprietorship firm
duly registered either under the Rajasthan
Shops & Commercial Establishments Act, 1958
or any other Act of State/ Union, as applicable
for dealing in the subject matter of procurement
(Note: A self-certified declaration regarding the
non-applicability of registration to any Act should
be submitted by the bidder)
OR
B) A company registered under Indian
Companies Act, 1956
OR
C) A partnership firm registered under Indian
Partnership Act, 1932.
OR
D) Consortium upto two firms is allowed
(System Integrator & VSAT service provider),
subject to fulfilment of conditions laid down in
RFP. The consortium shall not consist of more
than two companies/ corporations and shall be
formed under a duly stamped consortium
agreement. (Attach Proof). In a consortium, one
of the partners shall be designated as a "Lead
Partner". However, every member of the
consortium shall be equally responsible and
jointly and severally liable for the successful
completion of the entire project. In case of any
issues, Lead Partner shall be responsible for
overall execution of the project and all the
penalties.
In case of consortium, both members shall meet
either of A/B/C mentioned above.
- Copy of valid
Registration
Certificates
- Copy of Certificates
of incorporation
- In case of a
consortium, a
Consortium
Agreement
(registered) must be
submitted, duly
signed by the
consortium members.
The Consortium
Agreement
(Annexure-27) must
clearly specify the
stake of each
member and their
roles and
responsibilities.
2. Financial
Turnover from
IT/ITeS/
Telecom
Services
Annual Turnover from IT/ITeS/Telecom services
during each of the last three financial years, i.e.,
from 2011-12 to 2013-14 (as per the last
published audited balance sheets) of the bidder,
should be average Rs. 750 crores. In case of
consortium, the consortium partners should
combindely meet this requirement. In case,
audited statement of FY 2013-14 not available
undertaking of CA shall be submitted and the
turnover of FY 2010-11 will be considered.
CA Certificate with
CA’s Registration
Number & Seal
AND
As per Annexure-12
3. Financial: Net
Worth
The net worth of the Bidder in the last three
financial year, i.e. from 2011-12 to 2013-14 (as
per the last published audited balance sheets),
should be ‘Positive’ in each financial year. PSUs
CA Certificate with
CA’s Registration
Number & Seal
Seal & Signature of the Auth. Sign. Page 18 of 244
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
fully owned by State/ Central Government are
exempted. In case, audited statement of FY
2013-14 not available undertaking of CA shall be
submitted and the turnover of FY 2010-11 will be
considered.
4. Technical
Capability
A. The Bidder must have successfully
completed one projects of similar nature
during the last four financial years from 2010-
11 to 2013-14.
*Similar nature means:
1. Setup of a WAN (Wide Area Network)
comprising of minimum 1000 network nodes
(excluding bandwidth) in a single order/single
customer (single network).
2. Supply, installation, commissioning and O&M
of Network Operations Centre (NOC) operations
using EMS/NMS tools for minimum 1000 network
nodes in a single order.
OR
A. In case SI is Telecom Service Provider (TSP),
the Bidder must have:
1. Successfully established and managing
network of 10,000 entities;
2. O&M of Network Operations Centre (NOC)
operations using EMS/NMS tools from bidder’s
own NOC for minimum 1000 network entities.
As per Annexure-20
AND
Work Completion
Certificates from the
client;
OR
Work Order + Self
Certificate of
Completion (CA
Certificate with CA’s
Registration Number
and Seal);
OR
Work Order + Phase
Completion
Certificate from the
client showing
acceptance of
completion of supply
and installation
As per Annexure-20
AND
Valid TSP License
B. The bidder must have at least 10,000
operational VSAT terminals in India as per
latest TRAI report.
DoT certificate / TRAI
report Certified by
Bidder’s Authorized
signatory
C. Transponder Capacity: The bidder should
have atleast one transponder satellite
bandwidth in Ku band/ Extended C-band as
on last date of bid submission.
Copy of satellite
bandwidth allocation
from Antrix along
with bidders
undertaking
(Annexure-13) for
BW capacity. Antrix
letter must mention
Seal & Signature of the Auth. Sign. Page 19 of 244
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
period of bandwidth
allocation.
D. The bidder must possess, on last date of bid
submission, a valid license for providing
VSAT services.
Copy of a valid
license issued by
DoT
5. Tax registration
and clearance
The Sole bidder/Consortium Partners should
have a registered number of:
i. VAT/ CST where his business is located
ii. Service Tax
iii. Income Tax / Pan number.
The bidder should have cleared his VAT/ CST
dues up to 31st December 2013 to the
Government.
Copies of relevant
certificates of
registration
VAT/ CST clearance
certificate from the
Commercial Taxes
Officer of the Circle
concerned
6. Certification The bidder at the time of bidding, should have
following certification:
1. Valid ISO 9001:2008 and
2. Valid ISO 20000 for FMS Certification
OR
1. TL 9000
Copy of a valid
certificate
7. OEM
Qualification for
following:
1. VSAT
Terminal
Equipment
2. EMS
Software
3. EMS
Hardware
(Servers &
PC’s)
4. Router &
Switch
5. Display Unit
6. UPS
The OEM must be a registered company /office
in India for last five financial years.
AND
The OEM must have a service centre in India.
Copy of valid
Registration
Certificates under
Indian Companies
Act, 1956
AND
Copy of list of
operational
authorized service
centre in India duly
signed and sealed by
authorized signatory
of OEM.
8. OEM
Qualification for
VSAT
Equipment
The VSAT Terminal equipment of proposed OEM
should be supported by minimum two VSAT
service providers on shared HUB.
Letter from VSAT
OEM indicating HUB
locations and VSAT
service providers
details.
9. Mandatory
Undertaking
Bidder should: -
a) not be insolvent, in receivership, bankrupt or
being wound up, not have its affairs
administered by a court or a judicial officer,
not have its business activities suspended
and must not be the subject of legal
proceedings for any of the foregoing
reasons;
A Self Certified letter
as per Annexure-14:
Self-Declaration
Seal & Signature of the Auth. Sign. Page 20 of 244
S.
No.
Basic
Requirement
Specific Requirements Documents
Required
b) not have, and their directors and officers not
have, been convicted of any criminal offence
related to their professional conduct or the
making of false statements or
misrepresentations as to their qualifications
to enter into a procurement contract within a
period of three years preceding the
commencement of the procurement process,
or not have been otherwise disqualified
pursuant to debarment proceedings;
c) not have a conflict of interest in the
procurement in question as specified in the
bidding document.
d) comply with the code of integrity as specified
in the bidding document.
10. Mandatory
Requisites
The Bidder should have Manufacturers’
authorization and a direct back-to-back support
agreement with the OEM for the equipment’s
included in the proposed solution.
OR
The Bidder must be a manufacturer, distributor or
bona-fide dealer of equipment’s included in the
proposed solution and furnish necessary proof
for the same in the specified format.
The Bidder must
attach Authorization
Certificates for all the
quoted products as
per Annexure-18.
Where applicable,
proof of authorization
by the manufacturer
or country distributor
in India, shall be
enclosed as per
Annexure-19: MAF
11. Manpower
Strength of
Bidder
The bidder must have had at least 500 technical
professionals (Diploma/ Degree holder in
Engineering) on roll in each year during last three
financial year from 2011-12 to 2013-14.
CS Certificate with
CS’s Registration
Number/ Seal
OR
Letter from HR of the
firm duly signed and
sealed of the firm.
3.2 In addition to the provisions regarding the qualifications of the bidders as set out
in (3.1) above: -
a. the procuring entity shall disqualify a bidder as per the provisions under
“Clause: Exclusion/ Disqualification of bids in Chapter-5: ITB”; and
b. The procuring entity may require a bidder, who was pre-qualified, to
demonstrate its qualifications again in accordance with the same criteria used
to pre-qualify such bidder. The procuring entity shall disqualify any bidder that
fails to demonstrate its qualifications again, if requested to do so. The procuring
entity shall promptly notify each bidder requested to demonstrate its
Seal & Signature of the Auth. Sign. Page 21 of 244
qualifications again as to whether or not the bidder has done so to the
satisfaction of the procuring entity.
c. In case of consortium, a company/ corporation/ firm cannot be a part of more
than one Consortium. Further, any member of consortium cannot bid
separately as a sole bidder.
Seal & Signature of the Auth. Sign. Page 22 of 244
4. SCOPE OF WORK, DELIVERABLES AND TIMELINES
The bidder shall be required to supply, install and integrate the solution as per the
scope of work detailed below. O&M of the proposed solution shall be provided for a
period of 5 years from GO-LIVE.
The successful deployment of project requires the bidder to provide quality & timely
services to GoR. The bidder is strongly advised to carefully read the complete RFP,
understand the RSDC/ SecLAN / GRAMSAT/ RajSWAN network and carry-out the
site visits of proposed locations where multi-mode connectivity and IT infrastructure is
to be installed, implemented and commissioned.
For successful implementation of the project, the Bidder shall depute one Program
Manager at RISL/DoIT&C, Jaipur from the date of signing of agreement as single
point of contact (SPOC) for RISL/DoIT&C. Bidder shall provide the contact numbers,
e-mail id and other relevant details of the SPOC to RISL/DoIT&C.
4.1. Detailed Scope of work (SoW)
The bidder is required to undertake following activities under this RFP. The detailed
scope of work for each activity is explained in subsequent paragraphs of this RFP–
1. Supply, Install, Integrate and Maintain Connectivity upto Gram Panchayats
through VSATs
2. Supply, Install, Integrate and Maintain CAPTIVE HUB for VSAT Connectivity.
3. Supply, Install, Integrate and Maintain required equipment and bandwidth to
provide connectivity upto Gram Panchayats/End-office through Terrestrial
Links. The bidder is required to configure the equipment and bandwidth
supplied for commissioning of the terrestrial link and establish connectivity over
bandwidth to be provided by Bandwidth Service Provider at Specified Gram
Panchayats/ End-office.
4. Supply, Install, Integrate and Maintain Centralized Integrated Network
Operation Centre (CINOC).
4.1.1 Understanding of Project
To understand the overall scope of project, the bidder shall be required to study the
following:
1) RajSWAN, SECLAN network and GRAMSAT,
2) Rajasthan State Data Centre (RSDC),
3) Any other plan, policy, document and report as deemed necessary for effective
implementation of required VSAT solution,
Seal & Signature of the Auth. Sign. Page 23 of 244
4.1.2 Development and deployment of a Web-based Portal for monitoring the
progress of implementation of the project
The bidder is required to host a web-based portal for effective monitoring of the
project implementation. The bidder shall propose the framework of web-portal before
deployment and seek approval of RISL/DoIT&C.
The bidder may develop the portal or built-on/customize the readymade tool to meet
the required functionality.
The content of the portal shall be decided by mutual discussion. The portal should be
migrated to RSDC after completing compliances of the RSDC policies.
The Implementing agency shall implement a web-based monitoring system for
tracking the progress of the various activities as defined in the scope of the work of
the project. The key features required are as following:
1. About RajNET
2. Home Page with Dash board Summary
3. User Management (CRUD (Create, Read, Update and Delete) operations)
4. User Role Management
5. Generic website features: Such as search within the site or web search,
contact us, email id, site map, feedback, disclaimer, website policies, FAQs,
Help, Accessibility Statement/Options, link to other websites etc.
6. Site wise details of Bill of Material delivery, installation and commissioning
7. Reports:
a. Pre-Implementation:
i. Technical Feasibility reports
ii. Survey Reports (State-wide, Division-wise, District Wise, Tehsil-
wise, Block-wise, Gram Panchayat wise) with CRUD operations
b. Site wise detail data
c. Site readiness reports
d. Site wise implementation status trackers
e. Connected Users and IP reports
f. MIS reports
g. Milestone summary
h. Contact Directory:
i. District Nodal Officer/Block Nodal Officer/ Gram Panchayat Nodal
Officer
ii. SHQ CINOC Team
iii. Implementing Agency Team
iv. Help Desk or any other relevant team
8. Project Issue Log/Issue Tracker
9. Printing and export of reports in various formats like pdf and Excel etc.
10. Section for uploading important documents, media gallery, news & events, and
small video up to 2Mbps
Seal & Signature of the Auth. Sign. Page 24 of 244
11. User/ Stakeholders feedback monitoring mechanism
12. Scheduling and Monitoring of UAT
13. The bidder shall be responsible for data integrity during the project
implementation period and hosting the application in RSDC after project
Implementation is completed.
4.1.3 Infrastructure Deployment
During the implementation period, bidder shall provide, on a weekly basis, the
implementation progress report to DoIT&C/RISL/ designated officials. The program
manager is required to attend regular review meetings with DoIT&C/RISL preferably
on fortnight basis. The detailed scope of work for infrastructure deployment shall be
as under:
1) Supply of the required items, equipment:
a) meeting technical specifications,
b) complete new set of hardware at all sites specified in minimum Bill of
Material as per the work order,
c) any other peripherals & fixtures (e.g. screws, clamps, fasteners, ties
anchor, supports, wires, etc.), assemblies for fixing of cables,
conductors etc. necessary for the installation of the connectivity/
solution.
d) Software of genuine OEM license(s), as applicable, with all the
requisites updates and patches for entire contract period.
2) The equipment should have comprehensive onsite OEM warranty for entire
contract period. The comprehensive OEM onsite warranty includes the
following:
a) Repair of faulty equipment.
b) Replacement of irreparable equipment or parts with equivalent or higher
compatible with the solution
c) Providing technical support
d) Software updates/patches
4.1.4 Installation & configuration:
1. The installation and configuration:
a) of items supplied as per Sl. No. 4.1.3 (1) above,
b) To be done appropriately and in a conscientious manner as per the
OEM guidelines,
c) Following statutory regulation/ codes at all times,
d) Ensuring safety regulations and practices, and
e) Ensuring that no damage is caused to customer premises and property
and to restore the property, wherever required, at no cost to purchaser,
if any damage occurs.
Seal & Signature of the Auth. Sign. Page 25 of 244
2. The bidder shall have to prepare desired number of Earth Pits (as per
applicable standards) required for installation of NOC, VSAT Terminal and
equipment of terrestrial link and will be duly verified and inspected by the
GoR officials. The earth value at HUB location & CINOC location should be
less than 0.5 ohm, and at VSAT remote location & terrestrial link location
should be less than 2 ohm.
3. Extending, fixing and installing the electrical points (switches, plugs, wire,
conduits etc.) from the existing electrical outlets at remote sites (VSAT and
Terrestrial locations), wherever required, for installation of supplied
equipment. It may be noted that no additional payment will be made for this
work and material, and so bidders are advised to quote keeping this in
mind.
4. Routing and Fixing of cables (like RF, Power, CAT-6 etc.) and making
necessary holes in the walls wherever required. The cable should be
clipped/Clamped properly with the wall without any loose cables hanging
around. Excess cables if any should be wound neatly.
5. Plugging conduits and entrance holes wherever cabling is essential with
suitable sealing material.
6. Laying and Routing of CAT-6 Cable for integration of various sub-systems
of proposed NOC, VSAT solution, Terrestrial Links etc. The bidder is also
required to lay CAT-6 cable for integration of complete proposed solution
with RSDC/ SECLAN/ GRAMSAT/ RajSWAN.
4.1.5 Others
1. As the solution will be declared GO-LIVE in phased manner, there shall be time-gap between initially commissioned components (VSAT, terrestrial link, Captive HUB and NOC) and last commissioned components / sites. The period of O&M and warranty of components / sites commissioned before last phase may get completed before that of the last commissioned components / sites. Thus to keep all the O&M and warranty of commissioned components / sites up and running, the RISL/DoIT&C shall reserve the right to extend the O&M and Warranty of such components / sites to map with the last commissioned components / sites at the quoted rates and terms and conditions.
2. Any other activity to keep the solution/ set-up functional to its full capacity shall be the responsibility of bidder.
3. It is pertinent to mention that installation and commissioning of some equipment may happen much earlier than the go-live. Therefore, agencies are advised to take warranty from OEMs for the entire contract period, including the period taken for installation and commissioning before go-live.
4. Deployment of required manpower as defined in for various activities like Project Management, O&M and support services etc.
Seal & Signature of the Auth. Sign. Page 26 of 244
4.1.6 Inspection:
a) The Purchase Officer or his duly authorized representative shall at all reasonable time have access to the bidder/ OEM premises and shall have the power at all reasonable time to inspect and examine the materials and workmanship of the goods/ equipment/ machineries during manufacturing process or afterwards as may be decided. Inspection may be made at installation site.
b) The bidder shall furnish complete address of the premises of his office, go-down and workshop where inspection can be made together with name and address of the person who is to be contacted for the purpose. In case of those dealers who have newly entered in business, a letter of introduction from their bankers will be necessary.
c) Supplies when received shall be subject to inspection to ensure whether they conform to the specifications. Where necessary or prescribed, practical, tests shall be carried out in Government laboratories, reputed testing house like STQC (ETDC) and the like and the supplies will be accepted only where the articles conform to the standard of prescribed specifications as a result of such tests and the cost of such testing shall be borne by the Bidder.
d) In case of Test. Samples shall be drawn in two sets by giving the serial numbers on random basis of the sets supplied, properly sealed in the presence of the bidders representatives.
4.1.7 Rejection:
a) Articles not meeting the specifications laid down in RFP during inspection or testing or otherwise shall be rejected and will have to be replaced by the bidder at his own cost within the time fixed by the Purchase Officer.
b) If, however, due to exigencies of Government work, such replacement either in whole or in part, is not considered feasible, the Purchase Officer after giving an opportunity to the bidder of being heard shall for reasons to be recorded, deduct a suitable amount from the approved rates. The deduction so made shall be final.
c) The rejected articles shall be removed by the bidder within 7 days of intimation of rejection, after which Purchase Officer shall not be responsible for any loss, shortage or damage and shall have the right to dispose of such articles as he thinks fit, at the bidder‘s risk and on his account.
d) The Contract for the supply can be repudiated at any time by the Purchase Officer, if the supplies are not made as per RFP specifications after giving an opportunity to the bidder of being heard and recording the reasons for repudiation.
Seal & Signature of the Auth. Sign. Page 27 of 244
4.1.8 Detailed Scope of work for VSAT Services
The bidder shall propose technical solution either in Extended-C band (XC) or KU-
band. The bidder is required to examine VSAT system specifications given through
detailed Link Budget Calculation for the offered band (Ku-band/ Extended C-band)
considering adequate rain fade compensation and related issues, so that the
specified network uptime is achievable. The bidder may propose higher specifications
(e.g. the antenna size, RF power etc.), if required
4.1.8.1 Supply, Install, Integration and O&M of VSAT Network at identified
Gram Panchayats
The Bidder shall be required to establish a dedicated, end-to-end, secured &
manageable VSAT network, initially with backhaul connectivity from Bidder’s shared
HUB to RSDC at Jaipur. For this purpose the bidder is required to carry out following
task:
1. Supply, installation, integration and O&M of VSAT Equipment’s, UPS, switch and
set-up of LAN points (I/O points) at Remote Locations as per RFP.
2. Extension of secured backhaul connectivity from bidder’s shared HUB to RSDC
and
3. Provide O&M services of for 5 years from the date of GOLIVE of each phase.
4. Deployment of VSAT solution in consultation with the DoIT&C/RISL and adhere to
all the applicable GoI/GoR/TRAI or any other regulatory bidder, RSDC and
RajSWAN policies (IP Addressing, Access Control, Security, Backup/ Restore,
Internet access, Routing and Switching, VSAT Communication Standards and
Policies etc.), as applicable throughout the project period.
5. During O&M, re-orientation of VSAT terminal whenever required shall be carried
by the bidder at NO extra cost to the purchaser. However, payments for re-
orientation of VSAT terminal during migration to CAPTIVE HUB shall be made to
the bidder as per RFP.
6. The bidder should seek and submit statutory clearances such as SACFA, WPC
and any other permission/clearance required (if applicable) for DoIT&C/ RISL/
GoR.
4.1.8.2 Supply, Install, Integration and O&M of CAPTIVE HUB
1. The bidder is required to supply, install and integrate Antenna & Hub equipment
required for establishment of captive Hub.
2. The bidder shall migrate links of all VSAT terminals installed under the project to
CAPTIVE HUB from Bidders Shared Hub, in a specified time period (preferably in
one quarter) and in phased manner.
3. The bidder shall provide O&M of the Captive HUB equipment for a period of five
years from the date of Go Live of Captive Hub.
Seal & Signature of the Auth. Sign. Page 28 of 244
4. Upon receiving work order, the bidder to coordinate / liaison between DoIT&C/
RISL and DoT/ respective authority for reception of clearances / licenses to
operate the captive VSAT network.
5. The Bidder should also coordinate / liaison with Antrix, ISRO for allocation of
Bandwidth.
6. RISL would make payment to DoT, WPC, SACFA, Antrix and any other regulatory
authority.
7. The Bidder during the implementation period and during O&M should do the
necessary coordination / liaising for compliance of the network with appropriate
authorities and submission of requisites report to various authorities.
8. The backbone bandwidth from CAPTIVE HUB to RSDC shall be provided by RISL/
DoIT&C. However, re-configuration shall be done by the bidder.
9. It should be noted by the bidder that the payment of HUB, Antenna etc. (to be
installed at Jaipur) shall be made only after successful installation of Captive
hub and migration of all the operational VSATs to Captive HUB. As such, the
bidder shall be required to make aggressive efforts to install the equipment
and seek all regulatory clearances on behalf of DoIT&C/RISL.
10. Integration:
1) The bidder should ensure integration of VSAT solution with Network of
RSDC, SECLAN, GRAMSAT and RajSWAN for seamless data, voice and
video communication (IP based). Additional hardware and software required
for the same shall be detailed in the technical bid (Annexure-11).
2) The bidder shall ensure that all applications hosted at the Rajasthan State
Data Centre are accessible at all remote sites through VSAT network.
3) The bidder shall Configure and fine-tune all supplied systems to achieve
overall optimal network performance and highest security.
4) The bidder shall Configure/reconfigure the deployed VSAT terminals and all
sub-systems to provide connectivity through Bidder’s shared HUB.
5) The bidder is required to extend the access of OEM NMS on shared Hub to
RISL/DoIT&C, till the captive setup becomes operational for following
purposes:
a) Real-time status (Up/Down) of VSAT network;
b) To pull out reports required for performance monitoring, SLA
compliance, Bandwidth utilization, Summarized and drill down
availability reports, downtime reports, dashboard etc.
6) The bidder shall undertake Migration (re-orientation, re-configuration etc.) of
Operational VSATs (Installed VSAT under this project) to captive hub.
7) The bidder shall provide overall satellite bandwidth of 36 Mbps and
backhaul bandwidth of 24 Mbps in a phased manner through its shared Hub
till the captive setup becomes operational.
Seal & Signature of the Auth. Sign. Page 29 of 244
8) The purchase order for VSAT bandwidth shall be place to VSAT bandwidth
provider through Lead Bidder.
9) The bidder is required to provide ordered bandwidth on non-shared basis
(i.e. exclusively for RISL/ DoIT&C). The bandwidth may be used by
RISL/DoIT&C in any inbound/ outbound ratio for data, voice & video traffic.
Further, the ordered bandwidth should give 100% throughput.
10) The initial satellite bandwidth of 14 Mbps (10 Mbps for video and 4 Mbps for
Data) shall be hired and shall be increased/decreased in steps of 2 Mbps in
a phased manner by giving one month time.
11) The bidder should provide 20 video channels of 512 kbps each at the ratio
on 1:1 initially which may be increased or decreased.
12) The video bandwidth should be re-configurable for video multicast, video
conference and VoIP. Pool of satellite bandwidth supplied for video should
also be re-configurable for usage of data when Video / Voice / Multicast is
not used. Schedule of Voice / Video and Multicast would be provided to the
SPOC.
13) The satellite bandwidth should support (any two of the below):
a) Guaranteed bandwidth, MFTDMA
b) Bandwidth on Demand, CIR, CBR
c) Slotted Aloha
14) Initially, the bidder shall provide backhaul connectivity from the bidder's hub
to the SDC at Jaipur for voice, video and data, Anti-Virus, Network
monitoring, etc., along with dual homing last mile (Telecom Service Provider
premises to RSDC, Jaipur).
15) The backhaul connectivity provided shall be on the infrastructure of the
telecom service provider having National Long Distance (NLD)/UALD
license, to ensure end to end quality of service (QOS) delivery and
ownership.
16) The initial backhaul bandwidth of 8 Mbps shall be hired which shall be
increased/ decreased in a phased manner by giving one month time.
17) The additional satellite bandwidth and additional backhaul bandwidth shall
be procured on demand basis. The bandwidth rates quoted in financial bid
shall remain valid for entire contract period
18) The proposed solution must be end-to-end IPv4 and IPv6 (dual-stack)
complaint (i.e. without any IP translation from IPv6 to IPv4 and vice versa)
from day one.
19) Provide client interface of Bidder’s Network Monitoring system at DoIT&C,
Jaipur through backhaul connectivity to monitor the entire network till
migration to CAPTIVE HUB.
Seal & Signature of the Auth. Sign. Page 30 of 244
20) The bidder should supply, install and commission CAPTIVE Hub Baseband
system suitable to operate with 10,000 VSATs. Redundant UPS power
backup to the Hub should also be supplied by the bidder.
4.1.9 Detailed Scope of work for Terrestrial Link Services
The bidder is required to establish around 2000 MPLS VPN connectivity on FE Port,
along with networking equipment as defined below:
1. Establishment of network connectivity requires the Bidder to provide quality &
timely services with speed and certainty to RISL/ DoIT&C, GoR. All the
activities performed by the bidder during different phases of the project shall
be closely monitored by RISL / designated authority.
2. The bidder is required to supply and install the endpoint equipment (like rack,
modem, Router, switch, UPS) as defined in BoM for establishing the
connectivity.
3. All the terrestrial link connectivity shall be provided on wired line (OFC/copper)
or wireless by the bidder through national bandwidth service provider (NBSP)
having UASL/NLD license.
4. If the bidder is not a NBSP or the band width is proposed to be provided
through another NBSP, a tripartite agreement may be signed between RISL,
bidder and respective NBSP.
5. A tripartite agreement (As per Annexure) shall be signed between RISL, bidder
and respective NBSP. Such agreements shall be signed with multiple
prospective NBSP’s as per the technical feasibility (i.e. building, space, power
availability, latitude, longitude, and distance from nearest RajSWAN PoP /
Service Providers PoP and type of proposed connectivity (RF / Wired-line).
6. The bidder shall quote the bandwidth rates in the financial bid. The rates
quoted in financial bid shall be valid for 5 years under RRC mode (Rate
Running Contract).
7. The LOI for Terrestrial bandwidth shall be placed to the bidder. The bidder is
shall be required to carry the technical feasibility of the connectivity and submit
the report within the prescribed time period as given in the LOI.
8. Based on technical feasibility report submitted the bidder, the PO/work order
shall be placed to the bidder for providing requisite connectivity to the
purchaser. The SI is required to carry the survey and assign the work to
respective bandwidth service provider based on technical feasibility within the
time stipulated in the purchase order, and issue work order to NBSP on behalf
of RISL with a copy to RISL.
9. The bidder shall not declare more than 20% of the sites of the work order
placed as technically non-feasible. For sites exceeding non-feasibility beyond
20%, the applicable LD shall be imposed as per RFP.
10. The bidder shall co-ordinate with NBSP for establishing the connectivity within
the stipulated timeframe.
Seal & Signature of the Auth. Sign. Page 31 of 244
11. The bidder shall monitor the link performance from NBSP NOC till the time
CINOC is established and thereafter from CINOC and co-ordinate with NBSP
for SLA and performance of the link. The bidder is required to provide Network
Management & Maintenance services for terrestrial links for a period of 5 years
from GO-LIVE.
12. The bidder is required to co-ordinate with NBSP for fault rectification.
13. The NBSP shall raise the bill at the rates quoted by bidder, to RISL on
quarterly basis.
14. The bidder shall compute and convey to RISL the applicable penalty on NBSP
and bidder’s part (i.e. due to connectivity failure and equipment failure)
supported by relevant reports from NMS.
15. The bandwidth charges after deducting the applicable penalty on part of NBSP
shall be paid directly to the NBSP by RISL.
16. The quantities mentioned in financial bid are indicative however, the payments
shall be made on actuals.
17. The bandwidth may be taken for any Government controlled offices. The
bidder is required to supply and install the equipment for last mile connectivity
of terrestrial link upto Gram Panchayats/End-office.
18. OFC/ RF Equipment, End office equipment for OFC/Wireless connectivity (like
Tower, Radio equipment, CPE, Optical to electrical convertor etc.) are not
included in the BoM. The same need to be supplied based on mode of
connectivity proposed by NBSP/ Bidder without additional cost/ rent to
purchaser. These equipment’s shall be recovered by the NBSP/ bidder at the
end of project period. The last mile connectivity equipment supplied at
endpoint location should be TEC compliant.
19. The requisite space and raw power (power available from electricity Supply
Company) for installing the equipment at the designated locations shall be
provided by respective state Government offices. Bidder shall co- ordinate
with the nodal officer of the respective location for same.
20. The requisite space and uninterrupted power for installing the equipment for
aggregation bandwidth at RajSWAN PoP room/ RSDC shall be provided by
RISL/DoIT&C.
21. The work order for the terrestrial links shall be provided in phased manner and
GO-LIVE shall be given in batches.
22. During the implementation period, bidder shall provide, on fortnightly basis, the
implementation progress report to RISL/ DoIT&C/ designated agency.
23. The identified gram panchayat’s/ end-office shall be required to be connected
over MPLS cloud of service provider.
24. It is required to provide MPLS VPN connectivity at SHQ, 32 DHQs and 240
BHQs of RajSWAN PoPs.
25. The network should be capable of forwarding data, voice and video traffic
between any locations to any locations through MPLS cloud.
26. The latency should be less than 100ms.
Seal & Signature of the Auth. Sign. Page 32 of 244
27. The anticipated bandwidth requirement in future may be upto 6Mbps at Gram
Panchayat/End Office, 10 Mbps at BHQ, 36 Mbps at DHQ and accordingly
aggregated bandwidth at SHQ.
28. The bandwidth provided at BHQ and DHQ should work as fail-over link for
RajSWAN network.
29. Routable WAN port of existing RajSWAN router shall be provided by RISL at
BHQ, DHQ and SHQ.
30. The MPLS bandwidth of Gram Panchayat/End-Office is required to be
aggregated at respective DHQ and SHQ.
4.1.10 Scope of work for centralized Integrated NOC (CINOC) Services
The bidder is required to establish an integrated EMS for multi-mode type of
connectivity under RAJNET and RSDC. The bidder is required to install and configure
the EMS solution as per the functional requirement and specifications given in this
RFP.
1. Integration of proposed EMS solution with existing NMS/EMS solution
deployed in RSDC, RSWAN etc.
2. The bidder may propose deployment of a new holistic EMS solution for all
networks/data centers etc. under RajNET
3. The bidder is required to install and integrate supplied router, EMS solution at
RSDC, Jaipur.
4. The bidder is required to install and integrate supplied switch, desktop PC’s,
video wall at proposed site for centralized NOC.
5. The bidder is required to supply two UPS as per the specs of RFP. Frequency
synchronization unit should be installed so that both the UPS can work in load
sharing mode. In case of failure of one UPS the other UPS should take the
complete load.
6. RSDC and proposed centralized NOC site may physically be separate
buildings.
7. The connectivity between RSDC and proposed centralized NOC site shall be
provided by RISL/ DoIT&C at the rates quoted for terrestrial link in financial bid
by the bidder.
8. Backup connectivity (alternate connectivity) may be provided by RISL/DoIT&C
and bidder shall be required to configure the same.
9. The router quoted and supplied should support dual link for failover.
10. The bidder shall supply and install UPS for providing power to the supplied
hardware. The required cabling, switches, plug, conduits, sockets, MCB’s etc.
shall be done by the bidder (which should be of ISI mark) and maintained for 5
years. The cost for the same shall be built up in the cost of UPS by the bidder.
11. The bidder should carry-out LAN cabling at proposed NOC site as and where
required for connectivity and functionality of the proposed solution by the
bidder.
Seal & Signature of the Auth. Sign. Page 33 of 244
12. Installation of supplied hardware (routers, servers, switches, video wall,
desktop etc.) and software’s at RSDC and designated centralized NOC site
respectively.
13. Configure existing RSDC devices and network infrastructure of SECLAN,
RSWAN, Wi-Fi Controller & Access Points, VC equipment (Servers and MCUs)
and GRAMSET etc. in proposed EMS solution.
14. The future connectivity through wired-line, wireless and VSAT should also be
configured and monitored through proposed EMS.
15. Setting-up and O&M of deployed EMS solution with minimum manpower
defined in RFP for a period of 5 years.
16. In present set-up, the RajSWAN and RSDC are having CA NMS/EMS solution.
The bidder may utilize the existing NMS/EMS solution or propose the new
solution to meet the functional requirement defined in this RFP.
17. In case the bidder proposes to utilize the existing NMS/EMS solution, the
probes/ connectors supplied in the existing solution shall be utilized by the
bidder. Any additional probes/ connectors/ scripts required for integration of
proposed EMS solution with the existing NMS/EMS solution shall be provided
by the bidder at no additional cost to the purchaser.
18. The bidder shall be required to build the solution for overall management of the
existing infrastructure and proposed solution to act as a master of master EMS.
The control & ownership of the respective existing NMS/EMS solution shall
remain with the existing vendors.
19. The bidder shall submit the technical solution proposed by OEM of EMS and
quote accordingly.
20. The bidder is required to provide 30 working man-days (excluding holidays) of
OEM of proposed EMS solution for implementation, fine-tuning, validation,
training etc.
21. The implemented EMS solution shall be audited and certified by OEM for
overall functionality desired in the RFP. The activity shall include but limited to
the scope of work of EMS solution in RFP i.e. validation of high-level design
(HLD) & low-level design (LLD) document, implementation & configuration
document, fine tuning etc. The charges of same shall be built-in the cost of
EMS.
Seal & Signature of the Auth. Sign. Page 34 of 244
22. For integrated EMS solution, the bidder shall be required to:
a. Supply, Install, Integrate, Operate & Maintain the offered solution of
EMS tool for 5 years covering 20,000 (approx.) IP devices such as
Routers, Switches, Network Devices, Servers, IT equipment's, VSAT
equipment's etc. spread across RajSWAN, SECLAN, GRAMSET,
RSDC, proposed VSAT & EMS solution or any other mode of
connectivity in Rajasthan state along with server and applications of
solution proposed from Day 1.
b. It shall be ensured by the bidder/OEM that the proposed EMS solution
(hardware and software) provisioned from Day 1 is able to handle
30,000 devices by procuring additional device licenses only, whenever
required.
c. All the required hardware, software and licenses should be supplied by
the bidder with validity upto the complete duration of the project.
d. The EMS should provide the reporting on performance, trend analysis,
bandwidth utilization, various SLAs with different parameters and
penalty up till the last node in the network.
e. All the proposed components/modules of EMS software should be from
single OEM.
23. All the civil work, air conditioning (AC), general electrical work/ fitting (except
UPS wiring) etc. shall be provided by RISL/ DoIT&C.
Seal & Signature of the Auth. Sign. Page 35 of 244
4.1.11 User Acceptance Test (UAT)
The primary goal of Acceptance Testing is to ensure that the Project (including all the
project components as discussed in the scope of work) meets requirements,
standards, specifications and performance, by ensuring that the following are
associated with clear, quantifiable metrics for accountability:
Infrastructure Compliance
Performance
Integration
Project Documentation
a) Bidder is required to intimate the purchaser one week prior to the commencement
of UAT activities.
b) DoIT&C/RISL may associate authorized personnel for above test.
c) The bidder is required to prepare acceptance test plan and procedure, format of
acceptance testing reports etc. and submit to RISL/DoIT&C before UAT for
approvals.
d) The bidder shall co-ordinate and carry any other required test as desired by
purchaser.
e) The bidder shall bring all the testing equipment to site as required under the
procedure to carry out testing at no extra cost.
f) The time taken for approval of UAT acceptance by DoIT&C/ RISL, shall not be
considered as delay on bidder’s part.
g) The roll-out has been planned in phased manner as specified in Project
Deliverables and Time Schedule. Each phase of UAT shall be offered by the
bidder simultaneously. The UAT of VSAT, Terrestrial Link shall be carried
independently.
h) The bidder is required to rectify the Hardware, Software, configuration and
deployed solution issues/ bugs reported, if any, during the testing. The selected
bidder shall make the required changes to the application/solution deployed at no
extra cost.
i) The QGR shall be payable to the Bidder from the date of successful testing and
acceptance of the respective phase.
j) The bandwidth will be provided by bidder initially for the purpose of UAT. The
bandwidth charges shall be payable after successful UAT and commercial
utilization shall be permitted.
4.1.11.1 UAT for VSAT
4.1.11.1.1 VSAT Testing
The UAT of VSAT links shall be undertaken in the batches of 500 locations/VSATs.
The bidder shall submit testing reports for each VSAT site covering following aspects:
a) Link availability Test
Seal & Signature of the Auth. Sign. Page 36 of 244
b) Bandwidth and Throughput Test through FTP with test result of approximate
1Mbps download and 512 kbps upload at VSAT site. A file transfer test from
RSDC to each VSAT site using FTP would be done to verify the effective
bandwidth/ throughput.
c) BER (Bit Error Rate = 1x10-7 or better), Latency (Round Trip from VSAT site to
RSDC for voice, video and data = 1000ms)
d) VSAT terminal discovery on NMS
e) VSAT Power Failure Recovery: This test is intended to verify that the VSAT can
start-up after a power failure. The test shall be conducted on sample basis as
below:
Sl.
No. Test Procedure
1 Power-off the test VSAT and then Power-on.
2 After the restart verify that the VSAT has fully recovered from the NMS
interface. The statuses should be the same as before the restart.
3 Execute a ping command to the CPE.
4.1.11.1.2 IPv6 Testing
IPv6 addressing functionality test: Connect PCs configured with IPv6 address directly
to VSAT & Hub and run PING and FTP, while the FTP is accelerated with TCP
spoofing enabled in the hub.
Sl.
No. Test Procedure
1. PC-A using IPv6 IP address connected directly (without a router) to the
test VSAT which is also configured with IPv6 address.
2. PC-B using IPv6 IP address connected directly (without a router) to the
Hub which is also configured with IPv6 address.
3. PING from PC-A to PC-B’s IPv6 address. Ping response should be
successful.
4. PING from PC-B to PC-A’s IPv6 address. Ping response should be
successful.
5. Using FTP application, upload a file from PC-A to PC-B using PC-B’s IPv6
address. The file should be received at PC-B without any errors.
6. Using FTP application, download a file from PC-B to PC-A using PC-B’s
IPv6 address. The file should be received at PC-A without any errors.
Seal & Signature of the Auth. Sign. Page 37 of 244
4.1.11.1.3 Bandwidth Testing
For backhaul bandwidth connectivity following test shall be carried:
a) Bandwidth and Throughput Test: A file transfer test from RSDC to VSAT HUB
using FTP would be done to verify the effective bandwidth/ throughput.
b) BER (Bit Error Rate), Latency (Round Trip from RSDC – VSAT HUB for voice,
video and data= 100ms)
4.1.11.1.4 VSAT HUB Testing
After installation of the CAPTIVE HUB equipment, the bidder shall submit testing
reports for VSAT HUB .Following describes the test procedures in a general manner,
and not necessarily as detailed in step-by-step procedures.
a) Testing will take place both during the hub installation and upon completion of the
installation. This testing will include routine installation tests of hardware
configuration, strapping and levels. It will also include formal system level testing.
Together, these tests shall verify that all hub hardware components are functional
and that end-to-end communications is properly established. In addition, the
proper operation of the network management system shall also be tested.
b) The installed equipment will be used for test purposes. The basic configuration will
include the following components; NMS, Bandwidth Management Server (To
manage pooled satellite bandwidth between various VSAT terminals),
Demodulator, Modulator and one DVB-S2 VSAT CPE. System and protocol
parameters will be set as in the operational network.
c) The objective of this ATP is to test critical functions in an operational environment.
The ATP is intended to be carried out by a knowledgeable and experienced tester
of the bidder with specific details explained to the purchaser in witness as
necessary. The ATP will be performed after the final configuration of the network.
d) Hub Component Redundancy: The purpose of this test is intended to verify that
the hub components can properly switch between active and standby units and is
performed for the following hub components:
1) MODULATOR
2) NMS
3) BANDWIDTH MANAGEMENT SERVER
4) DEMODULATOR
1. MODULATOR
Sl.
No. Test Operations Test Requirements
Test
Results
1 Switch OFF the active
MODULATOR
OB redundancy process completed and
the co-located CPE is on line.
2 Execute a ping command The ping is successful.
Seal & Signature of the Auth. Sign. Page 38 of 244
Sl.
No. Test Operations Test Requirements
Test
Results
to the CPE.
3 Switch ON the
MODULATOR
The MODULATOR becomes redundant
and ready for OB redundancy process.
2. NMS
Sl.
No. Test Operations Test Requirements
Test
Results
1 Switch OFF the active
NMS
OB redundancy process completed and
the co-located CPE is on line.
2 Execute a ping command
to the CPE.
The ping is successful.
3 Switch ON the NMS The NMS becomes redundant and ready
for OB redundancy process.
3. BANDWIDTH MANAGEMENT SERVER
Sl.
No. Test Operations Test Requirements
Test
Results
1 Switch OFF the active
BANDWIDTH
MANAGEMENT SERVER
BANDWIDTH MANAGEMENT SERVER
redundancy process completed and the
co-located CPE is online.
2 Execute a ping command to
the CPE.
The ping is successful.
3 Switch ON the BANDWIDTH
MANAGEMENT SERVER
The BANDWIDTH MANAGEMENT
SERVER becomes redundant and ready
for redundancy process
4. DEMODULATOR
Sl.
No. Test Operations Test Requirements
Test
Results
1 Switch OFF one of the active
DEMODULATORs.
DEMODULATOR redundancy process
completed and the co-located CPE is
online.
2 Execute a ping command to
the CPE
The ping is successful.
3 Switch ON the
DEMODULATOR
The DEMODULATOR becomes
redundant and ready for redundancy
process
Seal & Signature of the Auth. Sign. Page 39 of 244
4.1.11.2 UAT of Terrestrial Links
After successful establishment of Terrestrial links at all the designated locations,
bidder shall inform RISL/ DoIT&C/ designated agency about the same and submit a
request for UAT. The request should be accompanied with the detailed network
design & IP Schema (Private IP pool shall be provided by DoIT&C).
1) The supplied equipment shall be subjected to UAT to verify conformity to the
specifications.
2) End-to-end link testing for data, voice and video traffic shall be carried out.
3) The switch and router of the terrestrial link equipment should be discovered in
EMS.
4) The established link shall be tested for requisite throughput and following test
parameters:
2.1 Performance Test: Latency (Round-trip): The average round trip delay
should be less than 100 milliseconds.
2.2 Load Test: A file transfer test from RajSWAN PoP room switch to each
designated location (CE) using FTP would be done to verify the effective
bandwidth/ throughput.
4.1.11.3 UAT of centralized Integrated NOC
The bidder is required to perform the User Acceptance Test (UAT) of the proposed
EMS Solution in the NOC.
User Acceptance Test plan must be submitted in the beginning of the project.
Acceptance test cases with expected output shall be prepared by the bidder and
approved by RISL. After successful completion of UAT, the NOC shall be considered
as commissioned.
UAT shall include the following:
1. Demonstration of the following by the bidder:
a. Discovery of the RajNET devices. The expected output should discover
devices in RajNET.
b. IT Asset Management Solution: IT Asset Management Solution must be
able to show the defined IT Assets in RajNET with device description details
such as make and model of device, warranty details, interface, contact
details of OEM/Escalation person, serial no. etc.
c. Enterprise Monitoring Tools: It should demonstrate functional features of
configured solution such as:
i. Graphical Topology view of all discovered network devices in real
time.
ii. Provide Performance Monitoring reports for identified L3 network
devices in RajNET.
iii. Provide alarms on breach of thresholds configured such as High
CPU Utilization, High Bandwidth Utilization etc.
iv. Incidence of correlate alarms to identify root cause of multiple events
Seal & Signature of the Auth. Sign. Page 40 of 244
v. Integrate alarms with IT service desk/helpdesk to generate automatic
Trouble Ticket into IT Helpdesk, generating SMS, email etc. to the
intended user as per the defined escalation matrix.
vi. Demonstration of functionality of other deployed solutions hardware
etc.
d. IT Helpdesk:
i. IT Service desk/ Helpdesk tool must have required NOC
Operators/Engineers as per the roles defined in RFP
ii. IT Service desk/ Helpdesk tool must show details of end users who
have reported incidents or created requests
iii. IT Helpdesk must show configured IT Assets by integrating with
Asset Database/CMDB
e. Business dashboard:
i. Common Dashboard of critical alarms, business services availability
etc.
ii. Roles and privileges based access
iii. Real time holistic view of RajNET Services Availability Monitoring.
f. Service Level Agreement:
i. All the SLA’s configured under scope of RAJNET should reflect in the
user defined reports.
ii. Reporting of violations, penalty, payments etc.
iii. Vendor rating based on performance as per SLA
g. UPS Testing:
i. Both the UPS configured under scope of RAJNET should
demonstrate the functionality of load sharing, back-up time, overload
upto 10%, short circuit protection, protection against overload
beyond 10%, alarms etc.
h. Other hardware: Demonstration of functionality of other hardware such as
video wall, switches, PC’s etc.
2. The EMS configured should be got validated from EMS software solution OEM
that the work has been carried out as per the functional requirement, specification
and OEM proposed technical solution design and architecture submitted in
technical bid.
4.1.11.4 Supply of following documents
a) Detailed network solution design (architecture diagram, functionality etc.),
b) Details of inventory deployed including hardware and software location-wise along
with serial number, product ID, licenses, part code etc.
c) Location-wise material delivery & installation report of all equipment/ software
supplied duly signed by purchasers authorized person.
d) Compliance certificate’s for specifications of hardware and software supplied.
Seal & Signature of the Auth. Sign. Page 41 of 244
e) Installation, configuration and integration settings of all the installed components
of RAJNET solution with IP address details etc.
f) OEM Warranty documents,
g) Original S/w/ CDs/ DVDs and licenses, wherever applicable,
h) User Manuals, Administrator Manual and datasheets, wherever applicable,
i) UAT reports,
j) Service Operation Procedure (SOP),
4.1.11.5 Licensing
a) All software licenses, documents and statutory clearances such as SACFA, WPC
and any other as applicable. The licenses should be valid over a period of five
years except otherwise specified in this RFP.
b) In case of licenses which requires annual renewal, an undertaking for timely
renewal by the bidder should be submitted.
4.1.11.6 Others
a) VSAT link(s)/equipment not passing the AT, if any, shall be rectified by the bidder
in a timely manner with a request for re-test by DoIT&C/RISL/ designated bidder.
If any VSAT link(s)/equipment fails the UAT repeatedly, it may be cancelled by
DoIT&C/RISL, without any claim for payment to bidder.
b) User Acceptance Test for the last phase may be conducted on completion of
installation and integration of 80% VSAT of ordered quantity in case there is a
possibility of delay in completion of 100% work on part of purchaser.
c) In case of UAT on 80% of installation and integration of VSAT as mentioned
under above clause, the commissioning for the balance endpoints shall be
conducted subsequently. The payments for these endpoints shall be released
from the date of successful commissioning.
4.1.12 Commissioning (Go-Live)
The commissioning for VSAT solution, terrestrial link, centralized integrated NOC and
CAPTIVE HUB shall be given separately. For VSAT connectivity and terrestrial links,
phase wise commissioning shall be permitted.
Final approval/ user acceptance of the deployed solution shall be given by RISL/
DoIT&C after successful implementation, testing and receipt of documents. It is the
responsibility of the bidder to submit test reports and obtain the UAT approval from
the RISL/ DoIT&C. On successful UAT of the respective components of the particular
phase, the same shall be declared commissioned and GO-LIVE shall be given for
that particular phase with effective from date of submission of UAT report.
Seal & Signature of the Auth. Sign. Page 42 of 244
On successful UAT by RISL/ DoIT&C/ designated agency of the links at locations
given the event shall be marked as the “Date of Commissioning” of the batch.
The link shall be declared as commissioned after successful UAT of the link. The date
of commissioning shall be the date of successful UAT by the bidder for respective
links.
It is to be noted that the RISL/ DoIT&C may get the complete/part solution audited
through a Third Party, before Go-Live and periodically after Go-Live, in order to
ensure the compliance to the RFP. Such third-party auditing for carrying out the
acceptance testing and certification of the entire solution will be nominated by the
RISL/ DoIT&C. All expenses towards hiring of TPA shall be borne by purchaser. The
bidder shall be required to extend co-ordination to such TPA for testing/auditing etc.
4.1.13 Training
Imparting the basic on-site training to designated officials so as to make them well
conversant with the functionalities, features and processes of the deployed solution.
The bidder shall also impart basic training of configuration, operation, and functionality
and communication set-up for VSAT and terrestrial links at respective project
locations.
The bidder shall conduct 2 days basic administrative training of EMS solution once in
six month to RISL/ DoIT&C/ designated official. The administrative expenses except
trainer charges shall be borne by the RISL/ DoIT&C.
4.1.14 Operation & Maintenance (O&M)/ Facility Management Services (FMS)
The bidder is required to operate & maintain the complete solution for a period of 5
years from date of GO-LIVE. It is required that bidder should deploy the minimum
manpower as defined in RFP or as given in work order. The man month cost quoted
in RFP shall be valid for entire contract period. The bidder shall provision sufficient
manpower for fault repair, maintenance and management of hardware as required.
4.1.14.1 Preventive Maintenance Services
a. Conduct preventive maintenance (including inspection, testing, satisfactory
execution of diagnostics and necessary repairing of the equipment).
b. Cleaning and removal of dust and dirt from the interior and exterior of the
equipment.
c. Preventive Maintenance Activities of components as per their manufacture’s
recommendation/ advice.
d. The Preventive Maintenance shall be carried out in Non-Prime Hours only
under intimation to Purchaser.
Seal & Signature of the Auth. Sign. Page 43 of 244
e. The bidder shall be required to replace the batteries all UPS supplied under
this project after 3 years without any additional cost to purchaser. The suitable
batteries shall be provided by the RISL/DoIT&C.
4.1.14.2 Corrective Maintenance Services
a. Warranty and maintenance/troubleshooting of supplied hardware/software and
support infrastructure problem including network (active / passive) equipment,
security and rectification of the same.
b. Troubleshooting of problems arising in the network and resolving the same.
c. Documentation of problems, isolation, cause and rectification procedures for
building knowledge base for the known problems.
4.1.14.3 Virus and SPAM Management
The Bidder shall be responsible for Virus / SPAM Management under entire project
duration for the CINOC equipment/servers. The required software/ hardware shall be
provided by the bidder. The Bidder shall prepare and implement a Virus/SPAM
Management policy at appropriate levels and install required equipments/Software at
No extra cost.
4.1.14.4 O&M for VSAT services
The objective of O&M is to operate and manage the entire VSAT network including
VSAT terminal locations, HUB, Backhauls by the bidder. This will include
management, operations & maintenance of all the services/ facilities and all other
elements that form the network along with bandwidth provisioning and bandwidth
management.
The bidder should provision sufficient manpower for operation & maintenance of the
network in the field.
It shall include the following:
Onsite Maintenance and Support Services
Network Management
Helpdesk Management
HUB Management
OEM Support Services
a) Onsite Maintenance and Support Services
The scope of work for this activity includes providing comprehensive maintenance
with spare parts for all IT infrastructure supplied for this project, for a period of Five
years for VSAT Terminals and Four Years for HUB equipment, from go-live. This
includes:
Seal & Signature of the Auth. Sign. Page 44 of 244
1) Providing suitable replacement for faulty parts/components with same or
better specifications or repair the original part/component so that daily
business is not affected,
2) Carrying out scheduled maintenance of HUB equipment as per standard
industry/OEM practices,
3) Minimum one visit in a year to all VSAT sites for fine-tuning and preventive
maintenance where no visit has been made for repair or any other reason.
4) Updating/ upgrading of software/firmware. Providing maintenance reports,
as per format(s) to be prepared by selected bidder and approved by
RISL/DoIT&C at agreed periodicity.
5) The VSAT equipment may be required to be shifted to new location during
O&M period. The SP shall be required to uninstall, pack, shift, unpack, re-
install and configure at new site location at the approved rate for a period of
five year. The average distance for shifting shall be 50Kms approximate.
Such shifting of locations should be completed within 21 days of issue of
work order.
6) The shifting charges should exclude earthing charges, LAN cabling
charges, electrical cabling charges and I/O unit charges. The bidder is
required to submit successful installation report and link test report to claim
shifting charges.
7) The bidder is required to deploy sufficient manpower in the field for O&M of
remote sites to achieved desired SLA. The bidder is also required to deploy
atleast one field engineer in each block for this work.
8) The site engineer should be provided access of EMS for taking ownership
of tickets assigned and closing the same after attending the fault.
b) Network Management services for HUB
The scope of work under this activity includes the following:
1) Overall administration and management of VSAT including network
monitoring and bandwidth management.
2) Timely up gradation of definitions/ patches/ updates/ service packs etc. of
the deployed IT Hardware and Software at all sites,
3) Error fixing, troubleshooting and rectification of the VSAT solution,
4) Configuration / reconfiguration of items/software supplied whenever /
wherever required.
5) Maintenance of complete configuration (in hardcopy & softcopy) details of
all the items supplied and installed by bidder.
Seal & Signature of the Auth. Sign. Page 45 of 244
6) Provide client interface of Bidder’s Network Monitoring system at RSDC,
Jaipur through backhaul connectivity to monitor the entire network till
CAPTIVE HUB becomes operational,
7) Providing MIS reports as per format(s) to be prepared by selected bidder
and approved by RISL at desired periodicity.
8) Providing quarterly SLA reports as per format(s) to be prepared by selected
bidder and approved by RISL.
9) During O&M the bidder will be required for frequent re-configuration of
bandwidth based on requirement of RISL/DoIT&C/GoR like video multicast,
video conference and VoIP. The intimation of VC schedule may be given
through phone/email etc.
10) Post migration of VSATs to captive hub, the bidder should integrate the
solution to CINOC solution.
c) Helpdesk Management Services from SHARED HUB:
The bidder is required to provide helpdesk service from their existing setup till the time
CAPTIVE VSAT HUB system is operational at Jaipur.
a) The bidder is required to provide round the clock helpdesk management
service (call center) for the VSAT solution management, fault booking and SLA
reporting.
b) Helpdesk should be accessible from all the project locations on telephone and e-mail etc. for the entire duration of the project.
c) The Bidder should provide dedicated contact number of helpdesk for DoIT&C/RISL. Any Call to helpdesk should directly land to agent instead of IVRS system. The helpdesk agent should be well conversant in HINDI
d) If the bidder intends to provide helpdesk services from outside Rajasthan till the
time CAPTIVE HUB is setup, the helpdesk number provided should be toll free.
e) The helpdesk personnel should book the ticket and provide the ticket no. to the caller. The initial technical assistance over phone should be provided to resolve the issue. In case the issue is not resolved, the maintenance team should be asked to visit the VSAT site to attend and resolve the fault.
f) The ticket should be closed only after resolution of the fault reported. g) Pro-active monitoring of sites which are non-operational for prolonged period
and reporting to DoIT&C/ RISL
h) The HDMS can be hosted along the hub baseband. However, it should be
accessible through the internet. In case, the Bidder has an established HDMS
server capable of handling RISL network, the same can be used by the call
center through internet without any service degradation. However, if the service
quality is found poor while accessing the remote HDMS, the bidder has to
provide a standalone HDMS for RAJNET. The bidder is required to provision
adequate licenses.
Seal & Signature of the Auth. Sign. Page 46 of 244
i) Required infrastructure to the manpower deployed shall be facilitated by the
bidder at no cost to the purchaser.
4.1.14.5 Terrestrial Link Network Management & Maintenance
Post-implementation i.e. from the “Date of Commissioning” of the links, the
Network Management & Maintenance period of five years shall commence. During
this period, the bidder: -
1. Till the time proposed centralized integrated NOC is set-up, the bidder shall be
required to monitor and manage the links by coordinating with respective
service provider. The SLA reports shall be provided by the bidder for this
duration. The bidder shall maintain contact details (Email ID, Contact no. etc.)
of bandwidth service provider for booking the faults, and co-ordinate for
rectification of fault.
2. Post implementation of centralized integrated NOC, the terrestrial links shall be
monitored and managed through it. All the issues pertinent to the links shall be
carried out by the bidder through defined process of EMS solution.
3. The terrestrial equipment may be required to be shifted to new location during
O&M period. The bidder shall be required to uninstall, pack, shift, unpack, re-
install and configure at new site location at the approved rate for a period of
five year. The average distance for shifting shall be 5Kms approximate /within
same town. Such shifting of locations should be completed within 21 days of
issue of work order.
4. The shifting charges should exclude earthing charges, LAN cabling charges,
electrical cabling charges and I/O unit charges. The bidder is required to submit
successful installation report and link test report to claim shifting charges.
4.1.14.6 Centralized Integrated NOC services
The bidder will establish the centralized integrated network operations center (NOC)
by integrating the existing NMS/EMS with proposed EMS solution at the premises
identified by RISL/DoIT&C.
The bidder is required to provide network monitoring, fault management and helpdesk
management services through CINOC solution established at Jaipur. The bidder
should plan the NOC staff for 24 X 7 operations suitably.
4.1.14.6.1 Integrated Helpdesk Management Services
1. The Bidder should offer comprehensive service desk functionality with easy
management of the entire problem resolution process based on ITILv3/ITSM
standard practices. The solution should support Incident Management,
Problem Management, Asset Management and Inventory Management,
Seal & Signature of the Auth. Sign. Page 47 of 244
Release Management, Request Management and Change Order Management
and work flow management etc.
2. It should be integrated with the proposed CINOC at Jaipur and support
automatic problem registration, based on predefined policies.
3. It should provide complete Web/Browser based interface to the agents, the
Analysts and the administrator of helpdesk team. It should also provide view
only rights to 20 concurrent RISL/DoIT&C users.
4. Helpdesk should be accessible from all the project locations on telephone and
e-mail etc. for the entire duration of the project.
5. The helpdesk personnel should book the ticket and provide the ticket no. to the
caller. The initial technical assistance over phone should be provided to resolve
the issue. In case the issue is not resolved, the maintenance team should be
asked to visit the site to attend and resolve the fault.
6. The ticket should be closed only after resolution of the fault reported.
7. Pro-active monitoring of sites/devices/applications which are non-operational
for prolonged period and reporting to DoIT&C/ RISL.
8. The helpdesk infrastructure like space, furniture, electricity, telephone facilities
etc. during operations shall be provided by the GoR/RISL.
9. Raise/ Assign trouble tickets pro-actively on certain events like network related
issues etc. based on predefined rules.
10. The helpdesk should track work history of calls to facilitate troubleshooting.
11. The helpdesk should track SLA (service level agreements) violations and report
to the concerned.
Seal & Signature of the Auth. Sign. Page 48 of 244
12. The call requests should be assigned to the relevant technical staff
automatically based on the Location, Work Shift and Load of the analyst.
13. Customer Surveys should be carried out to collect user feedback to improve
service and increase customer satisfaction.
14. Announcements should be posted manually or automatically (via event
monitoring integration) for proactively informing users of issues, helping to
prevent unnecessary/redundant trouble tickets
15. System administrators should have the ability to manage which users have
access to which data
16. Knowledge Management database and tool (as and when required in future)
should be implemented, which should integrate with the Helpdesk Solution. It
should have inbuilt support for Keyword search to extract relevant knowledge
areas.
17. SMS from existing gateway of RISL/DoIT&C should be triggered to identified
personnel as soon as a call is logged by any user across the state and its
status updates thereafter (until its resolution/ closure). Required configuration
in the equipment supplied at their end accordingly shall be carried by the
bidder.
18. Following network related functionalities should be carried out:
a) Carrying out the changes in the network as approved in the change
management.
b) Addition/Deletion of new/existing location to the network.
c) Increase or decrease in the VSAT, WAN and Internet bandwidths.
d) Coordination in testing activities during rollout of applications or application
releases.
e) Regular reports on the network operations & performance as requested by
RISL/ DoIT&C/ GoR
f) Regular reports on the network utilization and trend analysis.
4.1.14.6.2 Integrated Enterprise Management Services
1. Monitoring of existing links, proposed VSAT links and terrestrial links.
2. Over all maintenance of each and every equipment procured/installed under
RAJNET project, other Networking, Servers infrastructure, Hardware and
Security devices etc.
3. Performance tuning and ensuring performance on the network as per the SLA.
4. Perform NMS Operations to meet the SLA Targets and generate desired
reports for every kind of suspicious entries, network trends, historical reports,
bandwidth optimization and usage etc. on monthly and on requirement basis. It
is the responsibility of the bidder to present all these reports at the time of
Audit.
5. Checking Network status and taking remedial action in case of problems.
Seal & Signature of the Auth. Sign. Page 49 of 244
6. Daily monitoring of LAN, WAN & VSAT links through NMS/HDMS or manual
testing, troubleshooting and reporting as defined under network monitoring
services.
7. Configuration/Reconfiguration of supplied items such as routers, modems,
switches, VSAT equipment’s etc. for network connectivity, as and when
required.
8. The BIDDER shall maintain an updated inventory, asset, warranty list of
complete IT network infrastructure and an updated set of configuration
documents for LAN, WAN and VSAT links along with network diagrams with
relevant details.
9. The BIDDER shall provide services for link/devices augmentation/deletion,
relocation/ connection/ disconnection etc., as and when required.
10. Maintain and update IP address allocation & optimum management of IP
addresses through DHCP/Static entry, whichever is suitable depending upon
requirement. The BIDDER is also required to understand the existing IP
addressing scheme for integration and accordingly allocate the IP addresses
for a new WAN/LAN/VSAT segment, as per scheme.
11. The BIDDER shall be responsible to provide Network Monitoring Services for
management purposes.
12. It should have capability to archive events and combine with other events for
refined analyses that can support additional management functions.
13. It should provide event-based, open standard, inter systems communications
architecture necessary to support system in heterogeneous environment.
Seal & Signature of the Auth. Sign. Page 50 of 244
14. It should be able to configure and generate user-defined reports of various
SLAs with different parameters.
15. It should provide single view of operations, including cross-domain correlation,
and common visualization, navigation, security and reporting capabilities.
16. The solution should automatically collect enterprise wide event information,
correlating events across domains and providing immediate insight into
infrastructure and service health and problems.
17. By consolidating data from operational silos NMS into real-time web-based
dashboard views, the solution should create a central point of real-time
management to enable organizations to speed-up the identification of the root
cause of problems, enabling more rapid resolution and helping reduce financial
impacts.
18. Customizable display of events, service views and operational indicators,
deliver automated event correlation, isolation and resolution capabilities for
business applications, network devices, Internet protocols, security devices.
19. Making sure the high availability & reliability of network at all times and
performance tuning with below mentioned features:
a. Monitor the availability of Links
b. Monitor the link status like peak utilization, normal utilization etc. where
peak utilization stands for the time frame where the maximum
bandwidth is used, whereas normal is the regular utilization.
c. Monitor the critical errors in switches, routers, servers and other
supporting active components of RAJNET and do necessary fault
identification & rectification.
d. Monitor the critical errors in leased lines (Wireless/ Wired Line), VSAT
links and any other transmission media and do necessary fault
rectification and other devices in the network.
e. Configure/reconfigure the switches, routers, servers and other
supporting active components of RAJNET remotely, if required.
f. Collect the data flow on basis of time, interface, IP address, application
wise for traffic analysis.
g. Sending alerts to concerned people regarding critical errors.
20. The bidder should monitor and provide analysis of events. It should categorily
be able to identify the issues either in link or performance of the application.
4.1.15 OEM Support Services
Bidder should have direct back-to-back service support agreement with the respective
OEMs for the project duration of 5 years as per RFP from the date of GO-LIVE.
Though the projects shall be handed over to RISL after 5 years from GO-LIVE, all the
the equipment’s shall become assets of RISL/ DoIT&C from day one.
DoIT&C/RISL/Bidder/ GoR must be able to log a support ticket directly to OEM
helpdesk to get telephonic/ remote support directly from OEM as required.
Seal & Signature of the Auth. Sign. Page 51 of 244
Undertaking from OEM (Annexure-19) for above support services should be submitted
by the Bidder along with the bid.
4.1.16 Project Handover
After successful completion of the Project/ contract (i.e. 5 years from last phase of
GO-LIVE), it shall be handed-over to RISL/DoIT&C/GoR. It shall include the following:
a) Submission of documents as defined in RFP,
b) Handover of inventory deployed to DoIT&C/RISL/Authorized representative or
bidder in working condition.
4.2. Major Roles & Responsibilities of RISL/ DoIT&C
The role of RISL/ DoIT&C in the successful implementation of the solution includes
discharging the following responsibilities:
a) Review and approve the implementation plan and other reports as submitted by
the selected bidder,
b) List out all the nodal officers for co-ordination required for implementation and
operational phases,
c) Co-ordination with all stakeholders/end-office of the project,
d) Provide requisite infrastructure required at project locations, arrangement of
following:
i.) Requisite infrastructure like space, building, raw electricity, DG set, Air
Conditioning, furniture, telephone facility etc. during project duration
ii.) Arrange the necessary space for installation of VSAT antenna, IDU and
ODU
e) Associate in UAT on the solution installed by the Operator
f) During the pre-implementation period i.e. site survey, providing the requisite site
information to the bidder so that the identification of a suitable installation site can
be completed by the bidder.
g) Providing an Ethernet interface on the CE device i.e. Core Switch to the switch/
router installed under this project
h) During the pre-implementation period i.e. site survey, providing the updated list of
all the remote sites along with nodal officer & link officer details to the bidder.
i) Making due payments to the bidder promptly.
j) Provide Private IP schema of existing infrastructure and Private IP pool for
proposed solution.
Seal & Signature of the Auth. Sign. Page 52 of 244
4.3. Project Deliverables, Milestones & Time Schedule
The milestones, deliverables and time schedule for the implementation of project shall
be as follows:-
a) The time specified for delivery and other activities as mentioned in the table below
shall be deemed to be the essence of the contract and the successful bidder shall
arrange supplies and provide the required services within the specified period.
b) It should be noted that any delay in the project timelines shall attract Liquidated
Damages to the selected bidder.
c) T is the event marking date of issue of work order to the successful bidder.
Table 4.3: Project Deliverables and Time Schedule
Sl. No.
Milestone RFP Ref. Project
Deliverables Time Schedule
1. Signing of Agreement and Submission of Security Deposit
Sl. No. 5.26, 5.27
Agreement and Security Deposit
Within 20 days from date of issue of letter of acceptance of bid.
2. Project Kick-Off As per RFP Project Implementation Plan
T + 25 days
Installation and Integration of VSAT Links
3. Go Live of first 1000 links including Commissioning of Backhaul and Integration with Shared Hub
Sl. No. 4.1.1 to 4.1.7, 4.1.8, 4.1.11, 4.1.11.1, 4.1.11.4 to 4.1.11.6, 4.1.12
1) Supply, Installation & commissioning certificates of all equipment’s/software supplied. 2) UAT Report
T+120 Days (inclusive of time- period of 7 days of UAT)
4. Go-Live of 2500 Links at Gram Panchayats using Shared Hub
T+180 Days (inclusive of time- period of 7 days of UAT)
5. Go-Live of 2500 more Links at Gram Panchayats using Shared Hub
T+240 Days (inclusive of time- period of 7 days of UAT)
6. Go-Live of remaining Links at Gram Panchayats using Shared Hub
T+300 Days (inclusive of time- period of 7 days of UAT)
7. GO-LIVE of CAPTIVE HUB & associate services
T + 270 days Including 30 days of UAT period, after receipt of requisites licenses and regulatory compliances for CAPTIVE HUB
Terrestrial Link
8. GO-LIVE of Terrestrial Link
Sl. No. 4.1.1 to 4.1.7, 4.1.9, 4.1.11, 4.1.11.2, 4.1.11.4, 4.1.12
UAT Report Within 45 days of placing the work order (exclusive of time- period of UAT)
Seal & Signature of the Auth. Sign. Page 53 of 244
Sl. No.
Milestone RFP Ref. Project
Deliverables Time Schedule
Centralized Integrated NOC (CINOC)
9. GO-LIVE of CINOC Sl. No. 4.1.1 to 4.1.7, 4.1.10, 4.1.11, 4.1.11.3, 4.1.11.4, 4.1.12
UAT Report 210 days after handing over the site (inclusive of time- period of 7 days of UAT)
Operations & Maintenance Phase
10. VSAT/ Terrestrial Links 4.1.14.1 to 4.1.14.5, 4.1.15
1)MIS reports 2)SLA reports
Five Years from the date of UAT of each phase.
11. CINOC 4.1.14.6, 4.1.15
1)MIS reports 2)SLA reports
Five Years from the date of UAT of CINOC
Project Handover Phase
12. Project Handover Sl. No. 4.1.16 Project Handover Report
Within 90 days after successful completion of O&M phase of the project
Note:
1. The number of links given in above table are minimum number of VSAT commissioned
links to be offered by bidder in respective phase. However, the bidder may propose for higher
number of VSAT commissioned links for GO-LIVE in each phase.
2. Liquidated damage, applicable if any, shall be computed on cummilative links installed upto
the respective phase
3. UAT of Terrsetrial link equipment shall be carried only on availability of bandwidth by
bandwidth service provider.
Seal & Signature of the Auth. Sign. Page 54 of 244
5. INSTRUCTION TO BIDDERS (ITB)
5.1. Sale of Bidding/ Tender Document
a) The sale of bidding documents shall be commenced from the date as mentioned
in Notice Inviting Bids (NIB). The complete bidding document shall also be placed
on the State Public Procurement Portal, e-Procurement portal and RISL/DoIT&C
website. The prospective bidders shall be permitted to download the bidding
document from the websites and pay its price as mentioned in NIB to the
procuring entity.
b) The bidding documents shall be made available to any prospective bidder who
pays the price as specified in NIB.
c) Bidding documents purchased by Principal of any concern may be used by its
authorised sole selling agents/ marketing agents/ distributors/ sub-distributors and
authorised dealers or vice versa.
5.2. Pre-bid Meeting/ Clarifications
a) A pre-bid conference is also scheduled by the procuring entity as per the details
mentioned in the NIB and to clarify doubts of potential bidders in respect of the
procurement and the records of such conference shall be published on the
respective websites.
b) Prospective bidders/ firms, who have deposited the prescribed tender fee to the
RISL as specified in NIB, are allowed to attend the pre-bid conference/ meeting
and submit their pre-bid queries only in the specified format (Annexure-4) and
schedule.
c) The period within which the bidders may seek clarifications under (b) above and
the period within which the procuring entity shall respond to such requests for
clarifications shall be as under: -
a. Last date of submitting clarifications requests by the bidder: As per NIB
b. Response to clarifications by procuring entity: As specified in NIB
d) The minutes and response, if any, shall be provided promptly to all bidders to
which the procuring entity provided the bidding documents, so as to enable those
bidders to take minutes into account in preparing their bids, and shall be published
on the respective websites.
e) Publishing of any clarification on the respective website shall be deemed to have
been conveyed to all bidders in cases of non-availability of contact details of those
bidders who have purchased/ downloaded the tender doocument, postal delay,
loss of clarification in transit.
5.3. Changes in the Bidding Document
a) At any time, prior to the deadline for submission of Bids, the procuring entity may
for any reason, whether on its own initiative or as a result of a request for
Seal & Signature of the Auth. Sign. Page 55 of 244
clarification by a bidder, modify the bidding documents by issuing an addendum in
accordance with the provisions below.
b) In case, any modification is made to the bidding document or any clarification is
issued which materially affects the terms contained in the bidding document, the
procuring entity shall publish such modification or clarification in the same manner
as the publication of the initial bidding document.
c) In case, a clarification or modification is issued to the bidding document, the
procuring entity may, prior to the last date for submission of Bids, extend such
time limit in order to allow the bidders sufficient time to take into account the
clarification or modification, as the case may be, while submitting their Bids.
d) Any bidder, who has submitted his Bid in response to the original invitation, shall
have the opportunity to modify or re-submit it, as the case may be, within the
period of time originally allotted or such extended time as may be allowed for
submission of Bids, when changes are made to the bidding document by the
procuring entity:
Provided that the Bid last submitted or the Bid as modified by the bidder shall be
considered for evaluation.
5.4. Period of Validity of Bids
a) Bids submitted by the bidders shall remain valid during the period specified in the
NIB/ bidding document. A Bid valid for a shorter period shall be rejected by the
procuring entity as non-responsive Bid.
b) Prior to the expiry of the period of validity of Bids, the procuring entity, in
exceptional circumstances, may request the bidders to extend the bid validity
period for an additional specified period of time. A bidder may refuse the
request and such refusal shall be treated as withdrawal of Bid and in such
circumstances bid security shall not be forfeited.
c) Bidders who agree to an extension of the period of validity of their Bids shall
extend or get extended the period of validity of bid securities submitted by them or
submit new bid securities to cover the extended period of validity of their bids. A
bidder whose bid security is not extended, or that has not submitted a new bid
security, is considered to have refused the request to extend the period of validity
of its Bid.
5.5. Format and Signing of Bids:
a) Bidders must submit their bids online at e-Procurement portal i.e.
http://eproc.rajasthan.gov.in.
b) All the documents uploaded should be digitally signed with the DSC of authorized
signatory.
c) A single-stage two-part/ cover system shall be followed for the Bid: -
i. Technical Bid, including fee details, eligibility & technical documents
Seal & Signature of the Auth. Sign. Page 56 of 244
ii. Financial Bid
d) The Technical Bid shall consist of the following documents shall be uploaded in
scanned PDF format (Bidder’s are required to provide content list by filling
relevant page no.’s in the bid document being submitted as per the table given
below): -
Sl.
No. Documents Type Document Format
Page
No.
1 Covering Letter –
Technical Bid
On bidder’s letter head duly signed by
authorized signatory (as per Annexure – 9)
Fee Details
2 Bidding document Fee
(Tender Fee)
Scanned copy of DD/ Banker’s Cheque/
Bank Guarantee/ Fee Receipt
3 Bid Security Scanned copy of DD/ Banker’s Cheque/
Bank Guarantee/ Fee Receipt
Eligibility Documents
Sl.
No. Documents Type Document Format
Page
No.
4 Tender Form As per Annexure-8
5 Bidder’s Authorization
Certificate along with a
copy of board resolution/
Power of Attorney in
favour of person signing
the Letter of Authority
stating that the Authorized
signatory can sign the
bid/contract on behalf of
the firm
As per Annexure-5 and copy of Power of
Attorney/ Copy of board resolution
Sl. No.
Document Type & Format Page No.
All the documents mentioned in the “Eligibility Criteria”, in support of the eligibility as per the format mentioned against the respective eligibility criteria clause.
6. Legal Entity
7. Financial Turnover from IT/ITeS/Telecom services
8. Financial: Net Worth
9. Technical Capability
10. Tax registration and clearance
Seal & Signature of the Auth. Sign. Page 57 of 244
Sl. No.
Document Type & Format Page No.
11. Certification
12. OEM Qualification
13. OEM Qualification for VSAT Equipment
14. Mandatory Undertaking
15. Mandatory requisites
16. Manpower Strength of Bidder
Technical Documents
Sl.
No. Documents Type Document Format
Page
No.
17. BILL OF MATERIAL (BOM) ANNEXURE 1
18. TECHNICAL SPECIFICATIONS ANNEXURE-2
19. MANPOWER DEPLOYMENT ANNEXURE-3
20. FINANCIAL BID COVER LETTER ONLY* ANNEXURE-10
21. FINANCIAL CAPABILITIES ANNEXURE-12
22. TRANSPONDER CAPACITY ANNEXURE 13
23. SELF-DECLARATION ANNEXURE 14
24. UNDERTAKING ON AUTHENTICITY OF
EQUIPMENTS
ANNEXURE-15
25. CERTIFICATE OF CONFORMITY/ NO
DEVIATION
ANNEXURE-16
26. CERTIFICATE OF CONFORMITY/ NO
DEVIATION BY OEM
ANNEXURE-17
27. DECLARATION BY BIDDER FOR
AUTHORIZED SUPPLIER
ANNEXURE-18
28. MANUFACTURER’S AUTHORIZATION FORM
(MAF)
ANNEXURE-19
29. PROJECT REFERENCES FOR EXPERIENCE
OF BIDDER
ANNEXURE-20
30. SATELLITE COVERAGE ANNEXURE-21
31. COMPONENTS OFFERED – BOM ANNEXURE-22
32. CERTIFICATE FOR EXEMPTION OF BID
SECURITY (ONLY IF ELIGIBLE AS PER RFP)
ANNEXURE-23
33. CONSORTIUM AGREEMENT ANNEXURE-26
34. COSTING OF SERVERS FOR EMS SOLUTION ANNEXURE-27
*Please note that only the “Covering Letter of Financial bid” needs to be submitted along with
the technical bid. Financial bid (commercials) needs to be submitted only on e-procurement
website as per the BoQ template.
Seal & Signature of the Auth. Sign. Page 58 of 244
e) Financial bid shall include the following documents: -
Sl.
No. Documents Type Document Format
Page
No.
1 Financial Bid – Cover
Letter
On bidder’s letter head duly signed by
authorized signatory as per Annexure-10,
Annexure-27 and Annexure-11 (if
applicable)
2 Financial Bid – Format As per BoQ (.XLS) format available on e-
Procurement portal
f) The bidder should ensure that all the required documents, as mentioned in this
bidding document, are submitted along with the bid and in the prescribed format
only. Non-submission of the required documents or submission of the documents
in a different format/ contents may lead to the rejections of the bid submitted by
the bidder.
5.6. Cost & Language of Bidding
a) The Bidder shall bear all costs associated with the preparation and submission of
its Bid, and the procuring entity shall not be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
b) The Bid, as well as all correspondence and documents relating to the Bid
exchanged by the Bidder and the procuring entity, shall be written only in English
Language. Supporting documents and printed literature that are part of the Bid
may be in another language provided they are accompanied by an accurate
translation of the relevant passages in English/ Hindi language, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
5.7. Alternative/ Multiple Bids
Alternative/ Multiple Bids shall not be considered at all. The bidder shall quote for
single brands/ make/ model / Frequency band (Extended C-band or KU band) for
each item in the technical Bid and should also mention the details of the quoted make/
model in the “Annexure-21: Components Offered”.
5.8. Bid Security
Every bidder, if not exempted, participating in the procurement process will be
required to furnish the bid security as specified in the NIB.
a) In lieu of bid security, a bid securing declaration shall be taken from Departments
of the State Government, Undertakings, Corporations, Autonomous bodies,
Registered Societies and Cooperative Societies which are owned or controlled or
managed by the State Government and Government Undertakings of the Central
Government.
Seal & Signature of the Auth. Sign. Page 59 of 244
b) Bid security instrument or cash receipt of bid security or a bid securing declaration
shall necessarily accompany the technical bid.
c) Bid security of a bidder lying with the procuring entity in respect of other bids
awaiting decision shall not be adjusted towards bid security for the fresh bids. The
bid security originally deposited may, however, be taken into consideration in case
bids are re-invited.
d) The bid security may be given in the form of a banker’s cheque or demand draft or
bank guarantee, in specified format, of a scheduled bank. The bid security must
remain valid thirty days beyond the original or extended validity period of the bid.
e) The issuer of the bid security and the confirmer, if any, of the bid security, as well
as the form and terms of the bid security, must be acceptable to the procuring
entity.
f) Prior to presenting a submission, a bidder may request the procuring entity to
confirm the acceptability of proposed issuer of a bid security or of a proposed
confirmer, if required. The procuring entity shall respond promptly to such a
request.
g) The bank guarantee presented as bid security shall be got confirmed from the
concerned issuing bank. However, the confirmation of the acceptability of a
proposed issuer or of any proposed confirmer does not preclude the procuring
entity from rejecting the bid security on the ground that the issuer or the confirmer,
as the case may be, has become insolvent or has otherwise ceased to be
creditworthy.
h) The bid security of unsuccessful bidders shall be refunded soon after final
acceptance of successful bid and signing of Agreement and submitting
performance security.
i) The Bid security taken from a bidder shall be forfeited, including the interest, if
any, in any of the following cases, namely: -
a. when the bidder withdraws or modifies its bid after opening of bids;
b. when the bidder does not execute the agreement, if any, after placement of
supply/ work order within the specified period;
c. when the bidder fails to commence the supply of the goods or service or
execute work as per supply/ work order within the time specified;
d. when the bidder does not deposit the performance security within specified
period after the supply/ work order is placed;
e. if the bidder breaches any provision of code of integrity, prescribed for
bidders, specified in the bidding document.
j) Notice will be given to the bidder with reasonable time before bid security
deposited is forfeited.
k) No interest shall be payable on the bid security.
l) In case of the successful bidder, the amount of bid security may be adjusted in
arriving at the amount of the Performance Security, or refunded if the successful
bidder furnishes the full amount of performance security.
Seal & Signature of the Auth. Sign. Page 60 of 244
m) The procuring entity shall promptly return the bid security after the earliest of the
following events, namely:-
a. the expiry of validity of bid security;
b. the execution of agreement for procurement and performance security is
furnished by the successful bidder;
c. the cancellation of the procurement process; or
d. the withdrawal of bid prior to the deadline for presenting bids, unless the
bidding documents stipulate that no such withdrawal is permitted.
5.9. Deadline for the submission of Bids
a) Bids shall be received online at e-Procurement portal and up to the time and date
specified in the NIB.
b) Normally, the date of submission and opening of Bids will not be extended. In
exceptional circumstances or when the bidding document are required to be
substantially modified as a result of discussions in pre-bid meeting/ conference or
otherwise and the time with the prospective bidders for preparation of Bids
appears insufficient, the date may be extended by the procuring entity. In such
case the publicity of extended time and date shall be given in the manner, as was
given at the time of issuing the original NIB and shall also be placed on the State
Public Procurement Portal, if applicable. It shall be ensured that after issue of
corrigendum, reasonable time is available to the bidders for preparation and
submission of their Bids. The procuring entity shall also publish such modifications
in the bidding document in the same manner as the publication of initial bidding
document. If, in the office of the Bids receiving and opening authority, the last date
of submission or opening of Bids is a non-working day, the Bids shall be received
or opened on the next working day.
5.10. Withdrawal, Substitution, and Modification of Bids
a) If permitted on e-Procurement portal, a Bidder may withdraw its Bid or re-submit
its Bid (technical and/ or financial cover) as per the instructions/ procedure
mentioned at e-Procurement website under the section “Bidder’s Manual Kit”.
b) Bids withdrawn shall not be opened and processed further.
5.11. Opening of Bids
a) The Bids shall be opened by the bid opening & evaluation committee on the date
and time mentioned in the NIB in the presence of the bidders or their authorised
representatives who choose to be present.
b) The committee may co-opt experienced persons in the committee to conduct the
process of Bid opening.
c) The committee shall prepare a list of the bidders or their representatives attending
the opening of Bids and obtain their signatures on the same. The list shall also
contain the representative’s name and telephone number and corresponding
bidders’ names and addresses. The authority letters, if any, brought by the
Seal & Signature of the Auth. Sign. Page 61 of 244
representatives shall be attached to the list. The list shall be signed by all the
members of Bid opening committee with date and time of opening of the Bids.
d) All the documents comprising of technical Bid/ cover shall be opened &
downloaded from the e-Procurement website (only for the bidders who have
submitted the prescribed fee(s) to RISL).
e) The committee shall conduct a preliminary scrutiny of the opened technical Bids to
assess the prima-facie responsiveness and ensure that the: -
a. Bid is accompanied by bidding document fee, bid security or bid securing
declaration, and processing fee (if applicable);
b. Bid is valid for the period, specified in the bidding document;
c. Bid is unconditional and the bidder has agreed to give the required
performance security; and
d. Other conditions, as specified in the bidding document are fulfilled.
e. Any other information which the committee may consider appropriate.
f) No Bid shall be rejected at the time of Bid opening except the Bids not
accompanied with the proof of payment or instrument of the required price of
bidding document, processing fee and bid security.
g) The Financial Bid cover shall be kept unopened and shall be opened later on the
date and time intimated to the bidders who qualify in the evaluation of technical
Bids.
5.12. Selection Method
The selection method is Least Cost Based Selection (LCBS or L1) based on Net NPV
defined in RFP.
5.13. Clarification of Bids
a) To assist in the examination, evaluation, comparison and qualification of the Bids,
the bid evaluation committee may, at its discretion, ask any bidder for a
clarification regarding its Bid. The committee’s request for clarification and the
response of the bidder shall be through the e-Procurement portal.
b) Any clarification submitted by a bidder with regard to its Bid that is not in response
to a request by the committee shall not be considered.
c) No change in the prices or substance of the Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors discovered by the
committee in the evaluation of the financial Bids.
d) No substantive change to qualification information or to a submission, including
changes aimed at making an unqualified bidder, qualified or an unresponsive
submission, responsive shall be sought, offered or permitted.
Seal & Signature of the Auth. Sign. Page 62 of 244
5.14. Evaluation & Tabulation of Technical Bid
a) Determination of Responsiveness
a) The bid evaluation committee shall determine the responsiveness of a Bid on
the basis of bidding document and the provisions of pre-qualification/ eligibility
criteria of the bidding document.
b) A responsive Bid is one that meets the requirements of the bidding document
without any material deviation, reservation, or omission where: -
i. “deviation” is a departure from the requirements specified in the
bidding document;
ii. “reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the bidding
document; and
iii. “Omission” is the failure to submit part or all of the information or
documentation required in the bidding document.
c) A material deviation, reservation, or omission is one that,
i. if accepted, shall:-
1. affect in any substantial way the scope, quality, or performance of
the subject matter of procurement specified in the bidding
documents; or
2. limits in any substantial way, inconsistent with the bidding
documents, the procuring entity’s rights or the bidder’s obligations
under the proposed contract;
OR
ii. if rectified, shall unfairly affect the competitive position of other bidders
presenting responsive Bids.
d) The bid evaluation committee shall examine the technical aspects of the Bid in
particular, to confirm that all requirements of bidding document have been met
without any material deviation, reservation or omission.
e) The procuring entity shall regard a Bid as responsive if it conforms to all
requirements set out in the bidding document, or it contains minor deviations
that do not materially alter or depart from the characteristics, terms, conditions
and other requirements set out in the bidding document, or if it contains errors
or oversights that can be corrected without touching on the substance of the
Bid.
b) Non-material Non-conformities in Bids
a) The bid evaluation committee may waive any non-conformities in the Bid that
do not constitute a material deviation, reservation or omission, the Bid shall be
deemed to be substantially responsive.
b) The bid evaluation committee may request the bidder to submit the necessary
information or document like audited statement of accounts/ CA Certificate,
Registration Certificate, VAT/ CST clearance certificate, ISO/ CMMi
Seal & Signature of the Auth. Sign. Page 63 of 244
Certificates, etc. within a reasonable period of time. Failure of the bidder to
comply with the request may result in the rejection of its Bid.
c) The bid evaluation committee may rectify non-material nonconformities or
omissions on the basis of the information or documentation received from the
bidder under (b) above.
c) Technical Evaluation Criteria
1) The technical evaluation shall be completed by the designated Procurement
Committee as early as possible after opening of technical bids. It shall
examine the technical bid including the pre-qualification documents.
2) Bid shall be evaluated technically based on the documents submitted by the
bidder as asked in the clause 5.5(d).
3) The eligible bidders whose bid is determined to be substantially responsive
shall be considered to be qualified in the technical evaluation, unless
disqualified pursuant to clause “Conflict of Interest” or “Disqualification”, and
shall be informed, either in writing or by uploading the details on the websites
mentioned in the NIB, about the date, time and place of opening of their
financial bids..
4) The firms which could not qualify in technical evaluation will be informed about
this fact. Their financial bid will not be opened and Bid Security refunded after
completion of the bid process i.e. award of the contract to the best/successful
bidder.
d) Tabulation of Technical Bids
a) Technical Bids shall be tabulated by the bid evaluation committee in the form of
a comparative statement to evaluate the qualification of the bidders against the
criteria for qualification set out in the bidding document.
b) The members of bid evaluation committee shall give their recommendations
below the table as to which of the bidders have been found to be qualified in
evaluation of Technical Bids and sign it.
e) The bidders who qualify in the technical evaluation shall be informed in writing
about the date, time and place of opening of their financial Bids.
5.15. Evaluation & Tabulation of Financial Bids
a) The financial bids/ cover of bidders who qualify in technical evaluation shall be
opened online at the notified time, date and place by the members of the
designated Procurement Committee in the presence of the bidders or their
representatives who choose to be present. Alternatively, the bidders may also
view the financial bid opening status/ process online at e-Procurement website.
b) The process of opening of financial bids/ covers shall be similar to that of technical
bids.
c) The names of the bidders, the rates given by them and conditions put, if any, shall
be read out and recorded.
d) Conditional Bids are liable to be rejected;
Seal & Signature of the Auth. Sign. Page 64 of 244
e) In order to decide the L1 bidder, NPV (Net Present Value) of the payable amount
shall be taken into account as given below:
NPV = NPV1 + NPV2
For calculation of NPV1:
Upfront payment = 40% of Price quoted for Total CAPEX (Ref. Sl. No. 12 of Fin.
Bid BoQ1) = A1
Price quoted for Total OPEX (Ref. Sl. No. 13 of Fin. Bid BoQ1) + Manpower
charges (Ref. Sl. No.9 of Fin. Bid BoQ1) = B1
Total quarters for which payment to be made = 20
Quarterly payable amount = [{(Balance amount of CAPEX i.e. 60% of Total
CAPEX ) + B1}/20] = C1
The PV factor would be 3% per quarter (12% per year).
NPV1 = A1+ [C1/1.03] + [C1/(1.03)2] + [C1/(1.03)3] + [C1/(1.03)4] + [C1/(1.03)5] + .
. . . . . . . . . . . . [C1/(1.03)20]
For calculation of NPV2:
Price quoted for VSAT Bandwidth Charges (Ref.Sl.No.10 of Fin. Bid of BoQ1)= A2
Total quarters for which payment to be made = 12
Price quoted for Terrestrial Bandwidth Charges (Ref.Sl.No.11 of Fin. Bid of
BoQ1)= A3
Total quarters for which payment to be made = 20
Quarterly payable amount = [(A2/12) +(A3/20)] = C2
The PV factor would be 3% per quarter (12% per year).
NPV2 = [C2/1.03] + [C2/(1.03)2] + [C2/(1.03)3] + [C2/(1.03)4] + [C2/(1.03)5] + . . . . .
. . . . . . . . [C2/(1.03)20]
NOTE: QGR for 20 quarters have been considered for evaluation purpose
only. However, the payment shall be made as per payment terms and
conditions of RFP.
f) To evaluate a bid, the tendering authority shall consider the following: -
a. the bid price as quoted in accordance with bidding document.
Seal & Signature of the Auth. Sign. Page 65 of 244
b. price adjustment for correction of arithmetic errors in accordance with
bidding document.
g) The offers shall be evaluated and marked L1, L2, L3 etc. based on NPV
calculated as above. L1 being the lowest offer and then others in ascending order.
h) The bid evaluation committee shall prepare a comparative statement in tabular
form in accordance with rules along with its report on evaluation of financial Bids
and recommend the lowest offer for acceptance to the procuring entity.
i) The members of bids evaluation committee shall give their recommendations
below the table regarding lowest Bid and sign it.
j) It shall be ensured that the offer recommended for sanction is justifiable looking to
the prevailing market rates of the goods, works or service required to be procured.
5.16. Correction of Arithmetic Errors in Financial Bids
The bid evaluation committee shall correct arithmetical errors in substantially
responsive Bids, on the following basis, namely: -
a) If there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and the total
price shall be corrected, unless in the opinion of the bid evaluation committee
there is an obvious misplacement of the decimal point in the unit price, in which
case the total price as quoted shall govern and the unit price shall be corrected;
b) If there is an error in a total corresponding to the addition or subtraction of
subtotals, the subtotals shall prevail and the total shall be corrected; and
c) If there is a discrepancy between words and figures, the amount in words shall
prevail, unless the amount expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to clause (a) and (b) above.
5.17. Comparison of rates of firms outside and those in Rajasthan
While tabulating the financial Bids of those firms which are not entitled to price
preference (qualifying the conditions 1 to 3 below), the element of Rajasthan Value
Added Tax (RVAT) shall be excluded from the rates quoted by the firms of Rajasthan
and the element of Central Sales Tax (CST) shall be included in the rates of firms
from outside Rajasthan for financial bid evaluation purpose.
1) The firms which have VAT registration with department of commercial tax of Govt.
of Rajasthan (GoR);
2) VAT clearance certificate should be from Govt. of Rajasthan (GoR)
3) The billing by the firm should be from their registered office in Rajasthan.
5.18. Price/ purchase preference in evaluation
Price and/ or purchase preference notified by the State Government (GoR) and as
mentioned in the bidding document shall be considered in the evaluation of Bids and
award of contract.
Seal & Signature of the Auth. Sign. Page 66 of 244
5.19. Negotiations
a) Except in case of procurement by method of single source procurement or
procurement by competitive negotiations, to the extent possible, no negotiations
shall be conducted after the pre-bid stage. All clarifications needed to be sought,
shall be sought in the pre-bid stage itself.
b) Negotiations may, however, be undertaken only with the lowest bidder when the
rates are considered to be much higher than the prevailing market rates.
c) The bid evaluation committee shall have full powers to undertake negotiations.
Detailed reasons and results of negotiations shall be recorded in the proceedings.
d) The lowest or most advantageous bidder shall be informed in writing either
through messenger or by registered letter and e-mail (if available). A minimum
time of seven days shall be given for calling negotiations. In case of urgency the
bid evaluation committee, after recording reasons, may reduce the time, provided
the lowest or most advantageous bidder has received the intimation and
consented to regarding holding of negotiations.
e) Negotiations shall not make the original offer made by the bidder inoperative. The
bid evaluation committee shall have option to consider the original offer in case
the bidder decides to increase rates originally quoted or imposes any new terms
or conditions.
f) In case of non-satisfactory achievement of rates from lowest or most
advantageous bidder, the bid evaluation committee may choose to make a written
counter offer to the lowest or most advantageous bidder and if this is not accepted
by him/her, the committee may decide to reject and re-invite Bids or to make the
same counter-offer first to the second lowest or most advantageous bidder, then
to the third lowest or most advantageous bidder and so on in the order of their
initial standing and work/ supply order be awarded to the bidder who accepts
the counter-offer. This procedure shall be used in exceptional cases only.
g) In case the rates even after the negotiations are considered very high, fresh Bids
shall be invited.
5.20. Exclusion of Bids / Disqualification
a) A procuring entity shall exclude/ disqualify a Bid, if: -
i. the information submitted, concerning the qualifications of the bidder, was
false or constituted a misrepresentation; or
ii. the information submitted, concerning the qualifications of the bidder, was
materially inaccurate or incomplete; and
iii. the bidder is not qualified as per pre-qualification/ eligibility criteria
mentioned in the bidding document;
iv. the Bid materially departs from the requirements specified in the bidding
document or it contains false information;
v. the bidder, submitting the Bid, his agent or any one acting on his behalf,
gave or agreed to give, to any officer or employee of the procuring entity or
Seal & Signature of the Auth. Sign. Page 67 of 244
other governmental authority a gratification in any form, or any other thing
of value, so as to unduly influence the procurement process;
vi. a bidder, in the opinion of the procuring entity, has a conflict of interest
materially affecting fair competition.
b) A Bid shall be excluded/ disqualified as soon as the cause for its exclusion/
disqualification is discovered.
c) Every decision of a procuring entity to exclude a Bid shall be for reasons to be
recorded in writing and shall be: -
i. communicated to the concerned bidder in writing;
ii. published on the State Public Procurement Portal, if applicable.
5.21. Lack of Competition
a) A situation may arise where, if after evaluation of Bids, the bid evaluation
committee may end-up with one responsive Bid only. In such situation, the bid
evaluation committee would check as to whether while floating the NIB all
necessary requirements to encourage competition like standard bid conditions,
industry friendly specifications, wide publicity, sufficient time for formulation of
Bids, etc. were fulfilled. If not, the NIB would be re-floated after rectifying
deficiencies. The bid process shall be considered valid even if there is one
responsive Bid, provided that:-
i. the Bid is technically qualified;
ii. the price quoted by the bidder is assessed to be reasonable;
iii. the Bid is unconditional and complete in all respects;
iv. there are no obvious indicators of cartelization amongst bidders; and
v. the bidder is qualified as per the provisions of pre-qualification/ eligibility
criteria in the bidding document
b) The bid evaluation committee shall prepare a justification note for approval by the
next higher authority of the procuring entity, with the concurrence of the accounts
member.
c) In case of dissent by any member of bid evaluation committee, the next higher
authority in delegation of financial powers shall decide as to whether to sanction
the single Bid or re-invite Bids after recording reasons.
d) If a decision to re-invite the Bids is taken, market assessment shall be carried out
for estimation of market depth, eligibility criteria and cost estimate.
5.22. Acceptance of the successful Bid and award of contract
a) The procuring entity after considering the recommendations of the bid evaluation
committee and the conditions of Bid, if any, financial implications, trials, sample
testing and test reports, etc., shall accept or reject the successful Bid. If any
member of the bid evaluation committee, has disagreed or given its note of
dissent, the matter shall be referred to the next higher authority, as per delegation
of financial powers, for decision.
b) Decision on Bids shall be taken within original validity period of Bids and time
period allowed to procuring entity for taking decision. If the decision is not taken
Seal & Signature of the Auth. Sign. Page 68 of 244
within the original validity period or time limit allowed for taking decision, the
matter shall be referred to the next higher authority in delegation of financial
powers for decision.
c) Before award of the contract, the procuring entity shall ensure that the price of
successful Bid is reasonable and consistent with the required quality.
d) A Bid shall be treated as successful only after the competent authority has
approved the procurement in terms of that Bid.
e) The procuring entity shall award the contract to the bidder whose offer has been
determined to be the lowest or most advantageous in accordance with the
evaluation criteria set out in the bidding document and if the bidder has been
determined to be qualified to perform the contract satisfactorily on the basis of
qualification criteria fixed for the bidders in the bidding document for the subject
matter of procurement.
f) Prior to the expiration of the period of bid validity, the procuring entity shall inform
the successful bidder, in writing, that its Bid has been accepted.
g) As soon as a Bid is accepted by the competent authority, its written intimation
shall be sent to the concerned bidder by registered post or email and asked to
execute an agreement in the format given in the bidding documents on a non-
judicial stamp of requisite value and deposit the amount of performance security
or a performance security declaration, if applicable, within a period specified in
the bidding documents or where the period is not specified in the bidding
documents then within fifteen days from the date on which the letter of acceptance
or letter of intent is dispatched to the bidder.
h) If the issuance of formal letter of acceptance is likely to take time, in the
meanwhile a Letter of Intent (LOI) may be sent to the bidder. The acceptance of
an offer is complete as soon as the letter of acceptance or letter of intent is posted
and/ or sent by email (if available) to the address of the bidder given in the
bidding document. Until a formal contract is executed, the letter of acceptance or
LOI shall constitute a binding contract.
i) The bid security of the bidders who’s Bids could not be accepted shall be
refunded soon after the contract with the successful bidder is signed and its
performance security is obtained.
5.23. Information and publication of award
Information of award of contract shall be communicated to all participating bidders
and/or published on the respective website(s) as specified in NIB.
5.24. Procuring entity’s right to accept or reject any or all Bids
The Procuring entity reserves the right to accept or reject any Bid, and to annul
(cancel) the bidding process and reject all Bids at any time prior to award of contract,
without thereby incurring any liability to the bidders.
5.25. Right to Vary Quantities
Seal & Signature of the Auth. Sign. Page 69 of 244
a) If the procuring entity does not procure any subject matter of procurement or
procures less than the quantity specified in the bidding documents due to
change in circumstances, the bidder shall not be entitled for any claim or
compensation except otherwise provided in the bidding document.
b) Repeat orders for extra items or additional quantities may be placed if it is
provided in the bidding document, on the rates and conditions given in the
contract. Delivery or completion period may also be proportionately increased.
The limits of repeat order shall be as under: -
i. 50% of the quantity of the individual items and 50% of the value of original
contract in case of works; and
ii. 50% of the value of goods or services of the original contract.
5.26. Performance Security
a) Prior to execution of agreement, Performance security shall be solicited from all
successful bidders except the departments of the State Government and
undertakings, corporations, autonomous bodies, registered societies, co-operative
societies which are owned or controlled or managed by the State Government and
undertakings of the Central Government. However, a performance security
declaration shall be taken from them. The State Government may relax the
provision of performance security in particular procurement or any class of
procurement.
b) The amount of performance security shall be 5%, of the amount of supply order in
case of procurement of goods and services. In case of Small Scale Industries
(SSI) of Rajasthan, it shall be 1% of the amount of quantity ordered for supply of
goods and in case of sick industries, other than SSI, whose cases are pending
before the Board of Industrial and Financial Reconstruction (BIFR), it shall be 2%
of the amount of supply order.
c) Performance security shall be furnished in any one of the following forms: -
i. deposit though eGRAS;
ii. Bank Draft or Banker’s Cheque of a scheduled bank;
iii. National Savings Certificates and any other script/ instrument
under National Savings Schemes for promotion of small savings issued by
a Post Office in Rajasthan, if the same can be pledged under the relevant
rules. They shall be accepted at their surrender value at the time of bid and
formally transferred in the name of procuring entity with the approval of
Head Post Master;
iv. Bank guarantee/s of a scheduled bank. It shall be got verified from the
issuing bank. Other conditions regarding bank guarantee shall be same as
mentioned in the bidding document for bid security;
v. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name
of procuring entity on account of bidder and discharged by the bidder in
advance. The procuring entity shall ensure before accepting the FDR that
the bidder furnishes an undertaking from the bank to make payment/
premature payment of the FDR on demand to the procuring entity without
Seal & Signature of the Auth. Sign. Page 70 of 244
requirement of consent of the bidder concerned. In the event of forfeiture of
the performance security, the Fixed Deposit shall be forfeited along with
interest earned on such Fixed Deposit.
d) Performance security furnished in the form specified in clause [b.] to [e.] of I above
shall remain valid for a period of 60 days beyond the date of completion of all
contractual obligations of the bidder, including warranty obligations and
maintenance and defect liability period.
e) Forfeiture of Security Deposit: Security amount in full or part may be forfeited,
including interest, if any, in the following cases:-
i. When any terms and condition of the contract is breached.
ii. When the bidder fails to make complete supply, installation and integration
satisfactorily.
iii. if the bidder breaches any provision of code of integrity, prescribed for
bidders, specified in the bidding document.
f) Notice will be given to the bidder with reasonable time before PSD deposited is
forfeited.
g) No interest shall be payable on the PSD.
5.27. Execution of agreement
a) A procurement contract shall come into force from the date on which the letter of
acceptance or letter of intent is despatched to the bidder.
b) The successful bidder shall sign the procurement contract within a period
specified in the bidding document from the date on which the letter of acceptance
or letter of intent is despatched to the successful bidder.
c) If the bidder, whose Bid has been accepted, fails to sign a written procurement
contract or fails to furnish the required performance security within specified
period, the procuring entity shall take action against the successful bidder as per
the provisions of the bidding document and Act. The procuring entity may, in such
case, cancel the procurement process or if it deems fit, offer for acceptance the
rates of lowest or most advantageous bidder to the next lowest or most
advantageous bidder, in accordance with the criteria and procedures set out in the
bidding document.
d) The bidder will be required to execute the agreement (Annexure-6) on a non-
judicial stamp of specified value at its cost and to be purchase from anywhere in
Rajasthan only.
5.28. Confidentiality
a) Notwithstanding anything contained in this bidding document but subject to the
provisions of any other law for the time being in force providing for disclosure of
information, a procuring entity shall not disclose any information if such disclosure,
in its opinion, is likely to: -
i. impede enforcement of any law;
Seal & Signature of the Auth. Sign. Page 71 of 244
ii. affect the security or strategic interests of India;
iii. affect the intellectual property rights or legitimate commercial interests of
bidders;
iv. affect the legitimate commercial interests of the procuring entity in
situations that may include when the procurement relates to a project in
which the procuring entity is to make a competitive bid, or the intellectual
property rights of the procuring entity.
b) The procuring entity shall treat all communications with bidders related to the
procurement process in such manner as to avoid their disclosure to competing
bidders or to any other person not authorised to have access to such information.
c) The procuring entity may impose on bidders and sub-contractors, if there are any
for fulfilling the terms of the procurement contract, conditions aimed at protecting
information, the disclosure of which violates (a) above.
d) In addition to the restrictions specified above, the procuring entity, while procuring
a subject matter of such nature which requires the procuring entity to maintain
confidentiality, may impose condition for protecting confidentiality of such
information.
5.29. Cancellation of procurement process
a) If any procurement process has been cancelled, it shall not be reopened but it
shall not prevent the procuring entity from initiating a new procurement process for
the same subject matter of procurement, if required.
b) A procuring entity may, for reasons to be recorded in writing, cancel the process
of procurement initiated by it –
i. at any time prior to the acceptance of the successful Bid; or
ii. after the successful Bid is accepted in accordance with (d) aI(e) below.
c) The procuring entity shall not open any bids or proposals after taking a decision to
cancel the procurement and shall return such unopened bids or proposals.
d) The decision of the procuring entity to cancel the procurement and reasons for
such decision shall be immediately communicated to all bidders that participated
in the procurement process.
e) If the bidder whose Bid has been accepted as successful fails to sign any written
procurement contract as required, or fails to provide any required security for the
performance of the contract, the procuring entity may cancel the procurement
process.
f) If a bidder is convicted of any offence under the Act, the procuring entity may: -
i. cancel the relevant procurement process if the Bid of the convicted bidder
has been declared as successful but no procurement contract has been
entered into;
ii. rescind (cancel) the relevant contract or forfeit the payment of all or
a part of the contract value if the procurement contract has been entered
into between the procuring entity and the convicted bidder.
Seal & Signature of the Auth. Sign. Page 72 of 244
5.30. Code of Integrity for Bidders
a) No person participating in a procurement process shall act in contravention of the
code of integrity prescribed by the State Government.
b) The code of integrity include provisions for: -
i. Prohibiting
i. any offer, solicitation or acceptance of any bribe, reward or gift or
any material benefit, either directly or indirectly, in exchange for an
unfair advantage in the procurement process or to otherwise
influence the procurement process;
ii. any omission, including a misrepresentation that misleads or
attempts to mislead so as to obtain a financial or other benefit or
avoid an obligation;
iii. any collusion, bid rigging or anti-competitive behaviour to impair the
transparency, fairness and progress of the procurement process;
iv. improper use of information shared between the procuring entity and
the bidders with an intent to gain unfair advantage in the
procurement process or for personal gain;
v. any financial or business transactions between the bidder and any
officer or employee of the procuring entity;
vi. any coercion including impairing or harming or threatening to do the
same, directly or indirectly, to any party or to its property to influence
the procurement process;
vii. any obstruction of any investigation or audit of a procurement
process;
ii. disclosure of conflict of interest;
iii. disclosure by the bidder of any previous transgressions with any entity in
India or any other country during the last three years or of any debarment
by any other procuring entity.
c) Without prejudice to the provisions below, in case of any breach of the code of
integrity by a bidder or prospective bidder, as the case may be, the procuring
entity may take appropriate measures including: -
i. exclusion of the bidder from the procurement process;
ii. calling-off of pre-contract negotiations and forfeiture or encashment of bid
security;
iii. forfeiture or encashment of any other security or bond relating to the
procurement;
iv. recovery of payments made by the procuring entity along with interest
thereon at bank rate;
v. cancellation of the relevant contract and recovery of compensation for loss
incurred by the procuring entity;
Seal & Signature of the Auth. Sign. Page 73 of 244
vi. debarment of the bidder from participation in future procurements of the
procuring entity for a period not exceeding three years.
5.31. Interference with Procurement Process
A bidder, who: -
a) withdraws from the procurement process after opening of financial bids;
b) withdraws from the procurement process after being declared the
successful bidder;
c) fails to enter into procurement contract after being declared the successful
bidder;
d) fails to provide performance security or any other document or security
required in terms of the bidding documents after being declared the
successful bidder, without valid grounds,
shall, in addition to the recourse available in the bidding document or
the contract, be punished with fine which may extend to fifty lakh rupees or
ten per cent of the assessed value of procurement, whichever is less.
5.32. Appeals
a) Subject to “Appeal not to lie in certain cases” below, if any bidder or prospective
bidder is aggrieved that any decision, action or omission of the procuring
entity is in contravention to the provisions of the Act or the rules or guidelines
issued thereunder, he may file an appeal to such officer of the procuring entity, as
may be designated by it for the purpose, within a period of 10 days from the date
of such decision or action, omission, as the case may be, clearly giving the
specific ground or grounds on which he feels aggrieved:
a. Provided that after the declaration of a bidder as successful in terms of
“Award of Contract”, the appeal may be filed only by a bidder who has
participated in procurement proceedings:
b. Provided further that in case a procuring entity evaluates the technical Bid
before the opening of the financial Bid, an appeal related to the matter of
financial Bid may be filed only by a bidder whose technical Bid is found to
be acceptable.
b) The officer to whom an appeal is filed under (a) above shall deal with the appeal
as expeditiously as possible and shall endeavour to dispose it of within 30 days
from the date of filing of the appeal.
c) If the officer designated under (a) above fails to dispose of the appeal filed under
that sub-section within the period specified in (b) above, or if the bidder or
prospective bidder or the procuring entity is aggrieved by the order passed, the
bidder or prospective bidder or the procuring entity, as the case may be, may file a
second appeal to an officer or authority designated by the State Government in
this behalf within 15 days from the expiry of the period specified in (b) above or of
the date of receipt of the order passed under (b) above, as the case may be.
Seal & Signature of the Auth. Sign. Page 74 of 244
d) The officer or authority to which an appeal is filed under (c ) above shall deal with
the appeal as expeditiously as possible and shall endeavour to dispose it of within
30 days from the date of filing of the appeal:
e) The officer or authority to which an appeal may be filed under (a) or (d) above
shall be : <First Appellate Authority: Principal Secretary, IT&C, GoR>
<Second Appellate Authority: Principal Secretary, Finance Department, GoR>
f) Form of Appeal:
i. Every appeal under (a) and (c) above shall be as per Annexure-24 along
with as many copies as there are respondents in the appeal.
ii. Every appeal shall be accompanied by an order appealed against, if any,
affidavit verifying the facts stated in the appeal and proof of payment of fee.
iii. Every appeal may be presented to First Appellate Authority or Second
Appellate Authority, as the case may be, in person or through registered
post or authorised representative.
g) Fee for Appeal: Fee for filing appeal:
i. Fee for first appeal shall be rupees two thousand five hundred and for
second appeal shall be rupees ten thousand, which shall be non-
refundable.
ii. The fee shall be paid in the form of bank demand draft or banker’s cheque
of a Scheduled Bank payable in the name of Appellate Authority
concerned.
h) Procedure for disposal of appeal:
i. The First Appellate Authority or Second Appellate Authority, as the case
may be, upon filing of appeal, shall issue notice accompanied by copy of
appeal, affidavit and documents, if any, to the respondents and fix date of
hearing.
ii. On the date fixed for hearing, the First Appellate Authority or Second
Appellate Authority, as the case may be, shall,-
i. hear all the parties to appeal present before him/her; and
ii. peruse or inspect documents, relevant records or copies thereof
relating to the matter.
iii. After hearing the parties, perusal or inspection of documents and relevant
records or copies thereof relating to the matter, the Appellate Authority
concerned shall pass an order in writing and provide the copy of order to
the parties to appeal free of cost.
iv. The order passed Ier (c) shall also be placed on the State Public
Procurement Portal.
i) No information which would impair the protection of essential security interests of
India, or impede the enforcement of law or fair competition, or prejudice the
legitimate commercial interests of the bidder or the procuring entity, shall be
disclosed in a proceeding under an appeal.
5.33. Stay of procurement proceedings
Seal & Signature of the Auth. Sign. Page 75 of 244
While hearing of an appeal, the officer or authority hearing the appeal may, on an
application made in this behalf and after affording a reasonable opportunity of hearing
to the parties concerned, stay the procurement proceedings pending disposal of the
appeal, if he/she, or it, is satisfied that failure to do so is likely to lead to miscarriage of
justice.
5.34. Vexatious Appeals & Complaints
Whoever intentionally files any vexatious, frivolous or malicious appeal or complaint
under the “The Rajasthan Transparency Public Procurement Act 2012”, with the
intention of delaying or defeating any procurement or causing loss to any procuring
entity or any other bidder, shall be punished with fine which may extend to twenty lakh
rupees or five per cent of the value of procurement, whichever is less.
5.35. Offenses by Firms/ Companies
a) Where an offence under “The Rajasthan Transparency Public Procurement Act
2012” has been committed by a company, every person who at the time the
offence was committed was in charge of and was responsible to the company for
the conduct of the business of the company, as well as the company, shall be
deemed to be guilty of having committed the offence and shall be liable to be
proceeded against and punished accordingly:
Provided that nothing contained in this sub-section shall render any such person
liable for any punishment if he/she proves that the offence was committed without
his/her knowledge or that he/she had exercised all due diligence to prevent the
commission of such offence.
b) Notwithstanding anything contained in (a) above, where an offence under this Act
has been committed by a company and it is proved that the offence has been
committed with the consent or connivance of or is attributable to any neglect on
the part of any director, manager, secretary or other officer of the company, such
director, manager, secretary or other officer shall also be deemed to be guilty of
having committed such offence and shall be liable to be proceeded against and
punished accordingly.
c) For the purpose of this section-
i. “company” means a body corporate and includes a limited liability
partnership, firm, registered society or co- operative society, trust or other
association of individuals; and
ii. “director” in relation to a limited liability partnership or firm, means a partner
in the firm.
d) Abetment of certain offenses: Whoever abets an offence punishable under this
Act, whether or not that offence is committed in consequence of that abetment,
shall be punished with the punishment provided for the offence.
5.36. Debarment from Bidding
a) A bidder shall be debarred by the State Government if he has been convicted of
an offence:
Seal & Signature of the Auth. Sign. Page 76 of 244
i. under the Prevention of Corruption Act, 1988 (Central Act No. 49 of 1988);
OR
ii. under the Indian Penal Code, 1860 (Central Act No. 45 of 1860) or any
other law for the time being in force, for causing any loss of life or property
or causing a threat to public health as part of execution of a public
procurement contract.
b) A bidder debarred under (a) above shall not be eligible to participate in a
procurement process of any procuring entity for a period not exceeding three
years commencing from the date on which he was debarred.
c) If a procuring entity finds that a bidder has breached the code of integrity
prescribed in terms of “Code of Integrity for bidders” above, it may debar the
bidder for a period not exceeding three years.
d) Where the entire bid security or the entire performance security or any substitute
thereof, as the case may be, of a bidder has been forfeited by a procuring entity in
respect of any procurement process or procurement contract, the bidder may be
debarred from participating in any procurement process undertaken by the
procuring entity for a period not exceeding three years.
e) The State Government or a procuring entity, as the case may be, shall not debar a
bidder under this section unless such bidder has been given a reasonable
opportunity of being heard.
5.37. Monitoring of Contract
a) An officer or a committee of officers named Contract Monitoring Committee (CMC)
may be nominated by procuring entity to monitor the progress of the contract
during its delivery period.
b) During the delivery period the CMC shall keep a watch on the progress of the
contract and shall ensure that quantity of goods and service delivery is in
proportion to the total delivery period given, if it is a severable contract, in which
the delivery of the goods and service is to be obtained continuously or is batched.
If the entire quantity of goods and service is to be delivered in the form of
completed work or entire contract like fabrication work, the process of completion
of work may be watched and inspections of the selected bidder’s premises where
the work is being completed may be inspected.
c) If delay in delivery of goods and service is observed a performance notice would
be given to the selected bidder to speed up the delivery.
d) Any change in the constitution of the firm, etc. shall be notified forth with by the
contractor in writing to the procuring entity and such change shall not relieve any
former member of the firm, etc., from any liability under the contract.
e) No new partner/ partners shall be accepted in the firm by the selected bidder in
respect of the contract unless he/ they agree to abide by all its terms, conditions
and deposits with the procuring entity through a written agreement to this effect.
The bidder’s receipt for acknowledgement or that of any partners subsequently
accepted as above shall bind all of them and will be sufficient discharge for any of
the purpose of the contract.
Seal & Signature of the Auth. Sign. Page 77 of 244
f) Unless otherwise permitted in RFP, the selected bidder shall not assign or sub-let
his contract or any substantial part thereof to any other bidder without the
permission of procuring entity.
Seal & Signature of the Auth. Sign. Page 78 of 244
6. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT
Bidders should read these conditions carefully and comply strictly while sending their
bids.
Definitions
For the purpose of clarity, the following words and expressions shall have the
meanings hereby assigned to them: -
a) “Contract” means the Agreement entered into between the Purchaser and the
successful/ selected bidder, together with the Contract Documents referred to
therein, including all attachments, appendices, and all documents incorporated by
reference therein.
b) “Contract Documents” means the documents listed in the Agreement, including
any amendments thereto.
c) “Contract Price” means the price payable to the successful/ selected bidder as
specified in the Agreement, subject to such additions and adjustments thereto or
deductions there from, as may be made pursuant to the Contract.
d) “Day” means a calendar day.
e) “Delivery” means the transfer of the Goods from the successful/ selected bidder to
the Purchaser in accordance with the terms and conditions set forth in the
Contract.
f) “Completion” means the fulfilment of the related services by the successful/
selected bidder in accordance with the terms and conditions set forth in the
Contract.
g) “Goods” means all of the commodities, raw material, machinery and equipment,
and/or other materials that the successful/ selected bidder is required to supply to
the Purchaser under the Contract.
h) “Purchaser” means the entity purchasing the Goods and related services, as
specified in the bidding document.
i) “Related Services” means the services incidental to the supply of the goods, such
as insurance, installation, training and initial maintenance and other similar
obligations of the successful/ selected bidder under the Contract.
j) “Subcontractor” means any natural person, private or government entity, or a
combination of the above, including its legal successors or permitted assigns, to
whom any part of the Goods to be supplied or execution of any part of the related
services is subcontracted by the successful/ selected bidder.
k) “Supplier/ Successful or Selected bidder” means the person, private or
government entity, or a combination of the above, whose Bid to perform the
Contract has been accepted by the Purchaser and is named as such in the
Agreement, and includes the legal successors or permitted assigns of the
successful/ selected bidder.
l) “The Site,” where applicable, means the designated project place(s) named in the
bidding document.
Seal & Signature of the Auth. Sign. Page 79 of 244
Note: The bidder shall be deemed to have carefully examined the conditions,
specifications, size, make and drawings, etc., of the goods to be supplied and related
services to be rendered. If the bidder has any doubts as to the meaning of any portion
of these conditions or of the specification, drawing, etc., he shall, before submitting
the Bid and signing the contract refer the same to the procuring entity and get
clarifications.
6.1. Contract Documents
Subject to the order of precedence set forth in the Agreement, all documents forming
the Contract (and all parts thereof) are intended to be correlative, complementary, and
mutually explanatory.
6.2. Interpretation
a) If the context so requires it, singular means plural and vice versa.
b) Entire Agreement: The Contract constitutes the entire agreement between the
Purchaser and the Supplier/ Selected bidder and supersedes all communications,
negotiations and agreements (whether written or oral) of parties with respect
thereto made prior to the date of Contract.
c) Amendment: No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract, and is signed by a
duly authorized representative of each party thereto.
d) Non-waiver: Subject to the condition (f) below, no relaxation, forbearance, delay,
or indulgence by either party in enforcing any of the terms and conditions of the
Contract or the granting of time by either party to the other shall prejudice, affect,
or restrict the rights of that party under the Contract, neither shall any waiver by
either party of any breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
e) Any waiver of a party’s rights, powers, or remedies under the Contract must be in
writing, dated, and signed by an authorized representative of the party granting
such waiver, and must specify the right and the extent to which it is being waived.
f) Severability: If any provision or condition of the Contract is prohibited or rendered
invalid or unenforceable, such prohibition, invalidity or unenforceability shall not
affect the validity or enforceability of any other provisions and conditions of the
Contract.
6.3. Language
a) The Contract as well as all correspondence and documents relating to the
Contract exchanged by the successful/ selected bidder and the Purchaser, shall
be written in English language only. Supporting documents and printed literature
that are part of the Contract may be in another language provided they are
accompanied by an accurate translation of the relevant passages in the language
specified in the special conditions of the contract, in which case, for purposes of
interpretation of the Contract, this translation shall govern.
Seal & Signature of the Auth. Sign. Page 80 of 244
b) The successful/ selected bidder shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.
6.4. Joint Venture, Consortium or Association
a) Unless otherwise specified in the special conditions of the contract, if the Supplier/
Bidder is a joint venture, consortium, or association, all of the parties shall be
jointly and severally liable to the Purchaser for the fulfilment of the provisions of
the contract and shall designate one party to act as a leader with authority to bind
the joint venture, consortium, or association.
b) The composition or the constitution of the joint venture, consortium, or association
shall not be altered without the prior consent of the purchaser.
c) Any change in the constitution of the firm, etc. shall be notified forth with by the
contractor in writing to the purchase officer/RISL/DoIT&C and such change shall
not relieve any former member of the firm, etc., from any liability under the
contract.
d) No new partner/ partners shall be accepted in the firm by the contractor in respect
of the contract unless he/they agree to abide by all its terms, conditions and
deposits with the purchase officer a written agreement to this effect. The
contractor’s receipt for acknowledgement or that of any partners subsequently
accepted as above shall bind all of them and will be sufficient discharge for any of
the purpose of the contract.
e) No new consortium agreement shall be allowed without prior approval of RISL /
DoIT&C during the project period.
f) In Consortium, all the members shall be equally responsible to complete the
project as per their roles & responsibilities; however Lead partner shall give an
undertaking for the successful completion of the overall project. In case of any
issues, Lead partner is the responsible person for all the penalties.
g) The lead bidder is required to do majority (>50%) of the work. However, the lead
bidder and consortium partner is jointly and severely liable for the entire scope of
work and risks involved thereof.
h) The non-lead bidder (consortium partner) is liable for the scope of work for which
they are responsible along with the lead bidder.
i) Any change in the consortium at a later date will not be allowed without prior
permission from the tendering authority/ purchaser.
6.5. Eligible Goods and Related Services
a) For purposes of this Clause, the term “goods” includes commodities, raw material,
machinery, equipment, and industrial plants; and “related services” includes
services such as insurance, transportation, supply, installation, integration, testing,
commissioning, training, and initial maintenance.
b) All articles/ goods being bid, other than those marked in the Bill of Material (BoM)
should be the ones which are produced in volume and are used by a large
number of users in India/ abroad. All products quoted by the successful/ selected
bidder must be associated with specific make and model number, item code and
Seal & Signature of the Auth. Sign. Page 81 of 244
names and with printed literature describing configuration and functionality. Any
deviation from the printed specifications should be clearly mentioned in the offer
document by the bidder/ supplier.
c) The OEM/ Vendor of the quoted product must have its own registered spares
depot in India having adequate inventory of the equipment being quoted for
providing the necessary spares to meet warranty clause.
d) Bidder must quote products in accordance with above clause “Eligible goods and
related services”.
e) In case of a consortium, a registered Consortium Agreement must be submitted,
duly signed by the consortium members. The Consortium Agreement must clearly
specify the stake of each member and outline their roles and responsibilities.
f) In case of a consortium, one of the members shall be designa“ed as a "Lea”
Partner".
g) The Lead bidder cannot be a part of more than one Consortium for this RFP. Any
Member of consortium cannot bid separately as a sole bidder.
h) The bidder (all consortium partners) must have Company registration certificate,
Registration under labour laws & contract act, valid VAT/ Sales Tax Registration
Certificate, valid Service Tax Registration Certificate and Income Tax Return with
Audit Report from CA. Bidder shall provide an attested copy of all the above-
mentioned certificates along with this bid document.
i) In Consortium all members shall be equally responsible to complete the project;
however LEAD PARTNER shall give an undertaking for successful completion of
the project. In case of any issues, LEAD PARTNER shall be responsible for all the
Liquidated damages and penalties as defined in RFP. The lead partner of this
consortium shall be liable for adherence to all provisions of this Agreement.
j) The lead bidder would be the single point of contact for GoR for this project.
k) Once short-listed in pre-qualification, change of consortium shall not be allowed.
l) All bills by the respective member of consortium shall be raised through Lead
bidder. The bandwidth bills should be raised in the name of RISL and payments to
Bandwidth Bidder shall be made directly by RISL. However, the Lead bidder shall
fully be responsible for proper bill raising and refund of excess payment, if any.
6.6. Notices
a) Any notice given by one party to the other pursuant to the Contract shall be in
writing to the address specified in the contract. The term “in writing” means
communicated in written form with proof of dispatch and receipt.
b) A Notice shall be effective when delivered or on the Notice’s effective date,
whichever is later.
6.7. Governing Law
The Contract shall be governed by and interpreted in accordance with the laws of the
Rajasthan State/ the Country (India), unless otherwise specified in the contract.
Seal & Signature of the Auth. Sign. Page 82 of 244
6.8. Scope of Supply
a) Subject to the provisions in the bidding document and contract, the goods and
related services to be supplied shall be as specified in the bidding document.
b) Unless otherwise stipulated in this document, the quantity and specifications are
for minimum quantity and configuration respectively. The bidder may supply
higher configuration.
c) Unless otherwise stipulated in the Contract, the scope of supply shall include all
such items not specifically mentioned in the Contract but that can be reasonably
inferred from the Contract as being required for attaining delivery and completion
of the goods and related services as if such items were expressly mentioned in
the Contract.
d) The bidder shall not quote and supply hardware/ software that is likely to be
declared as End of Sale and End of Service/ Support for the period as mentioned
in BoM (Annexure -1) from the last date of bid submission. OEMs are required to
mention this in the MAF for all the quoted hardware/ software. If any of the
hardware/ software is found to be declared as End of Sale/ Service/ Support, then
the bidder shall replace all such hardware/ software with the latest ones having
equivalent or higher specifications without any financial obligation to the
purchaser.
6.9. Delivery & Installation
a) Subject to the conditions of the contract, the delivery of the goods and completion
of the related services shall be in accordance with the delivery and completion
schedule specified in the bidding document. The details of supply/ shipping and
other documents to be furnished by the successful/ selected bidder are specified
in the bidding document and/ or contract.
b) The contract for the supply can be repudiated at any time by the purchase officer,
if the supplies are not made as per RFP specifications after giving an opportunity
to the bidder of being heard and recording the reasons for repudiation.
c) The Supplier/ Selected Bidder shall arrange to supply, install and commission the
ordered materials/ system as per specifications within the specified delivery/
completion period at various departments and/ or their offices/ locations
mentioned in the PO/ WO.
d) Shift/change of place of Installation: The user will be free to shift/change the place
of installation prior to installation within the same city /town/ district/ division. The
successful/ selected bidder shall physically shift equipments/ software/
components to new location and carry out installation at new location (location
details will be provided by the purchaser as and when required) at no extra cost to
purchaser.
Seal & Signature of the Auth. Sign. Page 83 of 244
6.10. Supplier’s/ Selected Bidder’s Responsibilities
The Supplier/ Selected Bidder shall supply all the goods and related services included
in the scope of supply in accordance with the provisions of bidding document and/ or
contract.
6.11. Purchaser’s Responsibilities
a) Whenever the supply of goods and related services requires that the Supplier/
Selected Bidder obtain permits, approvals, and import and other licenses from
local public authorities, the Purchaser shall, if so required by the Supplier/
Selected Bidder, make its best effort to assist the Supplier/ Selected Bidder in
complying with such requirements in a timely and expeditious manner.
b) The Purchaser shall pay all costs involved in the performance of its
responsibilities, in accordance with the general and special conditions of the
contract.
6.12. Contract Price
a) The Contract Price shall be paid as specified in the contract subject to any
additions and adjustments thereto, or deductions there from, as may be made
pursuant to the Contract.
b) Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the
Related Services performed under the Contract shall not vary from the prices
quoted by the Supplier/ Selected Bidder in its bid, with the exception of any price
adjustments authorized in the special conditions of the contract.
6.13. Recoveries from Supplier/ Selected Bidder
a) Recovery of liquidated damages, short supply, breakage, rejected articles shall be
made ordinarily from bills.
b) The Purchase Officer shall withhold amount to the extent of short supply, broken/
damaged or for rejected articles unless these are replaced satisfactorily. In case
of failure to withhold the amount, it shall be recovered from his dues and
performance security deposit available with RISL.
c) The balance, if any, shall be demanded from the Supplier/ Selected Bidder and
when recovery is not possible, the Purchase Officer shall take recourse to law in
force.
6.14. Taxes & Duties
a) The TDS, Raj-VAT, service tax etc., if applicable, shall be deducted at source/paid
by RISL as per prevailing rates.
b) For goods supplied from outside India, the successful/ selected bidder shall be
entirely responsible for all taxes, stamp duties, license fees, and other such levies
imposed outside the country.
c) For goods supplied from within India, the successful/ selected bidder shall be
entirely responsible for all taxes, duties, license fees, etc., incurred until delivery of
the contracted Goods to the Purchaser.
Seal & Signature of the Auth. Sign. Page 84 of 244
d) If any tax exemptions, reductions, allowances or privileges may be available to the
successful/ selected bidder in India, the Purchaser shall use its best efforts to
enable the successful/ selected bidder to benefit from any such tax savings to the
maximum allowable extent.
6.15. Copyright
The copyright in all drawings, design documents, source code and other materials
containing data and information furnished to the Purchaser by the Supplier/ Selected
Bidder herein shall remain vested in the Purchaser, or, if they are furnished to the
Purchaser directly or through the Supplier/ Selected Bidder by any third party,
including suppliers of materials, the copyright in such materials shall remain vested in
such third party.
6.16. Confidential Information
a) The Purchaser and the Supplier/ Selected Bidder shall keep confidential and shall
not, without the written consent of the other party hereto, divulge to any third party
any drawings, documents, data, or other information furnished directly or indirectly
by the other party hereto in connection with the Contract, whether such
information has been furnished prior to, during or following completion or
termination of the Contract.
b) The Supplier/ Selected Bidder may furnish to its Subcontractor, if permitted, such
documents, data, and other information it receives from the Purchaser to the
extent required for the Subcontractor to perform its work under the Contract, in
which event the Supplier/ Selected Bidder shall obtain from such Subcontractor an
undertaking of confidentiality similar to that imposed on the Supplier/ Selected
Bidder.
c) The Purchaser shall not use such documents, data, and other information
received from the Supplier/ Selected Bidder for any purposes unrelated to the
Contract. Similarly, the Supplier/ Selected Bidder shall not use such documents,
data, and other information received from the Purchaser for any purpose other
than the design, procurement, or other work and services required for the
performance of the Contract.
d) The obligation of a party under sub-clauses above, however, shall not apply to
information that: -
i. the Purchaser or Supplier/ Selected Bidder need to share with RISL or
other institutions participating in the Contract;
ii. now or hereafter enters the public domain through no fault of that party;
iii. can be proven to have been possessed by that party at the time of
disclosure and which was not previously obtained, directly or indirectly,
from the other party; or
iv. otherwise lawfully becomes available to that party from a third party that
has no obligation of confidentiality.
Seal & Signature of the Auth. Sign. Page 85 of 244
e) The above provisions shall not in any way modify any undertaking of
confidentiality given by either of the parties hereto prior to the date of the Contract
in respect of the supply or any part thereof.
f) The provisions of this clause shall survive completion or termination, for whatever
reason, of the Contract.
6.17. Sub-contracting
a) The bidder shall not assign or sub-let his contract or any substantial part thereof to
any other bidder without the permission of Purchaser/ Tendering Authority.
b) If permitted, the selected bidder shall notify the Purchaser, in writing, of all
subcontracts awarded under the Contract, if not already specified in the Bid.
Subcontracting shall in no event relieve the Supplier/ Selected Bidder from any of
its obligations, duties, responsibilities, or liability under the Contract.
c) Subcontracts, if permitted, shall comply with the provisions of bidding document
and/ or contract.
d) Subletting of following jobs is permitted subject to fulfilment of all legal and
regulatory guidelines.
i. Field Enginners
ii. Electrical Earthing work
iii. Electrical & LAN wiring
6.18. Specifications and Standards
a) All articles supplied shall strictly conform to the specifications, trademark laid
down in the bidding document and wherever articles have been required
according to ISI/ ISO/ other applicable specifications/ certifications/ standards,
those articles should conform strictly to those specifications/ certifications/
standards. The supply shall be of best quality and description. The decision of the
competent authority/ purchase committee whether the articles supplied conforms
to the specifications shall be final and binding on the supplier/ selected bidder.
b) Technical Specifications and Drawings
i. The Supplier/ Selected Bidder shall ensure that the goods and related services
comply with the technical specifications and other provisions of the Contract.
ii. The Supplier/ Selected Bidder shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any modification
thereof provided or designed by or on behalf of the Purchaser, by giving a
notice of such disclaimer to the Purchaser.
iii. The goods and related services supplied under this Contract shall conform to
the standards mentioned in bidding document and, when no applicable
standard is mentioned, the standard shall be equivalent or superior to the
official standards whose application is appropriate to the country of origin of the
Goods.
c) Wherever references are made in the Contract to codes and standards in
accordance with which it shall be executed, the edition or the revised version of
Seal & Signature of the Auth. Sign. Page 86 of 244
such codes and standards shall be those specified in the bidding document.
During Contract execution, any changes in any such codes and standards shall be
applied only after approval by the Purchaser and shall be treated in accordance
with the general conditions of the contract.
d) The supplier/ selected bidder must certify that all the goods are new, unused, and
of the agreed make and models, and that they incorporate all recent
improvements in design and materials, unless provided otherwise in the Contract.
e) The supplier/ selected bidder should further warrant that the Goods shall be free
from defects arising from any act or omission of the supplier/ selected bidder or
arising from design, materials, and workmanship, under normal use in the
conditions prevailing in the place of final destination.
6.19. Packing and Documents
a) The Supplier/ Selected Bidder shall provide such packing of the Goods as is
required to prevent their damage or deterioration during transit to their final
destination, as indicated in the Contract. During transit, the packing shall be
sufficient to withstand, without limitation, rough handling and exposure to extreme
atmospheric temperatures, salt and precipitation, and open storage. Packing case
size and weights shall take into consideration, where appropriate, the remoteness
of the final destination of the Goods and the absence of heavy handling facilities
at all points in transit.
b) The packing, marking, and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided for in
the Contract, including additional requirements, if any, specified in the contract,
and in any other instructions ordered by the Purchaser.
6.20. Insurance
a) The Goods supplied under the Contract shall be fully insured against loss by theft,
destruction or damage incidental to manufacture or acquisition, transportation,
storage, fire, flood, under exposure to weather and delivery at the designated
project locations, till handover of the project is achieved. The insurance charges
will be borne by the supplier and Purchaser will not be required to pay such
charges if incurred.
b) The goods will be delivered at the FOR destination in perfect condition.
6.21. Transportation
The supplier/ selected bidder shall be responsible for transport by sea, rail and
road or air and delivery of the material in the good condition to the consignee at
destination. In the event of any loss, damage, breakage or leakage or any
shortage the bidder shall be liable to make good such loss and shortage found at
the checking/ inspection of the material by the consignee. No extra cost on such
account shall be admissible.
Seal & Signature of the Auth. Sign. Page 87 of 244
6.22. Extension in Delivery Period and Liquidated Damages (LD)
a) Except as provided under clause “Force Majeure”, if the supplier/ selected bidder
fails to deliver any or all of the Goods or perform the Related Services within the
period specified in the Contract, the Purchaser may without prejudice to all its
other remedies under the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to the percentage specified in (d) below for each
week or part thereof of delay until actual delivery or performance, up to a
maximum deduction of the percentage specified in the bidding document and/ or
contract. Once the maximum is reached, the Purchaser may terminate the
Contract pursuant to clause “Termination”.
b) The time specified for delivery in the bidding document shall be deemed to be the
essence of the contract and the supplier/ selected bidder shall arrange goods
supply and related services within the specified period.
c) Delivery and installation/ completion period may be extended with or without
liquidated damages, if the delay in the supply of goods or service is on account of
hindrances beyond the control of the supplier/ selected bidder.
i. The supplier/ selected bidder shall request in writing to the Purchaser
giving reasons for extending the delivery period of service, if he/she finds
himself /herself unable to complete the supply of goods or service within
the stipulated delivery period or is unable to maintain prorate progress in
the supply of goods or service delivery. This request shall be submitted as
soon as a hindrance in delivery of goods and service occurs or within 15
days from such occurrence but before expiry of stipulated period of
completion of delivery of goods and service after which such request shall
not be entertained.
ii. The Purchaser shall examine the justification of causes of hindrance in the
delivery of goods and service and the period of delay occurred due to that
and recommend the competent authority on the period of extension which
should be granted with or without liquidated damages.
iii. Normally, extension in delivery period of goods and service in following
circumstances may be considered without liquidated damages:
i. When delay has occurred due to delay in supply or approval of
drawings, designs, plans etc. if the RISL was required to supply or
approve them to the supplier of goods or bidder as per terms of the
contract.
ii. When delay has occurred in supply of materials etc. if these were
required to be supplied to the supplier or bidder by the RISL as per
terms of the contract.
iii. When the delay has occurred in providing space or any other
infrastructure, if RISL was required to provide the same as per the
terms of the agreement.
iv. If the competent authority agrees to extend the delivery period/ schedule,
an amendment to the contract with suitable denial clauses and with or
Seal & Signature of the Auth. Sign. Page 88 of 244
without liquidated damages, as the case may be, shall be issued. The
amendment letter shall mention that no extra price or additional cost for any
reason, what so ever beyond the contracted cost shall be paid for the
delayed supply of goods and service.
v. It shall be at the discretion of the concerned authority to accept or not to
accept the supply of goods and/ or services rendered by the contractor
after the expiry of the stipulated delivery period, if no formal extension in
delivery period has been applied and granted. The competent authority
shall have right to cancel the contract with respect to undelivered goods
and/ or service.
vi. If DoIT&C or RISL is in need of the good and/ or service rendered after
expiry of the stipulated delivery period, it may accept the services and issue
a letter of extension in delivery period with usual liquidated damages and
denial clauses to regularize the transaction.
d) In case of extension in the delivery and/ or installation and commissioning period
is granted with full liquidated damages, the recovery shall be made on the basis of
following percentages of value of goods or service which the supplier/ selected
bidder has failed to supply/install/ commission complete as per the delivery
schedule mentioned in this RFP:
Sl.
No. Condition LD %*
a. Delay up to one fourth period of the prescribed period of delivery, successful installation and completion of work
2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed period of delivery, successful installation and completion of work
5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed period of delivery, successful installation and completion of work
7.5 %
d. Delay exceeding three fourth of the prescribed period of delivery, successful installation and completion of work
10.0 %
i. Fraction of a day in reckoning period of delay in supplies, successful
installation and completion of work shall be eliminated, if it is less than half a
day.
ii. The maximum amount of liquidated damages shall be 10% of the contract
value.
iii. *The percentage refers to the payment due for the associated milestone.
6.23. Authenticity of Equipment
a) The selected bidder shall certify (as per Annexure-15) that the supplied goods are
brand new, genuine/ authentic, not refurbished, conform to the description and
quality as specified in this bidding document and are free from defects in material,
workmanship and service.
Seal & Signature of the Auth. Sign. Page 89 of 244
b) If during the contract period, the said goods be discovered counterfeit/ unauthentic
or not to conform to the description and quality aforesaid or have determined (and
the decision of the Purchase Officer in that behalf will be final and conclusive),
notwithstanding the fact that the purchaser may have inspected and/ or approved
the said goods, the purchaser will be entitled to reject the said goods or such
portion thereof as may be discovered not to conform to the said description and
quality, on such rejection the goods will be at the selected bidder’s risk and all the
provisions relating to rejection of goods etc., shall apply. The selected bidder
shall, if so called upon to do, replace the goods etc., or such portion thereof as is
rejected by Purchase Officer, otherwise the selected bidder shall pay such
damage as may arise by the reason of the breach of the condition herein
contained. Nothing herein contained shall prejudice any other right of the
Purchase Officer in that behalf under this contract or otherwise.
c) Goods accepted by the purchaser in terms of the contract shall in no way dilute
purchaser’s right to reject the same later, if found deficient in terms of the this
clause of the contract.
6.24. Warranty
a) The bidder must supply all items with comprehensive on-site valid warranty for the
period as mentioned in BoM (Annexure –1), from go-live. However, if delay in go
live is more than a month’s time due to reasons ascribed to the purchaser, the
warranty period shall be reduced accordingly.
b) The bidder shall submit a certificate/ undertaking from the respective OEMs as
specified in BoM (Annexure –1), mentioning the fact that the goods supplied are
covered under comprehensive warranty & support for the prescribed period.
c) The purchaser shall give a written notice to the selected bidder stating the nature
of any defect together with all available evidence thereof, promptly following the
discovery thereof. The purchaser shall afford all reasonable opportunity for the
selected bidder to inspect such defects. Upon receipt of such notice, the selected
bidder shall expeditiously cause to repair the defective goods or parts thereof or
replace the defective goods or parts thereof with brand new genuine/ authentic
ones having similar or higher specifications from the respective OEM, at no cost to
the Purchaser. Any goods repaired or replaced by the selected bidder shall be
delivered at the respective location without any additional costs to the purchaser.
d) The selected bidder shall either repair or replace the defective goods or parts
thereof with brand new genuine/ authentic ones having similar or higher
specifications from the respective OEM as per the time period specified under
clause “Service Level Agreement (SLA)”
e) If having been notified, the selected bidder fails to remedy the defect within the
period specified, the purchaser shall impose penalty as specified in RFP.
f) During the warranty period, the bidder shall also be responsible to ensure
adequate and timely availability of spare parts needed for repairing the supplied
goods.
Seal & Signature of the Auth. Sign. Page 90 of 244
6.25. Patent Indemnity
a) The supplier/ selected bidder shall, subject to the Purchaser’s compliance with
sub-clause (b) below, indemnify and hold harmless the Purchaser and its
employees and officers from and against any and all suits, actions or
administrative proceedings, claims, demands, losses, damages, costs, and
expenses of any nature, including attorney’s fees and expenses, which the
Purchaser may suffer as a result of any infringement or alleged infringement of
any patent, utility model, registered design, trademark, copyright, or other
intellectual property right registered or otherwise existing at the date of the
Contract by reason of: -
i. the installation of the Goods by the supplier/ selected bidder or the use of
the Goods in the country where the Site is located; and
ii. the sale in any country of the products produced by the Goods.
Such indemnity shall not cover any use of the Goods or any part thereof other
than for the purpose indicated by or to be reasonably inferred from the Contract,
neither any infringement resulting from the use of the Goods or any part thereof,
or any products produced thereby in association or combination with any other
equipment, plant, or materials not supplied by the supplier/ selected bidder,
pursuant to the Contract.
b) If any proceedings are brought or any claim is made against the Purchaser arising
out of the matters referred to above, the Purchaser shall promptly give the
supplier/ selected bidder a notice thereof, and the supplier/ selected bidder may at
its own expense and in the Purchaser’s name conduct such proceedings or claim
and any negotiations for the settlement of any such proceedings or claim.
c) If the supplier/ selected bidder fails to notify the Purchaser within thirty (30) days
after receipt of such notice that it intends to conduct any such proceedings or
claim, then the Purchaser shall be free to conduct the same on its own behalf.
d) The Purchaser shall, at the supplier’s/ selected bidder’s request, afford all
available assistance to the supplier/ selected bidder in conducting such
proceedings or claim, and shall be reimbursed by the supplier/ selected bidder for
all reasonable expenses incurred in so doing.
e) The Purchaser shall indemnify and hold harmless the supplier/ selected bidder
and its employees, officers, and Subcontractors (if any) from and against any and
all suits, actions or administrative proceedings, claims, demands, losses,
damages, costs, and expenses of any nature, including attorney’s fees and
expenses, which the supplier/ selected bidder may suffer as a result of any
infringement or alleged infringement of any patent, utility model, registered design,
trademark, copyright, or other intellectual property right registered or otherwise
existing at the date of the Contract arising out of or in connection with any design,
data, drawing, specification, or other documents or materials provided or designed
by or on behalf of the Purchaser.
Seal & Signature of the Auth. Sign. Page 91 of 244
6.26. Limitation of Liability
Except in cases of gross negligence or willful misconduct: -
a) neither party shall be liable to the other party for any indirect or consequential loss
or damage, loss of use, loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any obligation of the supplier/
selected bidder to pay liquidated damages to the Purchaser; and
b) the aggregate liability of the supplier/ selected bidder to the Purchaser, whether
under the Contract, in tort, or otherwise, shall not exceed the amount specified in
the Contract, provided that this limitation shall not apply to the cost of repairing or
replacing defective equipment, or to any obligation of the supplier/ selected bidder
to indemnify the Purchaser with respect to patent infringement.
6.27. Force Majeure
a) The supplier/ selected bidder shall not be liable for forfeiture of its PSD, LD, or
termination for default if and to the extent that it’s delay in performance or other
failure to perform its obligations under the Contract is the result of an event of
Force Majeure.
b) For purposes of this Clause, “Force Majeure” means an event or situation beyond
the control of the supplier/ selected bidder that is not foreseeable, is unavoidable,
and its origin is not due to negligence or lack of care on the part of the supplier/
selected bidder. Such events may include, but not be limited to, acts of the
Purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics,
quarantine restrictions, and freight embargoes.
c) If a Force Majeure situation arises, the supplier/ selected bidder shall promptly
notify the RISL in writing of such conditions and cause thereof within 15 days of
occurrence of such event. Unless otherwise directed by RISL, the supplier/
selected bidder shall continue to perform its obligations under the contract as far
as reasonably practical.
d) If the performance in whole or part or any obligation under the contract is
prevented or delayed by any reason of Force Majeure for a period exceeding 60
days, either party at its option may terminate the contract without any financial
repercussion on either side.
e) In case a Force Majeure situation occurs with the DoIT&C or RISL, the DoIT&C or
RISL may take the case with the supplier/ selected bidder on similar lines.
6.28. Change Orders and Contract Amendments
a) The Purchaser may at any time order the supplier/ selected bidder through Notice
in accordance with clause “Notices” above, to make changes within the general
scope of the Contract in any one or more of the following: -
i. drawings, designs, or specifications, where Goods to be furnished under
the Contract are to be specifically manufactured for the Purchaser;
ii. the method of shipment or packing;
iii. the place of delivery; and
Seal & Signature of the Auth. Sign. Page 92 of 244
iv. the related services to be provided by the supplier/ selected bidder.
b) If any such change causes an increase or decrease in the cost of, or the time
required for, the supplier’s/ selected bidder’s performance of any provisions under
the Contract, an equitable adjustment shall be made in the Contract Price or in the
Delivery and Completion Schedule, or both, and the Contract shall accordingly
should be amended. Any claims by the supplier/ selected bidder for adjustment
under this clause must be asserted within thirty (30) days from the date of the
supplier’s/ selected bidder’s receipt of the Purchaser’s change order.
c) Prices to be charged by the supplier/ selected bidder for any related services that
might be needed but which were not included in the Contract shall be agreed
upon in advance by the parties and shall not exceed the prevailing rates charged
to other parties by the supplier/ selected bidder for similar services.
6.29. Termination
a) Termination for Default
i. The tender sanctioning authority of RISL may, without prejudice to any other
remedy for breach of contract, by a written notice of default of at least 30 days
sent to the supplier/ selected bidder, terminate the contract in whole or in part:
a. If the supplier/ selected bidder fails to deliver any or all quantities of the
service within the time period specified in the contract, or any extension
thereof granted by RISL; or
b. If the supplier/ selected bidder fails to perform any other obligation under
the contract within the specified period of delivery of service or any
extension granted thereof; or
c. If the supplier/ selected bidder, in the judgement of the Purchaser, is found
to be engaged in corrupt, fraudulent, collusive, or coercive practices in
competing for or in executing the contract.
d. If the supplier/ selected bidder commits breach of any condition of the
contract.
ii. If RISL terminates the contract in whole or in part, amount of PSD may be
forfeited.
iii. Before cancelling a contract and taking further action, advice of senior most
finance person available in the office and of legal adviser or legal assistant
posted in the office, if there is one, may be obtained.
b) Termination for Insolvency
RISL may at any time terminate the Contract by giving a written notice of at least 30
days to the supplier/ selected bidder, if the supplier/ selected bidder becomes
bankrupt or otherwise insolvent. In such event, termination will be without
compensation to the supplier/ selected bidder, provided that such termination will not
prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to RISL.
Seal & Signature of the Auth. Sign. Page 93 of 244
c) Termination for Convenience
i. RISL, by a written notice of at least 30 days sent to the supplier/ selected
bidder, may terminate the Contract, in whole or in part, at any time for its
convenience. The Notice of termination shall specify that termination is for the
Purchaser’s convenience, the extent to which performance of the supplier/
selected bidder under the Contract is terminated, and the date upon which
such termination becomes effective.
ii. Depending on merits of the case the supplier/ selected bidder may be
appropriately compensated on mutually agreed terms for the loss incurred by
the contract if any due to such termination.
iii. The Goods that are complete and ready for shipment within twenty-eight (28)
days after the supplier’s/ selected bidder’s receipt of the Notice of termination
shall be accepted by the Purchaser at the Contract terms and prices. For the
remaining Goods, the Purchaser may elect:
a. To have any portion completed and delivered at the Contract terms and
prices; and/or
b. To cancel the remainder and pay to the supplier/ selected bidder an agreed
amount for partially completed Goods and Related Services and for
materials and parts previously procured by the supplier/ selected bidder.
6.30. Exit Management
a) Preamble
i. The word ‘parties’ include the RISL and the selected sole bidder/lead bidder.
ii. This Schedule sets out the provisions, which will apply on expiry or termination
of the Project Implementation and Operations and Management of SLA.
iii. In the case of termination of the Project Implementation and/ or Operation and
Management SLA due to illegality, the Parties shall agree at that time whether,
and if so during what period, the provisions of this Schedule shall apply.
iv. The Parties shall ensure that their respective associated entities carry out their
respective obligations set out in this Exit Management Schedule.
b) Transfer of Assets
i. The selected sole bidder/lead bidder may continue work on the assets for the
duration of the exit management period which may be a 30 days period from
the date of expiry or termination of the agreement, if required by RISL to do so.
During this period, the selected sole bidder/lead bidder will transfer all the
assets in good working condition and as per the specifications of the bidding
document including the ones being upgraded to the department/ designated
agency. The security deposit/ performance security submitted by selected sole
bidder/lead bidder will only be returned after the successful transfer of the
entire project including its infrastructure.
ii. The selected sole bidder/lead bidder, if not already done, will transfer all the
Software Licenses under the name of the RISL during the exit management
period.
Seal & Signature of the Auth. Sign. Page 94 of 244
iii. RISL during the project implementation phase and the operation and
management phase shall be entitled to serve notice in writing to the selected
sole bidder/lead bidder at any time during the exit management period
requiring the selected sole bidder/lead bidder to provide RISL or its nominated
agencies with a complete and up-to-date list of the assets within 30 days of
such notice.
iv. Upon service of a notice, as mentioned above, the following provisions shall
apply:
a. In the event, if the assets which to be transferred to RISL mortgaged to any
financial institutions by the selected sole bidder/lead bidder, the selected
sole bidder/lead bidder shall ensure that all such liens and liabilities have
been cleared beyond any doubt, prior to such transfer. All documents
regarding the discharge of such lien and liabilities shall be furnished to
RISL or its nominated agencies.
b. All title of the assets to be transferred to RISL or its nominated agencies
pursuant to clause(s) above shall be transferred on the last day of the exit
management period. All expenses occurred during transfer of assets shall
be borne by the selected sole bidder/lead bidder.
c. That on the expiry of this clause, the selected sole bidder/lead bidder and
any individual assigned for the performance of the services under this
clause shall handover or cause to be handed over all confidential
information and all other related material in its possession, including the
entire established infrastructure supplied by selected sole bidder/lead
bidder to RISL.
d. That the products and technology delivered to RISL during the contract
term or on expiry of the contract duration should not be sold or re-used or
copied or transferred by selected sole bidder/lead bidder to other locations
apart from the locations mentioned in the this bidding document without
prior written notice and approval of RISL. Supplied hardware, software &
documents etc., used by selected sole bidder/lead bidder for RISL shall be
the legal properties of RISL.
c) Cooperation and Provision of Information during the exit management
period
i. The selected sole bidder/lead bidder will allow RISL or its nominated agencies
access to the information reasonably required to define the current mode of
operation associated with the provision of the services to enable RISL or its
nominated agencies to assess the existing services being delivered.
ii. The selected sole bidder/lead bidder shall provide access to copies of all
information held or controlled by them which they have prepared or maintained
in accordance with the Project Implementation, the Operation and
Management SLA and SOWs relating to any material aspect of the services
provided by the selected sole bidder/lead bidder. RISL or its nominated
agencies shall be entitled to copy all such information comprising of details
Seal & Signature of the Auth. Sign. Page 95 of 244
pertaining to the services rendered and other performance data. The selected
sole bidder/lead bidder shall permit RISL or its nominated agencies and/ or
any replacement operator to have reasonable access to its employees and
facilities as reasonably required by RISL or its nominated agencies to
understand the methods of delivery of the services employed by the selected
sole bidder/lead bidder and to assist appropriate knowledge transfer.
d) Confidential Information, Security and Data
The selected sole bidder/lead bidder will promptly on the commencement of the exit
management period supply to RISL or its nominated agencies the following:
i. Documentation relating to Intellectual Property Rights;
ii. Project related data and confidential information;
iii. All current and updated data as is reasonably required for purposes of RISL or
its nominated agencies transitioning the services to its replacement selected
sole bidder/lead bidder in a readily available format nominated by RISL or its
nominated agencies; and
iv. All other information (including but not limited to documents, records and
agreements) relating to the services reasonably necessary to enable RISL or
its nominated agencies, or its replacement operator to carry out due diligence
in order to transition the provision of the services to RISL or its nominated
agencies, or its replacement operator (as the case may be).
v. Before the expiry of the exit management period, the selected sole bidder/lead
bidder shall deliver to RISL or its nominated agencies all new or up-dated
materials from the categories set out above and shall not retain any copies
thereof, except that the selected sole bidder/lead bidder shall be permitted to
retain one copy of such materials for archival purposes only.
e) Transfer of certain agreements
i. On request by Procuring entity or its nominated agencies, the selected sole
bidder/lead bidder shall effect such assignments, transfers, innovations,
licenses and sub-licenses as Procuring entity or its nominated agencies may
require in favour of procuring entity or its nominated agencies, or its
replacement operator in relation to any equipment lease, maintenance or
service provision agreement between selected sole bidder/lead bidder and
third party leasers, operators, or operator, and which are related to the
services and reasonably necessary for carrying out of the replacement
services by RISL or its nominated agencies, or its replacement operator.
ii. Right of Access to Premises: At any time during the exit management period
and for such period of time following termination or expiry of the SLA, where
assets are located at the selected sole bidder/lead bidder’s premises, the
selected sole bidder/lead bidder will be obliged to give reasonable rights of
access to (or, in the case of assets located on a th’rd party's premises, procure
reasonable rights of access to RISL or its nominated agencies, and/ or any
replacement operator in order to inventory the assets.
Seal & Signature of the Auth. Sign. Page 96 of 244
f) General Obligations of the selected sole bidder/lead bidder
i. The selected sole bidder/lead bidder shall provide all such information as may
reasonably be necessary to effect as seamless during handover as practicable
in the circumstances to RISL or its nominated agencies or its replacement
operator and which the operator has in its possession or control at any time
during the exit management period.
ii. The selected sole bidder/lead bidder shall commit adequate resources to
comply with its obligations under this Exit Management Clause.
g) Exit Management Plan
i. The selected sole bidder/lead bidder shall provide RISL or its nominated
agencies with a recommended exit manageme“t plan ("Exit Manage”ent Plan")
which shall deal with at least the following aspects of exit management in
relation to the SLA as a whole and in relation to the Project Implementation,
the Operation and Management SLA and SOWs.
ii. A detailed program of the transfer process that could be used in conjunction
with a replacement operator including details of the means to be used to
ensure continuing provision of the services throughout the transfer process or
until the cessation of the services and of the management structure to be used
during the transfer; and
iii. Plans for the communication with such of the selected sole bidder/le’d bidder's,
staff, suppliers, customers and any related third party as are necessary to
avoid any material detrimental impact on RISL operations as a result of
undertaking the transfer; and
iv. If applicable, proposed arrangements and Plans for provision of contingent
support in terms of business continuance and hand holding during the
transition period, to RISL or its nominated agencies, and Replacement
Operator for a reasonable period, so that the services provided continue and
do not come to a halt.
v. The Sole bidder/lead bidder shall re-draft the Exit Management Plan annually
after signing of contract to ensure that it is kept relevant and up to date.
vi. Each Exit Management Plan shall be presented by the selected sole
bidder/lead bidder to and approved by RISL or its nominated agencies.
vii. In the event of termination or expiry of SLA, Project Implementation, Operation
and Management SLA or SOWs each party shall comply with the Exit
Management Plan.
viii. During the exit management period, the selected sole bidder/lead bidder shall
use its best efforts to deliver the services.
ix. Payments during the Exit Management period shall be made in accordance
with the Terms of Payment Clause.
x. It would be the responsibility of the selected sole bidder/lead bidder to support
new operator during the transition period.
Seal & Signature of the Auth. Sign. Page 97 of 244
6.31. Settlement of Disputes
a) General: If any dispute arises between the supplier/ selected bidder and RISL
during the execution of a contract that should be amicably settled by mutual
discussions. However, if the dispute is not settled by mutual discussions, a written
representation will be obtained from the supplier/ selected bidder on the points of
dispute. The representation so received shall be examined by the concerned
Procurement Committee which sanctioned the tender. The Procurement
Committee may take legal advice of a counsel and then examine the
representation. The supplier/ selected bidder will also be given an opportunity of
being heard. The Committee will take a decision on the representation and convey
it in writing to the supplier/ selected bidder.
b) The settlement of Disputes shall be as per the process defined under Rajasthan
Transparency Public Procurement Act 2012.
Legal Jurisdiction: All legal proceedings arising out of any dispute between both
the parties regarding a contract shall be settled by a competent court having
jurisdiction over the place, where agreement has been executed and by no other
court.
Seal & Signature of the Auth. Sign. Page 98 of 244
7. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT
7.1. Payment Terms and Schedule
a) Payment schedule – Payments to the bidder, after successful completion of the
target milestones (including specified project deliverables), would be made as
under: -
Table 7.1: Payment Terms and schedule
Sl. No.
Deliverable Applicable Payment (Code)
VSAT Solution
1.a. On Successful UAT of each phase for VSAT terminals
40% of CAPEX (Ref. Fin. Bid) of VSAT Terminals of each phase after successful UAT, AND 60% of the remaining CAPEX of VSAT Terminals (Ref. Fin. Bid) of the respective phase, shall be paid in equal instalment per quarter, for 20 quarters, at the end of each quarter
1.b. On Successful UAT of CAPTIVE HUB
40% of CAPEX of CAPTIVE HUB (Ref. Fin. Bid) of each phase after successful UAT, AND 60% of the remaining CAPEX of CAPTIVE HUB (Ref. Fin. Bid) of the respective phase, shall be paid in equal instalment per quarter, for remaining quarters, at the end of each quarter
1.c After GO-LIVE during O&M of each phase upon submission of quarterly deliverables: MIS reports and SLA reports
Applicable OPEX on actuals (Ref. Fin. Bid) of the respective phase, payable on quarterly basis, at the end of each quarter.
1.d Bandwidth availability in each quarter upon submission of quarterly deliverables MIS reports and SLA reports.
Bandwidth charges on actuals (Ref. Fin. Bid) payable on quarterly basis, at the end of each quarter.
1.e Shifting/ Re-orientation charges upon submission of relevant report
Payable on actuals (Ref. Fin. Bid)
Terrestrial Link connectivity
2.a On Successful UAT of each phase for Terrestrial Links equipment
40% of CAPEX (Ref. Fin. Bid) of Terrestrial link equipment
Seal & Signature of the Auth. Sign. Page 99 of 244
Sl. No.
Deliverable Applicable Payment (Code)
AND 60% of the remaining CAPEX of Terrestrial link equipment (Ref. Fin. Bid), shall be paid in equal instalment per quarter, for 20 quarters, at the end of each quarter
Applicable OPEX of Terrestrial link equipment on actuals (Ref. Fin. Bid), payable on quarterly basis, at the end of each quarter.
2.b Bandwidth availability in each quarter upon submission of quarterly deliverables MIS reports and SLA reports.
Bandwidth charges on actuals (Ref. Fin. Bid) payable on quarterly basis, at the end of each quarter.
Centralized Integrated NOC (CINOC)
3.a. On Successful UAT of CINOC 40% of CAPEX (Ref. Fin. Bid) of CINOC AND 60% of the remaining CAPEX of CINOC (Ref. Fin. Bid), shall be paid in equal instalment per quarter, for 20 quarters, at the end of each quarter
3.b. After GO-LIVE during O&M upon submission of quarterly deliverables: MIS reports and SLA reports
Applicable OPEX of CINOC on actuals (Ref. Fin. Bid), payable on quarterly basis at the end of each quarter.
b) All license cost and any other charges payable to DoT/ISRO/Any other
government agency shall be paid by RISL/DoIT&C directly to the authority.
c) The supplier’s/ selected bidder’s request for payment shall be made to the
purchaser in writing, accompanied by invoices describing, as appropriate, the
goods delivered and related services performed, and by the required documents
submitted pursuant to general conditions of the contract and upon fulfilment of all
the obligations stipulated in the Contract.
d) Due payments shall be made promptly by the purchaser, generally within sixty
(60) days after submission of an invoice or request for payment by the supplier/
selected bidder, and the purchaser has accepted it.
e) The currency or currencies in which payments shall be made to the supplier/
selected bidder under this Contract shall be Indian Rupees (INR) only.
f) All remittance charges will be borne by the supplier/ selected bidder.
g) In case of disputed items, the disputed amount shall be withheld and will be paid
only after settlement of the dispute.
Seal & Signature of the Auth. Sign. Page 100 of 244
h) Any penalties/ liquidated damages, as applicable, for delay and non-performance,
as mentioned in this bidding document, will be deducted from the payments for
the respective milestones.
i) Taxes (RVAT, income tax, etc.), as applicable, will be deducted at source, from
due payments, as per the prevalent rules and regulations.
7.2. Service Level Standards/ Requirements/ Agreement:
a) Service Level Requirements
1) Service Levels play an important role in defining the Quality of Services (QoS).
The prime objective of service levels is to ensure required uptime of the
Network. bidder shall provide warranty/on-site maintenance, support services
and facilities management services during the period of contract as per SLA
for complete solution.
2) The service levels shall be tracked on a periodic basis and have penalty
clauses on non-adherence to any of them. The bidder shall submit required
reports (Uptime, downtime, service resolution, bandwidth availability,
performance, events etc.) on all the service levels to the Purchaser in
accordance with the specified formats and reporting periods and provide
clarification, if required. The service levels defined below provide for target
level of services required, measurements thereof and associated penalties.
3) Though that bidder is expected to maintain the solution to the highest possible
efficiency, the first month after commissioning (Go-Live) of each component/
site shall be treated for prove–in period and no penalty shall be imposed for
any SLA defaults mentioned in order to facilitate stabilization of operations.
4) In case penalty reaches maximum for three consecutive quarter, the purchaser
may invoke termination clause as per RFP.
5) Service Level Requirements:
a. The bidder has to seek prior approval from the RISL/ DOIT&C for the planned downtime. The planned downtime of maximum 6 hours in a month for VSAT HUB, 4 hours in a quarter for Terrestrial Links and CINOC would be permitted and would not be added to the SLA downtime. Downtime should be planned during weekends and non-prime hours (08:00 PM to 08:00 AM).
b. For some specific cases, the bidder shall be permitted higher downtime subject to justification submitted by the bidder.
c. Any Service(s) unavailability arising from the following shall also not be included in the determination of downtime:
i. Any Fault arising from force majeure events including lightning, power failure, fire, flood and emergency.
ii. The delay in attending the equipment due to reasons not attributable to the bidder (e.g. power failure, premises locked etc) shall be excluded from the downtime.
iii. Tansponder failure/ interference shall be excluded from penalty
Seal & Signature of the Auth. Sign. Page 101 of 244
d. Calculation of Uptime: Total Uptime (%) will be calculated through following formula: Uptime (%) = 100 x [Total Available time per–Quarter - Downtime]
[Total Available time per Quarter]
Note: i. Total Available time per Quarter = (24 hrs * 60 * N days) – SLA
Exclusion Time ii. N = Number of calendar days in a Quarter iii. SLA Exclusion Time = Clause 7.2.a.5 (a) & (b)
b) Change in Service Level Requirements
1) It is acknowledged that service levels may change as solution evolves over the
course of the contract period. The present SLAs have been worked out on the
basis of current expectation. Service levels between the Purchaser and Bidder
can be revised after the start of operations of solution in view of the
experience gained. The experience gained during this period will be used to
fine tune the SLAs, including parameters, targets and penalties, if required.
2) Any changes to the levels of service provided during the project period will be
requested, documented and negotiated in good faith by both parties. Either
party can request a change. The request will be considered & finalized by
RISL in consultation with succsessful bidder. Changes will be documented as
an addendum to the contract. The request of change in Service Level
parameter by either of the party (ie Purchaser or Bidder) shall not be binding to
other party and shall be applicable on mutual agreement of both the parties.
c) Service Level Agreement (SLA) for VSAT solution
1) Service Window:
Services Parameters
Network availability (Backhaul Connectivity during pre-captive
HUB and Satellite Bandwidth)
24 Hrs.
VSAT Terminal Repair time As per SLA
Seal & Signature of the Auth. Sign. Page 102 of 244
Table 7.2.1: Service Level Agreement (SLA)
Sl.
No.
Service
Description
Measurement
Parameter
Reporting
Period
Target Service
Level Penalty Remarks
1. Network
availability
(Backhaul
Connectivity and
Satellite
Bandwidth)
Uptime Quarterly 99% For every 0.25%
degradation in the
uptime there will be a
penalty of 0.50% of
quarterly payable
bandwidth charges
Maximum penalty shall not be
more than the Quarterly payable
bandwidth charges for respective
quarter. Failure of either
backhaul or Satellite Bandwidth
shall be consider into account.
2 Availability of
CAPTIVE HUB
Uptime Quarterly 99% 0.5% of the equipment
cost per 24 Hours or
part thereof per
equipment after 24
hours
Maximum penalty per quarter
shall not be more than the 2.5%
of CAPEX of CAPTIVE HUB
3 Equipment Repair
time at Remote
Locations
Time taken to
repair/replace the
faulty equipment
(in days)
Quarterly Within 72 Hours
of lodging of
complaint or
failure
0.5% of the site cost
(CAPEX+OPEX) per 24
Hours or part thereof
per site after 72 hours
Maximum penalty shall not be
more than the CAPEX+OPEX
payable for the site per quarter.
Downtime would starts from the
date and time of reporting of
problem to Helpdesk Operator
4 Availability of
resources
deployed under
the project
No. of days
absent to be
calculated
quarterly.
Quarterly Working Hours –
9:00AM to
6:00PM
Ten Days leave
permitted to each
person per year
1) Program Manager -
Rs. 1500/ per day
2) Project Lead (NOC
+ Network) - Rs.
1500/ per day
3) Technical Specialist
(VSAT + EMS) -
1) Leave should be taken in
such a manner that Project
work is not hampered.
2) On Saturday/ Sundays and
holidays one person out of
three (Program Manager and
Project Lead) shall be
present.
Seal & Signature of the Auth. Sign. Page 103 of 244
Rs. 1000/ per day
4) IT Management
Engineer - Rs.
1000/ per day
5) IT Helpdesk
Engineers - Rs.
500/- per day
6) NOC Support
Engineers - Rs.
500/- per day
7) VSAT Support
Engineers - Rs.
500/- per day
8) EMS Engineer from
OEM for Design,
Implementation,
and Configuration
of proposed EMS
Tool - Rs. 1500/
per day
9) Field Engineer - Rs.
300/- per day
3) Sufficient leave reserve,
personnel should be
arranged by bidder.
Seal & Signature of the Auth. Sign. Page 104 of 244
d) Service Level Agreement (SLA) for Terrestrial Link
1) Service Window:
Services Parameters
Link availability 24 Hrs.
Link Repair time As per SLA
Table 7.2.2: Service Level Agreement (SLA)
Sl. No.
Service Description
Measurement Parameter
Measurement
Period
Target Service Level
Penalty Remarks
1. Terrestrial Link equipment as per BoM i.e. equipment fault
Availability Quarterly 99% 0.1% of the CAPEX+OPEX per 24 Hours or part thereof per equipment after 24 hours
Maximum penalty per quarter shall not be more than the 4% of respective Terrestrial Link equipment cost i.e. CAPEX + OPEX
2. Terrestrial Link Bandwidth i.e. bandwidth failure at SHQ and DHQ
Uptime Quarterly 99% 1% of bandwidth charges for every drop of 0.5% uptime
Maximum penalty per quarter shall not be more than the payable bandwidth charge for the quarter.
3. Terrestrial Link Bandwidth i.e. bandwidth failure at BHQ
Uptime Quarterly 97% 1% of bandwidth charges for every drop of 1% uptime
4. Terrestrial Link Bandwidth i.e. bandwidth failure at Gram panchayat’s/ end-offices
Uptime Quarterly 95%
Seal & Signature of the Auth. Sign. Page 105 of 244
e) Service Level Agreement (SLA) for CINOC
Definition of Severity Levels for Helpdesk 1. Severity Level 1 (S1): Failures that cause critical degradation of service and require
immediate attention. E.g. Link Down, Server down, Application down, EMS down, helpdesk not accessible etc.
2. Severity Level 2 (S2): For failures causing some degradation of service, but not
rendering crucial portion of the system inoperable such as faulty trunks/extensions, specific location users unable to access application server hosted at RSDC, application requests getting timed-out, roll backs occurrence’s etc.
3. Severity Level 3 (S3): Small failures or failure in external equipment’s interface with the
system, slow response etc.
4. Response Time: The time taken by the helpdesk agent to take ownership of the
fault/events.
5. Resolution Time: The time taken in investigation and rectification of a fault/event. In case
of Third Party Vendor Monitoring (like RajSWAN Operator, Bandwidth Service Provider, SECLAN etc.) resolution time shall mean the time taken by helpdesk agent to close/ re-raise/ re-assign the ticket after verification of fault resolution/status.
Seal & Signature of the Auth. Sign. Page 106 of 244
Table 7.2.3: Service Level Agreement (SLA)
Sl. No.
Service Description
Measurement Parameter
Measurement Period
Reporting Time
Resolution Time
Target Service Level
Penalty Remarks
1. NOC IT Infrastructure (Hardware/ software including networking components, server infrastructure and EMS tools)
Availability Quarterly NA NA 99% 0.5% of the equipment cost per 24 Hours or part thereof per equipment after 24 hours
Maximum penalty per quarter shall not be more than the 2.5% of CINOC CAPEX
2. Severity 1 Incident – High (Critical)
Response & Resolution Time
Quarterly 10 Minutes
2 Hours (Inclusive of Response Time)
97% Rs. 1000 per incident which breached the Target SLA.
Maximum penalty per quarter shall not be more than the 25% of CINOC OPEX payable for the quarter
3. Severity 2 Incident – Medium (Major)
Response & Resolution Time
Quarterly 20 Minutes
3 Hours (Inclusive of Response Time)
95% Rs. 500 per incident which breached the Target SLA
4. Severity 3 Incident – Low (Minor)
Response & Resolution Time
Quarterly 30 Minutes
4 Hours (Inclusive of Response Time)
90% Rs. 250 per incident which breached the Target SLA
5. Change Requests Response & Resolution Time
Quarterly 60 minutes
24 hours post approval
95% Rs. 250 per incident which breached the Target SLA
6. Third Party Vendor Monitoring
Response & Resolution Time
Quarterly 15 Minutes
30 minutes 95% Rs. 500 per incident which breached the Target SLA
Seal & Signature of the Auth. Sign. Page 107 of 244
Sl. No.
Service Description
Measurement Parameter
Measurement Period
Reporting Time
Resolution Time
Target Service Level
Penalty Remarks
7. Availability of resources deployed under the project
No. of days absent beyond permitted leave to be calculated quarterly.
Quarterly NA NA No. of days absent to be calculated quarterly
1) Rs. 2000 per day in case of Program Manager & Project Leads 2) Rs. 1500 per day in case of Technical Specialists 3) Rs. 1000 per day in case of IT Management Experts, NOC Support Engineers and VSAT Support Engineers 4) Rs. 500 per day in case of IT Helpdesk Engineers
Maximum penalty per quarter shall not be more than the 15% of Manpower cost payable for the quarter
Seal & Signature of the Auth. Sign. Page 108 of 244
7.3. Order Placement:
The bidder should place purchase order directly to OEM for equipment (VSAT
Terminal Equipment, EMS Software, EMS Hardware (Servers & PC’s), Router &
Switch, Display Unit, UPS) to be supplied under this RFP. However, the OEM may
supply the equipment to the purchaser through their authorized distributor/channel
partner as per their supply chain management system.
7.4. Change Requests/ Management
a) An institutional mechanism will be set up for taking decisions regarding requests
for changes. The Purchase Committee will set up a Change Control Committee
with members from the procurement bidder and the selected bidder. If it is unable
to reach an agreement, the decision of the Purchase Committee will be final.
b) RISL may at any time, by a written order given to the bidder , make changes
within the general scope of the Agreement in any one or more of the following: -
a. Designs, specifications, requirements which software or service to be
provided under the Agreement are to be specifically developed and
rendered for RISL.
b. The method of deployment, shipping or packing.
c. Schedule for Installation Acceptance.
d. The place of delivery and/or the services to be provided by the bidder.
c) The change request/ management procedure will follow the following steps: -
a. Identification and documentation of the need for the change – The
information related to initiator, initiation date and details of change required
and priority of the change will be documented by RISL.
b. Analysis and evaluation of the Change Request – Impact of the change in
terms of the estimated effort, changed schedule, cost and the items
impacted will be analyzed and documented by the bidder.
c. Approval or disapproval of the change request – RISL will approve or
disapprove the change requested including the additional payments for
software development, quoted man-month rate shall be used for cost
estimation, efforts of all technical resources- project manager, analyst,
software developer, testing engineer, database architecture etc shall be
taken into account for total man-month estimation to carry out the s/w
development resulting from the change request. For all technical resources
irrespective of their experience and 108specialization, the quoted man-
month rate shall be used. Efforts of support staff shall not be taken into
consideration for this purpose.
d. Implementation of the change – The change will be implemented in
accordance to the agreed cost, effort, and schedule by the selected bidder.
e. Verification of the change – The change will be verified by RISL on
implementation of the change request.
d) All changes outside the scope of supplies agreed to herein which may have likely
financial implications in terms of the overall cost/ time of the project shall be
Seal & Signature of the Auth. Sign. Page 109 of 244
undertaken by SI only after securing the express consent of RISL. In the event
that the consent of RISL is not received then the change will not be carried out.
e) While approving any change request, if required, RISL may ask the bidder to
deploy the required resources on-site.
f) If any such change outside the scope of supplies agreed to herein causes an
increase or decrease in cost of, or the time required for, firm’s performance of any
provisions under the Agreement, equitable adjustments shall be made in the
Agreement Price or Delivery Schedule, or both, and the Agreement shall
accordingly be amended. Any claims by firm for adjustment under this must be
asserted within 30 (thirty) days from the date of SI receiving the RISL change
order which shall not be unreasonably withheld or delayed.
Seal & Signature of the Auth. Sign. Page 110 of 244
ANNEXURE 1: BILL OF MATERIAL (BOM)
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM
Warranty (in yrs.)
Period of end of sale
(in month
s)
Period of end
of service
(in yrs.)
Period of back to back support,
updates and patches (in yrs.)
1.0 Equipment’s of VSAT CAPTIVE HUB (Ku-band or XC-Band)
1.1 VSAT HUB 1 No. Item No.1.1
Y Y 5 12 5 5
1.2 VSAT Hub Baseband 1 No. Item No.1.2
Y Y 5 12 5 5
1.3 Hub Antenna (9 Meter nominal diameter)
1 No. Item No.1.3
Y Y 5 12 5 5
1.4 Block-Up Convertor (High Power amplifier) and LNB for HUB
1 No. Item No.1.4
Y Y 5 12 5 5
1.5 20KVA UPS 2 No. Item No.5 Y Y 5 12 5 5
1.6 42U Rack 1 No. Item No.17
Y Y 5 12 5 5
1.7 Preparation of Earth 1 No. Item No.21
NA NA NA NA NA NA
1.8 UTP CAT6 Cable with fitting charges
200 Mtrs. Item No.20.1
Y Y 5 12 5 5
1.9 UTP Patch Cord - 7ft. 20 No. Item No.20.2
N N N NA NA NA
1.10 Information/Outlets (I/O) 10 No. Item No.20.3
N N N NA NA NA
1.11 Spectrum analyser (9 KHz – 26 GHz) with 5 year AMC
1 No. To be attached
N N N N N N
1.12 Power meter with sensor and Toolkit with 5 year AMC
1 No. To be attached
N N N N N N
1.13 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
1 As applicable
To be attached
with Annex-11
N N N NA NA NA
Seal & Signature of the Auth. Sign. Page 111 of 244
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM
Warranty (in yrs.)
Period of end of sale
(in month
s)
Period of end
of service
(in yrs.)
Period of back to back support,
updates and patches (in yrs.)
2 Equipment’s of VSAT Remote Location (Ku-band or XC-Band)
2.1 VSAT MODEM (IDU) (512Kbps) 3600 No. Item No.2.1.a
Y Y 5 12 5 5
2.2 Out Door Unit (ODU) (2W) 3600 No. Item No.2.1.b
Y Y 5 12 5 5
2.3 VSAT MODEM (IDU) (1Mbps) 3600 No. Item No.2.2.a
2.4 Out Door Unit (ODU) (4W) 3600 No. Item No.2.2.b
2.5 Antenna Unit 7200 No. Item No.2.3
Y Y 5 12 5 5
2.6 Portable VSAT – BUC 2 No. Item No.3.1
Y Y 5 12 5 5
2.7 Portable VSAT – Antenna Unit 2 No. Item No.3.2
Y Y 5 12 5 5
2.8 Monkey Deterrent 1000 No. Item No.4 N N N NA NA NA
2.9 1 KVA UPS 7200 No. Item No.6 Y Y 5 12 5 5
2.10 8 port L2 switch 7200 No. Item No.7 Y Y 5 12 5 5
2.11 4U Wall Mount Rack 7200 No. Item No.8 Y Y 5 12 5 5
2.12 Preparation of Earth 7200 No. Item No.21
NA NA NA NA NA NA
2.13 UTP CAT6 Cable (60 mtr. Per site) with fitting charges
432000 Mtrs. Item No.20.1
Y Y 5 12 5 5
2.14 UTP Patch Cord – 7ft. 7200 No. Item No.20.2
N N N NA NA NA
2.15 Information/Outlets (I/O) (7 per site)
50400 No. Item No.20.3
N N N NA NA NA
2.16 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
1 As applicable
To be attached
with Annex-11
N N N NA NA NA
Seal & Signature of the Auth. Sign. Page 112 of 244
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM
Warranty (in yrs.)
Period of end of sale
(in month
s)
Period of end
of service
(in yrs.)
Period of back to back support,
updates and patches (in yrs.)
3 Equipment’s for Terrestrial Link connectivity
3.1 MODEM 4000 Pair Item No.9 Y Y 5 12 5 5
3.2 ROUTER 2000 No. Item No. 10
Y Y 5 12 5 5
3.3 8 port L2 switch 2000 No. Item No.7 Y Y 5 12 5 5
3.4 1 KVA UPS 2000 No. Item No.6 Y Y 5 12 5 5
3.5 Preparation of Earth 2000 No. Item No.21
NA NA NA NA NA NA
3.6 4U Wall Mount Rack 2000 Mtrs. Item No. 8 Y Y 5 12 5 5
3.7 UTP CAT6 Cable (60 mtr. Per site) with fitting charges
120000 No. Item No.20.1
N N N NA NA NA
3.8 UTP Patch Cord – 7ft. 4000 No. Item No.20.2
N N N NA NA NA
3.9 Information/Outlets (I/O) (7 per site)
14000 No. Item No.20.3
Y Y 5 12 5 5
3.10 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
1 As applicable
To be attached
with Annex-11
N N N NA NA NA
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM
Warranty (in yrs.)
Period of end of sale
(in month
s)
Period of end
of service
(in yrs.)
Period of back to back support,
updates and patches (in yrs.)
4 Equipment’s for Centralized Integrated NOC (CINOC)
4.1 Enterprise Management System (EMS)
1 No. Item No.11
Y Y 5 12 5 5
4.2 Servers for EMS solution (as per Annex-27)
1 No. Item No.12
Y Y 5 12 5 5
4.3 10KVA UPS 2 No. Item No.13
Y Y 5 12 5 5
4.4 Router 3 No. Item No.14
Y Y 5 12 5 5
Seal & Signature of the Auth. Sign. Page 113 of 244
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM
Warranty (in yrs.)
Period of end of sale
(in month
s)
Period of end
of service
(in yrs.)
Period of back to back support,
updates and patches (in yrs.)
4.5 24port Managed L3 switch with Jack Panel
2 No. Item No.15
Y Y 5 12 5 5
4.6 24 port Managed L2 switch with Jack Panel
3 No. Item No.16
Y Y 5 12 5 5
4.7 42U Rack 2 No. Item No.17
Y Y 5 12 5 5
4.8 Desktop PC-1 with Dual Monitor 20 No. Item No.18.1
Y Y 5 12 5 5
4.9 All-in-One Desktop PC-2 30 No. Item No.18.2
Y Y 5 12 5 5
4.10 Display Units (LED LCD professional display)
12 No. Item No.19.1
Y Y 5 12 5 5
4.11 Display Controller for Video Wall 1 No. Item No.19.2
Y Y 5 12 5 5
4.12 Preparation of Earth 1 No. Item No.21
NA NA NA NA NA NA
4.13 UTP CAT6 Cable (50 mtr. Per PC) with fitting charges
2500 Mtrs. Item No.20.1
Y Y 5 12 5 5
4.14 UTP Patch Cord – 7ft. 100 No. Item No.20.2
N N N NA NA NA
4.15 Information/Outlets (I/O) 100 No. Item No.20.3
N N N NA NA NA
4.16 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
1 As applicable
To be attached
with Annex-11
N N N NA NA NA
Seal & Signature of the Auth. Sign. Page 114 of 244
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM
Warranty (in yrs.)
Period of end of sale
(in month
s)
Period of end
of service
(in yrs.)
Period of back to back support,
updates and patches (in yrs.)
5 Bandwidth for VSAT Solution
5.1 4 Mbps Pooled VSAT Bandwidth for Data
1 No. As per RFP
NA NA NA NA NA NA
5.2 1 Mbps Pooled VSAT Bandwidth for Data (Additional Bandwidth)
20 No. As per RFP
NA NA NA NA NA NA
5.3 10 Mbps Pooled VSAT Bandwidth for Voice, Video and Multicasting
1 No. As per RFP
NA NA NA NA NA NA
5.4 1 Mbps Pooled VSAT Bandwidth for Voice, Video and Multicasting (Additional Bandwidth)
2 No. As per RFP
NA NA NA NA NA NA
5.5 8 Mbps Leased Line VSAT Backhaul Bandwidth at DoIT&C, Jaipur
1 No. As per RFP
NA NA NA NA NA NA
5.6 1 Mbps Leased Line VSAT Backhaul Bandwidth at DoIT&C, Jaipur (Additional Bandwidth)
16 No. As per RFP
NA NA NA NA NA NA
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM Warranty
(in yrs.)
Period of end of sale (in months)
Period of end of
service (in yrs.)
Period of back to
back support,
updates and patches (in
yrs.)
6. Bandwidth for Terrestrial connectivity
6.1 1 Mbps 700 No. As per RFP NA NA NA NA NA NA
6.2 2 Mbps 1000 No. As per RFP NA NA NA NA NA NA
6.3 4 Mbps 250 No. As per RFP NA NA NA NA NA NA
6.4 8 Mbps 50 No. As per RFP NA NA NA NA NA NA
6.5 Up-gradation charges per 2Mbps
300 No. As per RFP NA NA NA NA NA NA
Seal & Signature of the Auth. Sign. Page 115 of 244
Sl. No. Item Qty. Unit Tech Specs (Ref.)
MAF required
(Y/N)
End of Sale / End of Service
requirement in MAF
Period of Onsite
Comprehensive OEM Warranty
(in yrs.)
Period of end of sale (in months)
Period of end of
service (in yrs.)
Period of back to
back support,
updates and patches (in
yrs.)
6.6 Aggregated bandwidth charges per 50 Mbps at SHQ
6 No. As per RFP NA NA NA NA NA NA
Note:
a) The Bidder shall be responsible for end-to-end implementation and shall quote and provide/supply any items not included in the bill of
materials but required for commissioning of the required solution. Details of any additional item/ equipment (if required) shall be mentioned in
Annexure-21 (Components Offered) in the technical Bid and quotes for such items shall be used for the purpose of Financial Bid evaluation.
The details of such items shall also be uploaded along with Financial Bid (BoQ) in scanned pdf format as per Annexure-11. Purchaser shall
not pay for any such items, which have not been quoted by the bidder in the bid but are required for successful completion of the overall
project. The Financial Bid evaluation shall take into account all the components and their cost as quoted by the respective bidders for the
end-to-end implementation of the overall solution.
b) It shall be the responsibility of bidder to get OEM warranty executed and operated.
c) The bidder is required to fill the total cost of additional items as mentioned in (a) above, in the financial bid (BoQ)
d) The quantities mentioned above are indicative however, the payments shall be made on actuals.
e) Provisional delivery and installation locations are provided in the Annexure-25.
f) Detailed Technical Specification are given in the Annexure-2
Seal & Signature of the Auth. Sign. Page 116 of 244
ANNEXURE-2: TECHNICAL SPECIFICATIONS
1) Bidder should ensure that all the software, hardware, peripherals, accessories, sub-
components required for the functionality and completeness of the solution, including
devices, equipment, accessories, patch cords (copper / fiber), cables, software, licenses,
development / testing kits, tools, etc. should also be provisioned according to the
requirements of the solution. Also, any additional components, sub-components,
assemblies, sub-assemblies that may be required to meet the desired performance
requirements will have to be provisioned by the bidder at no additional cost.
2) Irrespective of how all the required features are controlled within the system, the entire
solution should work without any performance degrade.
3) The network deployed should work on IPv4 and IPv6 from day one.
4) All articles supplied shall strictly conform to the specifications, trademark laid down in the
tender form and wherever articles have been required according to ISI/ISO/other
specifications / certifications, those articles should conform strictly to those specifications/
certifications.
5) The supply shall be of best quality and description. The decision of the purchase officer/
purchase committee whether the articles supplied conforms to the specifications shall be
final and binding.
A.VSAT Solution
i. The bidder is required to propose VSAT solution either in Ku-band or Extended
C band and quote the financial bid (BoQ) accordingly.
ii. All the VSAT bandwidth specified in RFP are for throughput only and exclusive
of overheads.
iii. The rate of VSAT terminals for both 2W/512 Kbps and 4W/1Mbps has been asked
in the financial bid. The quantities mentioned (3600 each) are for evaluation
purpose only, however the purchaser reserves the right to place order for
2W/512 Kbps and 4W/1Mbps units in any ratio (up to full quantity of any of 2W or
4W).
A1. Specifications for Ku-band (HUB, Remote Location & Portable VSAT):
Item No.1: CAPTIVE VSAT HUB (Ku-band)
Item No.1.1: VSAT HUB (Ku-band)
Sl.
No. Specifications
Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
Make offered
Model Offered
A VSAT Network
A.1 VSAT network Operating in Ku band (Rx 10.95 to
12.75 GHz and Tx 13.75 to 14.5 GHz)
1.0 Equipment and facilities at Hub
1.1 Nominal 9.0 Meter Ku band dual reflector Hub
Antenna with four port linear polarization feed,
motorized polarization rotation drive, automatic
satellite tracking capabilities
Seal & Signature of the Auth. Sign. Page 117 of 244
Sl.
No. Specifications
Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
1.2 Low Noise (Temperature) Amplifier / Block Down
Converter should operate in Ku band frequency of
10.95 to 12.75 GHz and should be in redundant auto-
changeover configuration. Noise temperature of the
LNA / LNBC should be less than 75 Degrees K @ 25
Degrees Celsius. Universal LNB to be provided or
bidder should replace LNB on satellite change
without addl. cost
1.3 Up-link transmitter should be a 200 Watts Block Up-
Converter (BUC) in 1+1 configuration with auto
changeover and should operate in the KU Band
frequency Tx 13.75 to 14.5 GHz.
1.4 Inter-facility Links up-to 75 meters or as per actual
length between Antenna and Hub equipment building
including line amplifiers to compensate losses if
necessary.
1.5 Base band equipment at the Hub to cater for required
number of inbound data links and one outbound
carrier, should be in redundant configuration
including redundant power supplies. The system
should be of modular architecture for easy up-
gradation of network capacity. All the critical and
traffic handling components of the hub should meet
overall CAPTIVE HUB service availability
requirement (up time) of at least 99.9%. Hub
Components should be hot standby in auto
redundant configuration. Hub components in N: 1
redundancy.
1.6 Network Management System (NMS) to monitor and
manage configuration of all remote VSAT units
should have:
1. Graphical GUI Interface using High resolution color
display monitoring screens
2. Fully redundant system configuration, including
redundant power supplies
3. SNMP based monitoring of remotes for fault
detection and tracking
4. Facility to remotely monitor the NMS via Internet.
1.7 The Hub should be configurable for Geo-redundancy
(for future requirements) with redundant hub
automatically taking over network control in case of
failure of main hub.
1.8 The hub should have the capability to operate over
Seal & Signature of the Auth. Sign. Page 118 of 244
Sl.
No. Specifications
Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
multiple transponders.
1.9 The VSAT network system should operate in Star
Mode.
1.10 Fully redundant Outbound carrier system should
have:
1. Capability to expand Data rate up-to 60 Mbps and
should use DVB-S2 standard.
2. Automatic up-link Power Control (AUPC) and
facility to compensate rain attenuation with automatic
coding changes as additional protection.
3. Multiple modulation capabilities such as QPSK,
8PSK, 16 APSK
1.11 The inbound access mechanism should be MFTDMA
for sharing of inbound channels among the VSATs.
1.12 Should be capable of configuring 10000 remote
VSATs from day one and scalable to 15000 for future
requirements.
2 The HUB should support Remote terminals as
specified in Item No.2
2.1 Nominal size of VSAT terminal Antennas should be:
1.2 Meters for fixed VSATs
2.2 The VSAT antenna mount for fixed locations should
be suitable for mounting on ground or rooftop. It
should be possible to point antennas to any
geostationary satellite ( at least over 55 degrees East
to 115 degrees East longitude arc)
2.3 The modem should have Automatic (up-link) Power
Control capability to compensate for rain attenuation
2.4 The system should support Remote software Update
via satellite
Item No.1.2: VSAT Hub Baseband (Ku-band)
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered
Model offered
(1) Network Type Two-Way, Interactive, Multi transponder, Geographical redundant Hub (Future requirement)
(2) Topology support Star
Seal & Signature of the Auth. Sign. Page 119 of 244
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
(3) Access method DVB-S2 ACM (Outbound) MFTDMA (Inbound)
(4) Modulation Outbound (QPSK, 8PSK, 16APSK) and Inbound (QPSK)
(5) Data rate support Outroute – Min. 60Mbps Inroute – Min. 30 Mbps
(6) Monitor & Control Protocol SNMP-based via LAN Interface
(7) Protocols support TCP, UDP, ICMP, NAT, DHCP, DNS Caching, IGMP, Static Routes, Ipv6, IPSec
Operational Enhancements: Multi priority level QoS with capability to define CIR, CBR per VSAT and group of VSAT level. TCP Acceleration, HTTP Acceleration.
(8) Others L3 managed switch as per requirement
(8) Operating Temperature 0° to +30°C
Item No.1.3: Hub Antenna (9 Meter nominal diameter) (Ku-band)
Particulars Antenna Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered Model Offered
1. Feed Type Ku-band 4-Port
2. Pole Type Linear Pol Feed
3. Optics Type Dual-Reflector, Cassagrain or Gregorian system
4. Reflector Material Stretched Formed Aluminium
5. Frequency (GHz) Rx: 10.95 -12.75 Tx: 13.75-14.5
6. Antenna Gain at Midband, dBi
Rx: 59.0 min. Tx: 60.0 min.
7. Antenna Noise Temperature (Clear Sky Conditions at 20˚C (68˚F)
a) 10˚ Elevation 70 K
b) 30˚ Elevation 56 K
c) 50° Elevation 53 K
8. VSWR Performance
Rx: 1.3:1 Tx: 1.3:1
9. Port-to-Port Isolation
a) Tx/Rx 75 dB
b) Tx/Tx 35 dB
c) Tx Power handling Capacity
Total 2.0 KW for antenna (including both TX ports) with 1 KW per TX port
Seal & Signature of the Auth. Sign. Page 120 of 244
Particulars Antenna Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
10. Side lobe pattern to meet relevant Regulations
FCC regulation 25-209, Eutelsat standards and ITU-R, S.580-5 and S.465-5. It should comply latest TEC guidelines in all cases of specifications stated in this document.
11. Antenna Pointing Range Course/(Continuous)
a) Elevation 5˚ (90˚)
b) Azimuth 180˚ (minimum 120˚ continuous)
c) Polarization 100 deg (+/- 50 deg)
12. Antenna Mount Kingpost antenna mount
13. Environmental Specifications
a) Operational Temperature
0˚C to 50˚C
b) Operational within tracking accuracy for Wind speeds
70Km/h
c) Survival Winds 200 km/h
d) Seismic (Earthquakes) survival
1G Vertical and Horizontal Acceleration (8.3 Richter Magnitude and 11 Modified Mercalli Scale)
e) Relative Humidity 0 to 100%
f) Rain Up to 102 mm (4 inch per hour)
g) Solar Radiation 1135 Watts/m2 (360 BTU/h/ft2)
Item No.1.4: Block-Up Convertor (High Power amplifier) and LNB for HUB (Ku-band)
Particulars Specifications – 200 W BUC Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
1. Output Frequency Ku-Band – 13.75-14.5 GHz
2. Type Outdoor Unit
3. Available Power
a) Output P (Sat) 200W Guaranteed over full frequency
13.75-14.5 and temp. range
b) Output Connector WR75G Waveguide
c) Impedance 50 ohm
d) VSWR 1.25:1 Maximum
4. Gain Linear
a) KU Band 65 dB min.
5. Input
a) Frequency L band
b) Impedance 50 ohm
c) Noise Figure 8 dB typical, 10 dB maximum @
maximum gain (15 dB for Ku-Band)
d) VSWR 1.25:1 Maximum
Seal & Signature of the Auth. Sign. Page 121 of 244
Particulars Specifications – 200 W BUC Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
e) Connector Type N
6. Sample Ports
a) Output Sample Type N, 50 ohm
7. Remote Control
a) Com Port RS-485 or RS-232
8. Environmental
and Power
a) Operating Temp. -5° to +55°C in case of outdoor unit.
b) Operating
Humidity
0 to 100% condensing for outdoor unit
5 to 95% non-condensing for indoor
unit
c) Power 180 to 260 VAC, 47 to 53 Hz
10. Specifications Phased Locked Loop (PLL) LNB:
a) RF input
Frequency Range
10.95 to 12.75 Ghz
b) Noise
temperature
75 deg K or better
c) Noise Figure 1.0 dB or better
d) Gain 60 dB or better
e) RF Input Interface WR-75G
f) Output Interface N-Type or F-Type
Item No. – 2: VSAT equipment at remote location (Ku-band)
Item No. – 2.1 (a): VSAT MODEM (IDU) (Ku-band) (512Kbps)
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs
attached
Make Offered
Model Offered
1. In route
a) In route data rate capability
Must support minimum 512 kbps throughput or higher data rate.
b) Modulation Must support QPSK and may support better modulation tech.
c) In route Access FTDMA / MFTDMA
d) Bit Error Rate (BER) Better than 1 x 10 -7
2. Out route
a) Out Route Data rate Up to 60 Mbps
b) Out route format DVB – S2 ACM
c) Modulation QPSK , 8PSK, 16APSK
d) Bit Error Rate( BER) Better than 1 x 10 -7
3. Physical Interface
Seal & Signature of the Auth. Sign. Page 122 of 244
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs
attached
a) No. of Ethernet Ports Minimum one Ethernet port
b) Port Speeds 10/100 Mbps
c) Data Transport Protocols TCP/IP and UDP, TCP acceleration
4.Other essential Features
The IDU shall support -
Should be Ipv4 & Ipv6 (dual stack) compliant from day one
Packet filtering
TCP spoofing, HTTP acceleration
QOS on both inbound and outbound
It should have IPSec for data security.
Should support/pass-through GRE Tunnelling traffic
Access Schemes on Inbound
1.Guaranteed bandwidth, MFTDMA
2.Bandwidth on Demand, CIR, CBR
3.Slotted Aloha
Any two of the above
4. Environmental specifications
Temperature 0° to 45° C operating, -20° to 55°C Storage
Humidity 95% RH Non condensing at 0° to 40° C
Item No. – 2.1 (b): Out Door Unit (ODU) (Ku-band) (2 watt)
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs attached
Make Offered
Model Offered
1. BUC
a) Power Output Minimum 2 Watt or higher (Should support 512 kbps in route) , Power should be adjustable to counter rain-fade, dust storm fade effect to maintain the quality of communication
b) Transmit (Output) frequency 13.75-14.50 G Hz
c) Receive (Input) frequency 950 to 1700 MHz, L band
d) DC power requirement From IDU 2. LNB
a) Receive Frequency 10.95 to 12.75 GHz
Seal & Signature of the Auth. Sign. Page 123 of 244
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs attached
(Universal LNB to be provided or bidder should replace LNB on satellite change without addl. cost)
b) Output Frequency 950 to 1700 MHz
c) DC power requirement From IDU 3.Environmental specification of ODU
Temperature Range -5° to +50° C (operating)
-20° to +60° C (storage)
Item No. – 2.2 (a): VSAT MODEM (IDU) (Ku-band) (1Mbps)
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs
attached
Make Offered
Model Offered
1. In route
a) In route data rate capability
Must support minimum 1Mbps
throughput or higher data rate.
b) Modulation Must support QPSK and may support better modulation tech.
c) In route Access FTDMA / MFTDMA
d) Bit Error Rate (BER) Better than 1 x 10 -7
2. Out route
a) Out Route Data rate Up to 60 Mbps
b) Out route format DVB – S2 ACM
c) Modulation QPSK , 8PSK, 16APSK
d) Bit Error Rate( BER) Better than 1 x 10 -7
3. Physical Interface
a) No. of Ethernet Ports Minimum one Ethernet port
b) Port Speeds 10/100 Mbps
c) Data Transport Protocols TCP/IP and UDP, TCP acceleration
4.Other essential Features
The IDU shall support -
Should be Ipv4 & Ipv6 (dual stack) compliant from day one
Packet filtering
TCP spoofing, HTTP acceleration
QOS on both inbound and outbound
It should have IPSec for data security.
Should support/pass-through GRE Tunnelling traffic
Access Schemes on Inbound
1.Guaranteed bandwidth, MFTDMA
2.Bandwidth on Demand, CIR,
Seal & Signature of the Auth. Sign. Page 124 of 244
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs
attached
CBR
3.Slotted Aloha
Any two of the above
4. Environmental specifications
Temperature 0° to 45° C operating, -20° to 55°C Storage
Humidity 95% RH Non condensing at 0° to 40° C
Item No. – 2.2 (b): Out Door Unit (ODU) (Ku-band) (4 watt)
Particulars Specification Compliance (Yes/ No)
Pg. No. of Tech. specs attached
Make Offered
Model Offered
1. BUC
a) Power Output Minimum 4 Watt or higher (Should support 1Mbps in
route) , Power should be adjustable to counter rain-fade, dust storm fade effect to maintain the quality of communication
b) Transmit (Output) frequency 13.75-14.50 G Hz
c) Receive (Input) frequency 950 to 1700 MHz, L band
d) DC power requirement From IDU
2. LNB
a) Receive Frequency 10.95 to 12.75 GHz (Universal LNB to be provided or bidder should replace LNB on satellite change without addl. cost)
b) Output Frequency 950 to 1700 MHz
c) DC power requirement From IDU
3.Environmental specification of ODU
Temperature Range -5° to +50° C (operating)
-20° to +60° C (storage)
Item No. – 2.3: Antenna Unit (Ku-band)
Particulars Specification Compliance
(Yes/ No)
Pg. No. of
Tech. specs
attached
Make Offered
Model Offered
a) Antenna Size
(Diameter) 1.2 Meter or higher,
Seal & Signature of the Auth. Sign. Page 125 of 244
Particulars Specification Compliance
(Yes/ No)
Pg. No. of
Tech. specs
attached
b) Mount Type Non-Penetrating mount,
Elevation over Azimuth
c) Type of Feed Offset feed
d) Operating frequency Ku band
e) Tx Gain (Mid Band) 43.0 dBi
f) Rx Gain (Mid Band) 41.5 dBi
g) Antenna Adjustment
Range
In Azimuth 0° to 360°
Continuous Fine
In Elevation -5° to 90°
continuous
h) Wind condition a) Operational -80 Kmph
b) Survival -200Kmph
i) Reflector Material Made of SMC Material or
other equivalent material
Item No. 3: Portable VSAT System (Ku-band)
Item No. 3.1: Portable VSAT – BUC (Ku-band)
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
Make offered
Model offered
1. Frequency Range 13.75 – 14.50 GHz
2. Input Frequency 950 to 1700 MHz
3. Output P (Sat) 16 Watt
4. Gain (nominal) 65 dB
5. Power Consumption (typical) 130 W
6. Input VSWR 02:01
7. Input Interface 50 ohm N-Type female
8. Output Interface WR75G / standard
9. Operating Temperature -5° to +55°C
10. Relative Humidity up to 100%
11. External Reference
Frequency
10 MHz
2. LNB
a) Receive Frequency 10.95 to 12.75 GHz (Universal LNB to be provided)
b) Output Frequency 950 to 1700 MHz
c) DC power requirement From modem
Seal & Signature of the Auth. Sign. Page 126 of 244
Item No. 3.2: Portable VSAT – Antenna Unit (Ku-band)
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered Model offered
1. Antenna size and reflector
Diameter: 1.2m; segmented carbon fibre minimum 4 piece reflector
2. Operational frequency band
Rx: 10.95 to 12.75 GHz and Tx: 13.75-14.5GHz
3. Antenna Rx: 41 dBi and Tx: 43 dBi
4. Polarization +/- 90 deg
3 Axis adjustment range
Elevation: 0-90 Degrees of reflector bore size Azimuth: 360 deg continuous
6. Operations Mode Manual
7. Set-up time from equipment installation on the ground up-to establishment of communication link
Around 30 Minutes
8. Climatic conditions for operation within specifications
Temp: 0 to +60 deg C Wind Speed: 45kmph; Upto 70kmph with ballast / pegging
9. Carrying weight in packed conditions
Gross weight ≤100 Kilograms and ≤32 Kilograms per package. The cases/ box should be airline checkable.
10. Box Material 3 Cases OEM Box
11. Satellite Signal level indicator
External, capable of operating in the proposed network
12. Inclinometer External, Good quality Inclinometer with non-magnetic base and accuracy of 1 degree for measuring elevation angle during antenna installation.
13. Compass External, Good quality aluminium housing liquid filled pocket survey compass with accuracy of 1 degree for measuring azimuth angle during antenna installation.
14. Handheld GPS External, Good quality handheld, water proof GPS with rechargeable battery (with 230 V AC charger), for showing longitude and latitude of any place in India region
Seal & Signature of the Auth. Sign. Page 127 of 244
A2. Specifications for Extended C-band (XC) (HUB, Remote Location & Portable VSAT):
Item No. 1: CAPTIVE VSAT HUB (Extended C-band)
Item No.1.1: VSAT HUB (Extended C-band)
Sl. No.
Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered Model offered
A VSAT Network
A.1 VSAT network Operating in XC band (Rx 4.5 to 4.8 GHz and Tx 6.725 to 7.025 GHz)
1.0 Equipment and facilities at Hub
1.1 Nominal 9.0 Meter XC band dual reflector Hub Antenna with four port linear polarization feed, motorized polarization rotation drive, automatic satellite tracking capabilities.
1.2 Low Noise (Temperature) Amplifier / Block Down Converter and should operate in Ku band frequency band of 4.5 to 4.8 GHz should be in redundant auto-changeover configuration. Noise temperature of the LNA / LNBC should be less than 35 Degrees K @ 25 Degrees Celsius
1.3 Up-link transmitter should be a 400 Watts RF System (1+1 configuration with auto changeover) and should operate in the XC Band frequency 6.725 -7.025 GHz
1.4 Inter-facility Links up-to 75 meters or as per actual length between Antenna and Hub equipment building including line amplifiers to compensate losses if necessary
1.5 Base band equipment at the Hub to cater for required number of inbound data links and one outbound carrier, should be in redundant configuration including redundant power supplies. The system should be of modular architecture for easy up-gradation of network capacity. All the critical and traffic handling components of the hub should meet availability requirement (up time) of at least 99.9%
1.6 Network Management System (NMS) to monitor and manage configuration of all remote VSAT units should have: 1. Graphical GUI Interface using High resolution color display monitoring screens 2. Fully redundant system configuration, including redundant power supplies 3. SNMP based monitoring of remotes for fault detection and tracking 4. Facility to remotely monitor the NMS via Internet.
1.7 The Hub should be configurable for Geo-redundancy ( for future requirements) with redundant hub automatically taking over network control in case of failure of main hub
1.8 The hub should have the capability to operate over
Seal & Signature of the Auth. Sign. Page 128 of 244
Sl. No.
Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
multiple transponders
1.9 The VSAT network system should operate in Star Mode
1.10 Fully redundant Outbound carrier system should have: 1. Capability to expand Data rate up-to 60 Mbps and should use DVB-S2 standard. 2. Automatic up-link Power Control (AUPC) and facility to compensate rain attenuation with automatic coding changes as additional protection. 3. Multiple modulation capabilities such as QPSK, 8PSK, 16 APSK
1.11 The inbound access scheme should have options of MF-TDMA or similar mode to minimize blocking of uplink traffic.
1.12 Should be capable of configuring 10000 remote VSATs scalable to 15000 for future requirements.
2 The HUB should support Remote terminals as specified in Item No.5
2.1 Nominal size of VSAT terminal Antennas should be: 1.8 Meters for fixed VSATs for Gram Panchayat
2.2 The VSAT antenna mount for fixed locations should be suitable for mounting on ground or rooftop. It should be possible to point antennas to any geostationary satellite (at least over 55 degrees East to 115 degrees East longitude arc)
2.9 The modem should have Automatic (up-link) Power Control capability to compensate for rain attenuation
2.10 The system should support Remote software Update via satellite.
Item No.1.2: VSAT Hub Baseband (Extended C-band)
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered
Model offered
(1) Network Type Two-Way, Interactive, Multi transponder, Geographical redundant Hub (Future requirement)
(2) Topology support Star
(3) Access method DVB-S2 ACM (Outbound) MFTDMA (Inbound)
(4) Modulation Outbound(QPSK,8PSK, 16APSK) and Inbound (QPSK)
(5) Data rate support Outroute – Min. 60Mbps Inroute – Min. 30 Mbps
(6) Monitor & Control Protocol SNMP-based via LAN Interface
Seal & Signature of the Auth. Sign. Page 129 of 244
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
(7) Protocols support TCP, UDP, ICMP, NAT, DHCP, DNS Caching, IGMP, Static Routes, Ipv6, IPSec
Operational Enhancements: Multi priority level QoS with capability to define CIR, CBR per VSAT and group of VSAT level. TCP Acceleration, HTTP Acceleration.
(8)Operating Temperature 0° to +30°C
Item No.1.3: Hub Antenna (9 Meter nominal diameter) (Extended C-band)
Particulars Antenna Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered
Model Offered
1. Feed Type Extended C-band 4-Port
2. Pole Type Linear Pol Feed
3. Optics Type Dual-Reflector, Cassagrain or Gregorian system
4. Reflector Material Stretched Formed Aluminium
5. Frequency (GHz) Rx: 4.5 to 4.8 GHz Tx: 6.725 to 7.025 GHz
6. Antenna Gain at Midband, dBi
Rx: 50.0 min. Tx: 53.0 min.
7. Antenna Noise Temperature (Clear Sky Conditions at 20˚C (68˚F)
a) 10˚ Elevation 45 K
b) 20˚ Elevation 40 K
c) 40° Elevation 35 K
8. VSWR Performance
Rx: 1.3:1 Tx: 1.3:1
9. Port-to-Port Isolation
a) Tx/Rx 75 dB
b) Tx/Tx 35 dB
c) Tx Power handling Capacity
Total 5.0 KW for antenna (including both TX ports)
10. Side lobe pattern to meet relevant Regulations
FCC regulation 25-209, Eutelsat standards and ITU-R, S.580-5 and S.465-5. It should comply latest TEC guidelines in all cases of specifications stated in this document.
11. Antenna Pointing Range Course/(Continuous)
a) Elevation 5˚ (90˚)
b) Azimuth 180˚ (minimum 120˚ continuous)
c) Polarization 100 deg (+/- 50 deg)
Seal & Signature of the Auth. Sign. Page 130 of 244
Particulars Antenna Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
12.Antenna Mount Kingpost antenna mount 13. Environmental Specifications
a) Operational Temperature
0˚C to 50˚C
b) Operational within tracking accuracy for Wind speeds
70Km/h
c) Survival Winds 200 km/h
d) Seismic (Earthquakes) survival
1G Vertical and Horizontal Acceleration (8.3 Richter Magnitude and 11 Modified Mercalli Scale)
e) Relative Humidity 0 to 100%
f) Rain Up to 102 mm (4 in per hour)
g) Solar Radiation 1135 Watts/m2 (360 BTU/h/ft2)
Item No.1.4: Block-Up Convertor (High Power amplifier) and LNB for HUB (Extended C-
band)
Particulars Specifications – 400 W BUC Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
1. Output Frequency Extended C-Band: 6.725 – 7.025GHz
2. Type Outdoor Unit
3. Available Power
a) Output P (Sat) 400W Guaranteed over full frequency
6.725 – 7.025GHz and temp. range
b) Output Connector WR75G Waveguide / CPRG 137G
c) Impedance 50 ohm
d) VSWR 1.5:1 Maximum
4. Gain Linear
a) Extended C-Band 65 dB min.
b) Full band ± 2.0 dB
5. Input
a) Frequency L band
b) Impedance 50 ohm
c) Noise Figure 8 dB typical, 10 dB maximum @
maximum gain
d) VSWR 1.5:1 Maximum
e) Connector Type N
6. Sample Ports
a) Output Sample Type N, 50 ohm, -40 dBc nominal
b) Input Sample Type N, 50 ohm, -20 dBc nominal
7. Remote Control
a) Com Port RS-485 or RS-232
Seal & Signature of the Auth. Sign. Page 131 of 244
Particulars Specifications – 400 W BUC Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
8. Environmental and Power
a) Operating Temp. 0° to +55°C in case of outdoor unit.
b) Operating
Humidity
0 to 100% condensing for outdoor unit
5 to 95% non-condensing for indoor
unit
c) Power 180 to 260 VAC, 47 to 53 Hz
10. Specifications Phased Locked Loop (PLL) LNB:
a) RF input
Frequency Range
4.5 – 4.8GHz
b) Noise
temperature
35 deg K or better
c) Noise Figure 1.0 dB or better
d) Gain 60 dB or better
e) RF Input Interface WR-229G / CPRG
f) Output Interface N-Type or F-Type
Item No.2: VSAT equipment at remote location (Extended C-band)
Item No.2.1.a: VSAT MODEM (IDU) at Remote Location (Extended C-band) (512Kbps)
Particulars Specification Complianc
e (Yes/ No)
Pg. No. of
Tech. specs
attached
Make Offered
Model Offered
1. In route
a) In route data rate
capability
Must support minimum 512
kbps throughput or higher data
rate.
b) Modulation Must support QPSK and may
support better modulation tech.
c) In route Access FTDMA / MFTDMA
d) Bit Error Rate (BER) Better than 1 x 10 -7
2. Out route
a) Out Route Data rate Up to 60 Mbps
b) Out route format DVB – S2 ACM
c) Modulation QPSK , 8PSK, 16APSK
d) Bit Error Rate( BER) Better than 1 x 10 -7
3. Physical Interface
a) No. of Ethernet Ports Minimum one Ethernet port
b) Port Speeds 10/100 Mbps
c) Data Transport Protocols TCP/IP and UDP, TCP
acceleration
Seal & Signature of the Auth. Sign. Page 132 of 244
Particulars Specification Complianc
e (Yes/ No)
Pg. No. of
Tech. specs
attached
4.Other essential Features
The IDU shall support -
Should be Ipv4 & Ipv6 (dual
stack) compliant from day one
Packet filtering
TCP spoofing, HTTP
acceleration
QOS on both inbound and
outbound
It should have Ipsec for data
security.
Should support/pass-through
GRE Tunnelling traffic
Access Schemes on
Inbound
1.Guaranteed bandwidth,
MFTDMA
2.Bandwidth on Demand, CIR,
CBR
3.Slotted Aloha
Any two of the above
4. Environmental specifications
Temperature 0° to 45° C operating, -20° to
55°C Storage
Humidity 95% RH Non condensing at 0°
to 40° C
Item No.2.1.b: Out Door Unit (ODU) at Remote Location (Extended C-band) (2 Watt)
Particulars Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make Offered
Model Offered
1. BUC
a) Power Output Minimum 2 Watt or higher (Should support 512 kbps
in route), Power should be adjustable to counter rain-fade, dust storm fade effect to maintain the quality of communication
b) Transmit (Output) frequency 6.725-7.025 G Hz
c) Receive (Input) frequency 950 to 1450 MHz, L band
d) DC power requirement From IDU
2. LNB
a) Receive Frequency 4.5 to 4.8 GHz
b) Output Frequency 950 to 1700 MHz L / IF Band
Seal & Signature of the Auth. Sign. Page 133 of 244
Particulars Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
c) DC power requirement From IDU
3.Environmental specification of ODU
Temperature Range -5° to +50° C (operating)
-20° to +60° C (storage)
Item No.2.2.a: VSAT MODEM (IDU) at Remote Location (Extended C-band) (1Mbps)
Particulars Specification Complianc
e (Yes/ No)
Pg. No. of
Tech. specs
attached
Make Offered
Model Offered
1. In route
a) In route data rate
capability
Must support minimum 1Mbps
throughput or higher data rate.
b) Modulation Must support QPSK and may
support better modulation tech.
c) In route Access FTDMA / MFTDMA
d) Bit Error Rate (BER) Better than 1 x 10 -7
2. Out route
a) Out Route Data rate Up to 60 Mbps
b) Out route format DVB – S2 ACM
c) Modulation QPSK , 8PSK, 16APSK
d) Bit Error Rate( BER) Better than 1 x 10 -7
3. Physical Interface
a) No. of Ethernet Ports Minimum one Ethernet port
b) Port Speeds 10/100 Mbps
c) Data Transport Protocols TCP/IP and UDP, TCP
acceleration
4.Other essential Features
The IDU shall support -
Should be Ipv4 & Ipv6 (dual
stack) compliant from day one
Packet filtering
TCP spoofing, HTTP
acceleration
QOS on both inbound and
outbound
It should have Ipsec for data
security.
Should support/pass-through
GRE Tunnelling traffic
Access Schemes on
Inbound
1.Guaranteed bandwidth,
MFTDMA
2.Bandwidth on Demand, CIR,
CBR
Seal & Signature of the Auth. Sign. Page 134 of 244
Particulars Specification Complianc
e (Yes/ No)
Pg. No. of
Tech. specs
attached
3.Slotted Aloha
Any two of the above
4. Environmental specifications
Temperature 0° to 45° C operating, -20° to
55°C Storage
Humidity 95% RH Non condensing at 0°
to 40° C
Item No.2.2.b: Out Door Unit (ODU) at Remote Location (Extended C-band) (4 Watt)
Particulars Specification Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make Offered
Model Offered
1. BUC
a) Power Output Minimum 4 Watt or higher (Should support 1Mbps in
route), Power should be adjustable to counter rain-fade, dust storm fade effect to maintain the quality of communication
b) Transmit (Output) frequency 6.725-7.025 G Hz
c) Receive (Input) frequency 950 to 1450 MHz, L band
d) DC power requirement From IDU
2. LNB
a) Receive Frequency 4.5 to 4.8 GHz
b) Output Frequency 950 to 1700 MHz L / IF Band
c) DC power requirement From IDU
3.Environmental specification of ODU
Temperature Range -5° to +50° C (operating)
-20° to +60° C (storage)
Item No.2.3: Antenna Unit at Remote Location (Extended C-band)
Particulars Specification Compliance
(Yes/ No)
Pg. No. of
Tech. specs
attached
Make Offered
Model Offered
a) Antenna Size
(Diameter)
1.8 Meter or higher for
Extended C-band,
b) Mount Type Non-Penetrating mount,
Elevation over Azimuth
c) Type of Feed Offset feed
Seal & Signature of the Auth. Sign. Page 135 of 244
Particulars Specification Compliance
(Yes/ No)
Pg. No. of
Tech. specs
attached
d) Operating frequency Extended C-band
e) Tx Gain (Mid Band) 39 dBi
f) Rx Gain (Mid Band) 36 dBi
g) Antenna Adjustment
Range
In Azimuth 0° to 360°
Continuous Fine
In Elevation -5° to 90°
continuous
h) Wind condition a) Operational -80 Kmph
b) Survival -200Kmph
i) Reflector Material Made of SMC Material or
other equivalent material
Item No. 3: Portable VSAT System (Extended C-band)
Item No.3.1: Portable VSAT – BUC (Extended C-band)
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of
Tech.
specs
attached
Make offered
Model offered
1. Frequency Range 6.725 – 7.025GHz
2. Input Frequency 1100 to 1400MHz
3. Output P (Sat) 5W
4. Gain (nominal) 56-64dB
5. Power Consumption (typical) 43.2W
6. Input VSWR 2.0:1
7. Input Interface 50Ω N-Type Female/
F-Type Female
8. Output Interface CPRG137
9. Operating Temperature -40ºC to + 60ºC
10. Relative Humidity up to 100%
11. External Reference
Frequency
10MHz
LNB
a) Receive Frequency 4.5 to 4.8 GHz
b) Output Frequency 950 to 1700 MHz L / IF Band
c) DC power requirement From modem
Seal & Signature of the Auth. Sign. Page 136 of 244
Item No.3.2: Portable VSAT – Antenna Unit (Extended C-band)
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
Make offered
Model offered
1. Antenna size and reflector Diameter: 1.8m; Extended C-band segmented glass fibre reinforced polyster minimum 4 piece reflector
2. Operational frequency band
Rx: 4.5 to 4.8 GHz and Tx: 6.725 to 7.025 GHz
3. Antenna Rx: 36 dBi and Tx: 39 dBi
4. Polarization +/- 90 deg
4 Axis adjustment range
Elevation: 0-90 Degrees of reflector bore size Azimuth: 360 deg continuous
6. Operations Mode Manual
7. Set-up time from equipment installation on the ground up-to establishment of communication link
Around 45 Minutes
8. Climatic conditions for operation within specifications
Temp: 0 to +60 deg C Wind Speed: 45kmph; Upto 70kmph with ballast / pegging
9. Carrying weight in packed conditions
Gross weight ≤120 Kilograms and ≤30 Kilograms per package
10. Box Material 4 Cases OEM Box airline checkable
11. Satellite Signal level indicator
External, capable of operating in the proposed network
12. Inclinometer External, Good quality Inclinometer with non-magnetic base and accuracy of 1 degree for measuring elevation angle during antenna installation.
13. Compass External, Good quality aluminium housing liquid filled pocket survey compass with accuracy of 1 degree for measuring azimuth angle during antenna installation.
14. Handheld GPS External, Good quality handheld, water proof GPS with rechargeable battery (with 230 V AC charger), for showing longitude and latitude of any place in India region
Seal & Signature of the Auth. Sign. Page 137 of 244
Particulars Specifications Compliance
(Yes/ No)
Pg. No. of Tech. specs
attached
15. Power AC supply: 230 Volts 50 Hz
A3. Common Items for VSAT Remote Location
Item No. – 4: Monkey Deterrent
Antennas are likely to be disturbed by monkeys in some parts of the state. To address such
concern, it is required to protect antennas and feeds. Antennas should be strapped and
protected from such damage. The monkey deterrent structure should comply with all
regulatory norms/guidelines. Such deterrent should be wrapped around reflector,
feed/transmitter, back structure, side arms and bottom rod as shown below.
Figure-1 Figure-2
Figure-3
Seal & Signature of the Auth. Sign. Page 138 of 244
Item No. 5: UPS for CAPTIVE HUB (20KVA)
Sl. No.
Particulars Specifications Compliance Yes/No
Pg. No. of Tech. specs
attached
Make offered
Model offered
1 UPS Capacity in KVA 20 KVA (Online)
1.1 Topology Double Conversion, with capable to work in (1+1) and paralleling / load sharing mode.
2 Input
2.1 Nominal input voltage 415V 3 Phase +/- 10% V
2.2 Input frequency 50 Hz +/- 3 Hz
3 Output
3.1 Output power capacity (VA)
20000 VA
3.2 Power factor 0.8
3.3 Output power capacity (W)
16000 W
3.4 Nominal output voltage
230 V (single phase)
3.5 Output voltage distortion
less than +/- 5% at full load
3.6 Output frequency 50 Hz +/- 3 Hz
Seal & Signature of the Auth. Sign. Page 139 of 244
Sl. No.
Particulars Specifications Compliance Yes/No
Pg. No. of Tech. specs
attached
3.7 Crest factor 03:01
3.8 Waveform type Pure sine wave
3.9 UPS Warranty 5 years
4 Batteries
4.1 Battery type Sealed maintenance free VRLA type provided with battery stand
4.2 Battery Make Exide/ Amar Raja/ Panasonic/ Numeric/ HBL/Amron/Okaya
4.3 VAH Required in each battery set
Minimum 90000
4.6 Battery charging time 10 to 12 Hrs.
4.7 Charger capacity Minimum 10% of battery AH
4.9 Battery Warranty 3 years
5 Communication & Management
5.1 Interface port RJ-45, SNMP from day one
5.2 Inverter Efficiency 90%
5.3 Overall Efficiency 90%
5.4 Automatic restart of load
Required
5.5 Cold Start capability Required
5.6 Generator compatibility
To provide Clean uninterrupted power when Generator is used.
5.7 LED / LCD display A) Online
B) On Battery
C) Overload
5.8
Alarms
A) On battery
B) Low battery
5.9 Environmental
5.9.1 Operating Temperature
0 to 40 deg.C
5.9.2 Humidity 95% non-Condensing at 40deg.C
5.10 Noise level less than 60 dB @ 1 Meter
5.11 Approvals CE/ EN 50091-1/ EN 50091-2 compliant UPS
6 Protections
6.1 Sustained input over voltage protection
Required
7. Isolation Transformer
7.1 General Inbuilt Galvanic Isolation Transformer should be in Output
7.2 Protection Should provide protection from surges & spikes.
Seal & Signature of the Auth. Sign. Page 140 of 244
Item No. 6: UPS (1 KVA) for VSAT Remote Locations
Sl. No.
Particulars Specifications Compliance
Yes/No
Pg. No. of Tech. specs
attached
Make offered
Model offered
1 UPS Capacity in KVA 1 KVA (Line interactive)
2 Input
2.1 Nominal input voltage 160-280 V (single phase)
2.2 Input frequency 50 Hz +/- 3 Hz
3 Output
3.1 Output power capacity (VA)
1000 VA
3.2 Power factor 0.6
3.3 Output power capacity (W)
600 W at 1 pf
3.4 Nominal output voltage
230 V (single phase)
3.5 Output voltage distortion
less than +/- 5% at full load
3.6 Output frequency 47 to 53 Hz
3.7 Crest factor 03:01
3.8 Waveform type Pure sine wave
3.9 UPS Warranty 5 years
4 Batteries
4.1 Battery type Sealed maintenance free VRLA type provided with battery stand
4.2 Battery Make Exide/ Amar Raja/ Panasonic/ Numeric/ HBL/ Amron/ Okaya
4.3 VAH Required in each battery set
Min. 1600
4.4 Battery Warranty 3 years
4.6 Battery charging time 10 to 12 Hrs.
4.7 Charger capacity Minimum 10% of battery AH
5.2 Overall Efficiency 80%
5.3 Cold Start capability Required
5.4 Generator compatibility
To provide Clean uninterrupted power when Generator is used.
5.5 LED /LCD display A) Online
B) On Battery
5.6 Alarms A) On battery
B) low battery
5.7 Environmental
5.7.1 Operating Temperature
0 to 40 degree Celsius
5.7.2 Humidity 95% non-Condensing at
Seal & Signature of the Auth. Sign. Page 141 of 244
Sl. No.
Particulars Specifications Compliance
Yes/No
Pg. No. of Tech. specs
attached
40deg.C
5.11 Approvals CE/ EN 50091-1/ EN 50091-2 compliant UPS
6 Protections
6.1 Protection The unit should trip and protect the UPS beyond upper range of nominal input voltage (Over Voltage Protection)
Item No. 7: 8 port L2 switch at VSAT Remote Locations
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs
attached
Make Offered
Model Offered
Features Minimum 8 No’s of 10/100/1000 Base-Tx ports (Duplex, Full, Half) and 2 x 1GE Uplink port
All ports should have features of auto-negotiate, flow control (802.3x), port based network access control (802.1x), port security, MAC filtering etc.
Minimum Switching capacity of 20 Gbps or more
Minimum Packet Forwarding rate of 14.88 Mpps or higher
MAC address table of minimum of 8k per switch
Should be IPv4 and IPv6 ready from day one
Should have IEEE 802.1.d STP, IEEE 802.1Q VLAN, IEEE 802.1p QoS, IGMP snooping
Features of ACLs, DHCP, NTP or equivalent, SNMPv1, v2 & v3, TELNET/ SSH
19” Rack Mountable
Should have console port for administration & management, CLI and web based GUI for easy management
Five Years OEM warranty with advance replacement and next-business-day delivery
Safety Standards
UL60950/ CE/ IEC/CSA
Certifications EAL2+ or NDPP certified
Item No. 8: 4U Wall Mount Rack
Seal & Signature of the Auth. Sign. Page 142 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
Height 4 U
Type Wall mount rack
Wire managers One horizontal
Power distribution
(6 points – 5Amp sockets and 2 points – 15Amps sockets) power distribution
Door Perforated metallic door in front with lock
Fan trays With 2 fans
Metal Aluminum/Steel
Side panels Detachable/ non-detachable side panels
Width 19”
B. Equipment’s for Terrestrial Link connectivity
Item No. – 9 MODEM
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
General According to ETSI HDSL / G.SHDSL to ITU T G991.2 Standard
Mode of operation
Leased – Unconditioned copper 2 / 4 Wire
Selectable data rate
N*64 Kbps up to 2048 Kbps (Synchronous)
Management features
Standalone to Standalone Management through 10/100 base TX out of band management port, Internal BERT option for diagnostics, Telnet & Web browser/SNMP for configuration and diagnostics, Dipswitches for loop back, Line protection circuits against lightning and power surges and follow ITU K.21 and UL 1950 standards.
Interface DCE interface G.703, DTE interface V.35. Operating range
Should support to 10KM for 64 KBPS and 5 KM for 2048 KPBS over 24 AWG (0.5mm) or higher
Cables All necessary cables including power cord Power supply Inbuilt support to work in both 230V 50 Hz
AC and -48VDC and not to be an ordering option
Seal & Signature of the Auth. Sign. Page 143 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Indicators Power, Test, Alarm/Loss, Sync Architecture Stand-alone unit Approval Should be TEC approved.
Item No. 10: Router
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
Hardware and Interface Requirement
Minimum 1 x 2 Mbps serial port + 2 x 1GE WAN port + 2 x 10/100/1000 LAN ports with required accessories, cables and licenses
Should have minimum one free slot available for future expansion with support for GE, FE, E1, V.35/G.703, and 3G Wireless interface modules.
Performance Requirements
Packet forwarding rate -> Minimum 200 Kpps or more
Routing Protocol
IPv4 and IPv6 enabled from day one
HSRP/VRRP, Static Routes, RIPv2, OSPFv2, OSPFv3, BGP, BGP4, MBGP, BFD, Policy based routing, IPv4 and IPv6 tunneling, from day one,
IPv4 Multicast features
IGMP v1/v2/v3, PIM-DM, PIM-SM, Source Specific Multicast (SSM), MLD enabled from day one
QoS Features Class-based queuing, marking, policing and shaping
System Management and Administration
Should have provision of network performance monitoring features like delay, latency, jitter, packet loss etc.
Should have SNMPv1, v2 and v3, NTP, FTP/TFTP, SSH, TELNET
Security features
Should have AAA using RADIUS or TACACS /TACACS+
Should have Packet Filtering mechanism using access control lists.
Routers should have DES, 3DES, AES encryption & MD5 authentication
Should have other IP Services like GRE tunneling, Standard ACL/Extended ACL, IPSec, IPSec VPN, NAT, IP and MPLS features from day one
Other Features Should have secure shell for secure connectivity
Should have console port and an external modem for remote management
Pre-planned scheduled Reboot Facility, Configuration rollback
Real Time Performance Monitor –
Seal & Signature of the Auth. Sign. Page 144 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
service-level agreement verification probes/alerts
Industry Standards & Certifications
EAL2+ or NDPP certified
C. Centralized Integrated NOC (CINOC)
Item No. 11: Enterprise Management Solution
Overall technical Specifications/functional requirement of Enterprise Management Solution
with Integrated NMS & HDMS for Centralized NOC at Jaipur, Rajasthan shall be as follows:
The functional requirement mentioned in individual components below should be complied by
overall solution deployed irrespective of functionality of individual modules/components.
The proposed EMS solution should be provided in such a way that it should meet the desired
SLA.
The bidder is required to mention detailed BoM (in annexure-Components Offered) of
proposed EMS solution in Technical and Financial bid.
The proposed tools must be of Industry standard and enterprise class with proven scalability
to monitor and manage minimum Network devices as given in RFP. The SI is required to
propose, design, implement, and manage proposed enterprise management tool to deliver
following functionalities:
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
Whether new holistic solution is proposed OR existing deployed solution is leveraged
1. General Requirement
a) The proposed EMS solution should be an integrated, modular and scalable solution from single OEM to provide comprehensive fault management, performance management, traffic analysis and business service management, IT service desk\ help desk \trouble ticketing system & SLA monitoring functionality.
b) Proposed solution should have Out-of-the-Box connectors/ probes to integrate with multiple EMS solutions, including industry standard solutions from HP, IBM, CA, Microsoft etc., and should also provide mechanisms (XML, APIs etc.) to integrate with other EMS and NMS solutions, to provide an integrated topology and event views and reports to the operator.
c) The system should allow for push or pull methods to send/collect or receive the information to and from various 3rd party systems.
Seal & Signature of the Auth. Sign. Page 145 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
d) It should have a secured single sign-on and unified console for all functions of components offered for seamless cross-functional navigation & launch for single pane of glass visibility across multiple areas of monitoring & management.
e) The system should be accessible via a Web based GUI console/portal from intranet as well as from internet.
f) It should have Service Level Management function to allow for building various service levels and track the performance of Infrastructure and operational service levels in real time.
g) The system should have the ability to provide performance/service data to external systems.
h) Solution should have a consolidated alarm view in order to consolidate and correlate the independent alarms from various monitoring tools.
i) The solution should have self-monitoring ability to track status of its critical components & parameters such as Up/Down status of its services, applications & servers, CPU utilization, Memory capacity, File system space, Database Status, synchronization status between primary and secondary system and event processing etc. It should provide this information in real-time through graphical dashboards, events/alarms as well as in the form of historical reports.
j) It shall be possible to assign role based privileges (like Administrator, Auditor, Client, Customer, Helpdesk User etc.) with unique usernames and passwords to the users e.g. privileges to execute only the selected options, to view only the selected topology views/maps, devices & their information based on criteria like IP address, Device Type, device name, group of devices etc.
k) It shall use common database for all functionalities offered by solution. In case different modules/components are using separate databases, there should be seamless integration between them so that information collected by one module/component may be used by other modules/components. To provide required DB (Oracle /SQL or any other) to be provided with all licenses for storing the various faults, Equipment performance and trend data for Analysis. .
l) The solution should have an integrated automated process/application for taking Full, Incremental, Differential backup as well as restoration of the system including database (alarms, events, configurations, reporting etc.). In case of server crash, the backup solution shall be utilized for restoration of complete system (i.e. NMS, HDMS etc.) including database without requirement of performing rediscovery, creation of topology views/maps etc. There shall be options to store the backup locally, replicate the backup on some other servers/ external storage. There shall be a provision to schedule these backups.
m) The proposed solution should be Ipv6 ready including hardware & software.
n) It should create topology maps containing devices discovered in different physical, virtual servers and select multiple devices discovered in different physical, virtual servers while generating the reports.
o) The solution should have common web based Reporting
Seal & Signature of the Auth. Sign. Page 146 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Tool/Layer across various functional modules (such as fault, performance, etc.) proposed in the solution.
p) The Reporting Tool/Layer should provide ability to create, edit, and distribute report templates as well as on demand reporting to quickly design, save & share ad-hoc queries.
q) Supply, Install, Integrate, Operate & Maintain the offered solution of EMS tool for 5 years covering 20,000 (approx.) IP devices such as Routers, Switches, Network Devices, Servers, IT equipment’s, VSAT equipment’s etc. along with hardware and software inventory of proposed VSAT & EMS solution, any other mode of connectivity in Rajasthan state along with server and applications of solution proposed from Day 1. It should provide a unified reporting dashboard, integrated topology and event view and IT assets inventory spread across RajSWAN, SECLAN, GRAMSET, RSDC along with proposed VSAT solution and Terrestrial mode of connectivity.
r) It shall be ensured by the bidder/OEM that the proposed EMS solution (hardware and software) provisioned from Day 1 is able to handle 30,000 devices by procuring additional device licenses only, whenever required.
s) Integrate existing NMS & HDMS of RajSWAN and RSDC
Item No. 11.1: Network Management System (NMS)
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
1) IT Asset Management
1. IT Asset Management should provide automated modules for IT Asset Inventory (Routers, Switches, Servers, VSAT HUB and Terminals, Access Points), Contract Management, Vendor Management and Financial Management
2. Solution must be able to Track IT assets
3. IT Asset Management solution must be able to integrate with proposed monitoring solutions to perform auto discover into Asset Management database.
4. The Solution must provide License Management Module to maintain entitled licenses information and track it against deployed asset licenses.
5. Solution must provide IMAC workflow for Assets installed / removed / changed
6. Solution must be able to track Warranty / AMC
7. Solution must provide Asset lifecycle reports
8. The solution should provide inventory of all the discovered devices. Minimum following inventory fields should be available and it should have provision to add additional fields as required: - Host Name
Seal & Signature of the Auth. Sign. Page 147 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
- IP Address - MAC Address - Manufacturer Name - Installed OS & OS Version - Serial Number
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
2a) Network Fault Monitoring & Performance Management with Reporting
1. The Network Management function must monitor performance across heterogeneous networks from one end of the enterprise to the other.
2. The Network Management function should have a graphical topological display of all discovered network devices in real time. The new devices must get added as an incremental discovery without causing additional overhead of scanning the entire network. Further, any changes to devices must be identified in near real time during discovery scans
3. The proposed Network Fault Management console must also provide network asset inventory reports
4. The tool should automatically discover different type of heterogeneous devices (all SNMP supported devices i.e. Router, Switches, LAN Extender, Servers, Terminal Servers, Thin-Client and UPS etc.) and map the connectivity between them with granular visibility up to individual ports level. The tool shall be able to assign different icons/ symbols to different type of discovered elements. It should show live interface connections between discovered network devices
5. It should support various discovery protocols to perform automatic discovery of all L2, L3 Network devices across RAJNET including RSWAN, RSDC, SECLAN, proposed VSAT, SATCOM, and any further Network connectivity’s planned in future.
6. The tool shall be able to discover Ipv4 only, Ipv6 only as well as devices in dual-stack. In case of dual stack devices, the system shall be able to discover and show both Ipv4 and Ipv6 IP addresses.
7. The tool shall be able to work on SNMP V-1, V-2c & V-3 based on the SNMP version supported by the device. It shall provide an option to discover and manage the devices/elements based on SNMP as well as ICMP.
8. The proposed Network Fault Management solution must support extensive discovery mechanisms and must easily discover new devices using mechanisms such as SNMP Trap based discovery. It must also allow for inclusion and exclusion list of IP address or devices from such discovery mechanisms
9. The discovery must also support device redundancy discovery in case of virtual IP addresses using vendor specific protocols such as VRRP and HSRP.
Seal & Signature of the Auth. Sign. Page 148 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
10. The proposed solution must provide a detailed asset report, organized by vendor name, device type, listing all ports for all devices. The Solution must provide reports to identify unused/dormant Network ports in order to facilitate capacity planning
11. It should support integrated Fault, Performance Management features from a single solution including device fault and performance, Interface Faults and Performance, Bandwidth Analysis, Response time Analysis.
12. It should proactively analyse problems to improve network performance.
13. The Network Management function should have extensive reporting facility, providing the ability to format and present data in a graphical and tabular display
14. The Network Management function should poll or collect and analyse the large volumes of fault and performance data. Once collected, it should automatically store data gathered in a database. This enterprise-wide data should be easily accessed from a central location and used to help with capacity planning, reporting and performance analysis.
15. The Network Management function should be able to do traffic analysis across the RSWAN and other Networks managed from NOC. The Traffic Analysis must include Bandwidth Utilization patterns by protocol/source/destination, Network Response time patterns for various applications over the network. It should help with out of the box analysis reports to understand top bandwidth consumers by application, source, or destination. It should help with advanced reporting features to provide various reports that help understand capacity needs of the network bandwidth based on current utilization and response time trends.
16. The Network Management function should have a feature of discriminated polling of devices.
17. The Network Management function should be able to monitor device performance in near real time.
18. It should be able to automatically generate a notification in the event of a link failure to ensure proper handling of link related issues.
19. Solution should have a provision for suppression of maintenance alarms during the maintenance period.
20. The proposed solution must scale to large networks while supporting a single web interface for access to reports. The system must support multiple locations and a distributed deployment for collection and monitoring. Primary instrumentation should exist in the data centre
21. The Proposed solution must support out of the box trend reports on group of metrics or group of devices in a single report. This will help understand the performance of multiple devices against a KPI
22. The proposed solution must support of the box capacity planning reports that assist in the analysis of capacity needs based on projected load.
23. NMS should support ODBC Compliant database and interfaces to popular databases like Oracle, MS SQL for reporting.
24. NMS should be MIB-2 compliant by default. Moreover NMS
Seal & Signature of the Auth. Sign. Page 149 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
should have ability to load the vendor specific MIBs. Bidder shall also provide all relevant OEM Specific MIBs (including the equipment supplied for RAJNET by Operator). Furthermore, NMS should have capability to use multiple MIBs at a time for getting desired information, without the use of Software coding. Data Collection should be possible on MIB2 Expressions using any OID (Object Identifier)
25. NMS architecture should be object-oriented, open, distributed, scalable, multi-platform and open to third party integration.
2b) Reporting
1. Reporting solution should be able to report on Service Level status of configured business service.
2. It should be able to collect and collate information regarding relationship between IT elements and business service, clearly showing how infrastructure impacts business service levels.
3. The solution should be user configurable for building additional reports.
4. Solution should be able to collect Key performance measurements and statistics from all network domains and store it. This data is to be used for evaluation of performance of the end to end network infrastructure/services.
5. Solution should have functionality for KPI calculation on the raw metrics collected.
6. Solution should be able to do Trend analysis from the performance data.
7. Should be able to generate web-based reports both near real time and historical data for the network.
8. It should be possible to view live report
9. Solution should support historical storage of aggregated data for one year and data backup.
10. Proposed solution should be able to also provide a threshold and profile capability on the KPIs monitored on the network in order to understand the impact of failures and degradations which eventually results in revenue loss.
11. The system shall be able to support separate warning and violation threshold levels, so that in the event of gradual service quality deterioration, warnings shall be generated before critical level thresholds are breached.
12. Proposed solution should be able to generate Analyst Performance reports such as Resolution Time, No. of Problems resolved etc.
13. Customizable Reporting should be possible without the need for additional reporting engine.
14. It should support automatic base lining on historical data, and thresholds that can be adjusted as required, based on data collected
15. It should have a secured interface with role based access and privileges
16. Availability of drill-down reports
17. Solution should offer off-the-shelf Reports for KPIs such as Availability, Uptime, and Resource
18. Solution should have the capability to export the reports results in standard file formats like CSV, pdf etc and must also support web interface to view reports
19. Should be able to present the reports through web and also generate “pdf” / CSV / reports of the same.
Seal & Signature of the Auth. Sign. Page 150 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
21. Solution should support capability to periodically generate (scheduled reports) and distribute statistics reports to the NOC staff and RISL staff.
22. Solution should provide options to perform progressive trend analysis with multiple fixed time windows like 1 day, 1 week, 2 weeks, 1 month, 6 months etc.
23. Solution should allow configuring threshold crossing alerts on KPIs. It shall be possible to define threshold profile i.e. +/- variations around a given baseline for raw counters or KPIs/KQIs and generate alarms or threshold crossing alerts which would be forwarded to the Fault Management system or Event Correlation Engine.
24. Solution should support retrieval of historical performance data collected at any monitored point and archived on the server. The solution should allow aggregation of historical data.
25. Solution should facilitate reports summarized by time –Hour, Day, Week, Month, Quarter, Year and by Property- service, location, customer etc.
26. Should able to generate reports on predefined / customized hours.
27. Highly Flexible Group based Reporting: It shall be possible to use a KPI at different network element levels (individual Network Device, Interface, Group of Network Devices, Links, etc.) and time dimensions out of the box modifying the KPI definition.
28. The system must support complex KPIs that are constructed by weighted combination of other KPIs.
29. Should be capable to send the reports through e-mail to pre-defined user with pre-defined interval.
31. Should create historical performance and trend analysis for capacity planning.
32. Should have capability to exclude the planned-downtimes and others for SLA purpose or necessary customization should be done to achieve the requirement.
33. The performance management system shall be able to collect and report data like: a. Packet delay and packet loss b. User bandwidth usage rate d. Network availability rate e. CPU usage rate f. Input/output traffic through physical ports g. Input/output traffic through logical ports
34. The Performance Management shall have user defined set of reports like: a. Summary Reports for specific groups: Reports displaying per group of resources the group aggregations for a set of metrics (for example, per City, the maximum traffic or the total traffic). b. Summary Reports for specific Resources: Reports displaying for a set of resources the period aggregations for the same set of metrics (for example, per interface, the maximum traffic over the day). c. Detailed chart Reports: Reports displaying for one resource and the same set of metrics the values over the period (for example, the raw collected values for the day). d. Resource Threshold Violation Reports: Reports
Seal & Signature of the Auth. Sign. Page 151 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
displaying the resources for which a threshold was violated
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
3) Server Fault Monitoring & Application Performance Management
1. The proposed enterprise management tools must be able to monitor end to end performance of server operating systems, databases, and applications in RSDC and should be able to manage distributed, heterogeneous systems – Windows, UNIX & LINUX from a single management station.
2. The tool must be able to integrate with existing systems and applications monitoring tool
3. The tools must be able to measure systems availability and performance in real time
4. The solution offered should be highly scalable to be able to monitor thousands of servers in datacentre
5. The end user experience and deep-dive diagnostic solution must be provided to measure availability and response time of applications by end users in real time and determine the root-cause of performance issues within applications and within connected back-end systems.
6. End user experience and deep-dive diagnostic solution must monitor the availability and performance of applications over the network end to end, without generating any additional traffic or any source-code changes.
7. The systems and applications monitoring solution must tightly integrate with other layers of proposed solutions such as event correlation engine, business services dashboard and service level management solutions.
8. The systems monitoring solution must have robust performance reporting engine in order to do performance polling of metrics and provide trend and capacity based report on measured metrics.
9. From application performance management prospective detailed transaction level diagnostic capability is required, and the proposed EMS solution for CINOC should provide end-to-end performance management of application hosted in RSDC with deep-dive diagnostics.
10. Automatic discovery and monitoring of the web application environment and ability to monitor applications with the dash board.
11. Proactive monitoring of all end-user transactions, detecting field transactions, gathering evidence necessary for problem diagnosis.
Seal & Signature of the Auth. Sign. Page 152 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
4) Alarm co-relation and Root Cause Analysis Capabilities
1. Solution should provide alarm correlation and facilitate reduction of total number of alarms displayed by means of intelligent alarm correlation, suppression and root cause analysis techniques built in to the system. The system must ensure reduction in MTTR by means of advanced event correlation, filtering and root cause analysis.
2. The proposed Alarm Correlation and Root Cause Analysis system shall integrate network, server and database performance information and alarms in a single console and provide a unified reporting interface for network components. The current performance state of the entire network & system infrastructure shall be visible in an integrated console.
3. It should have capability to perform cross domain correlation with alarm correlation from Network Monitoring tool, Systems monitoring tool and other domain monitoring tools.
4. Alarm Filtering should allow flexible filtering rules for NOC staff to filter the alarms by category, severity, elements, duration, by user, by views, by geography or by department.
5. Ability to apply severity to alarms according to predefined rules.
6. It should be possible to add description to the alarms.
7. The proposed solution should provide out of the box root cause analysis with multiple root cause algorithms inbuilt for root cause analysis.
8. The system should be able to clearly identify configuration changes as root cause of network problems
9. Alarms should be mapped to the live topology views and real time updates to topology based on alarm occurrences.
10. Historical Reporting of alarms must be possible and system should be able to store large volumes of alarm data
11. It should be possible to convert critical Alarms into Incidents for auto ticket generation into proposed Helpdesk tool.
12. Should trigger automated actions based on incoming events / traps. These actions can be automated scripts/batch files.
13. Should be able to send e-mail or Mobile –SMS to pre-defined users for pre-defined faults.
14. Consolidated network view embedded with digital maps.
15. The solution should be able to provide analysis on events and other captured performance data to get to the root cause faster to reduce downtime.
16. The solution should store events, metrics, logs across all monitored services, and be able to perform historical trend analysis of the events to pinpoint when and what caused the service outage
17. Solution should provide the functionality of automatic baseline to saving time manually configuring thresholds, and reduce false alarms that may occur typically when statics value thresholds are used.
18. Solution should use analytics to anticipate potential IT problems before they occur and forewarn the operator of possible service impacting event.
19. Analytics should be able to guide the operator to troubleshoot the service by providing the operator pertinent metrics, event,
Seal & Signature of the Auth. Sign. Page 153 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
topology and relevant information, and log data based on context of the service. The solution give context-driven guidance and dynamic dashboards that populate automatically based on problem context.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
5) Business Services Dashboard
1. Proposed Business Services Dashboard should provide Flexible, role-based dashboards (for IT executives and service owners of RISL) and operational consoles (for operations managers in NOC and technical staff) for a common understanding of service status, risks and quality problems. This should give the right experts actionable information so IT executives can focus operations on business priorities, service owners understand IT status in business terms, and operations staff always knows which components in their technology domains are impacting specific business services and can proactively mitigate risks.
2. It should be possible to access the Business Services Dashboard through mobiles and tablets.
3. The proposed Business Services Dashboard Solution must enable intelligent service modelling by importing IT components (like network devices, server resources, applications, transactions etc.) from the management tools that directly manage infrastructure and applications:
4. The proposed Business Service Dashboard should provide a dynamic service model which is updated on a near real time basis as and when there is a change in topology or an event/alarm is raised.
5. The Service Dashboard should display business service status in real-time, including metrics such as service quality, risk, and availability and operational SLA compliance. From the dashboard, operators should be able to launch technical operations console for service visualization, impact analysis, alert details and automated actions for remediation.
6. The proposed solution must provide Real-time View of Business Service Status including a unified dashboard that displays service quality, availability, risk and SLA status and enable escalations from browsers.
7. The proposed solution should provide dynamic views for individual operators, the views should be customizable by the operator himself and create a custom service dashboard.
8. The proposed solution must provide advanced Service visualization using High level service dashboards for service metrics (i.e. health, quality, risk, availability and operational SLA status); Technical service consoles for service modelling, alerts and automated actions, and contextual launch back to data sources (i.e., integrated domain managers like network management systems) .
9. Solution should depict how the customer facing services use
Seal & Signature of the Auth. Sign. Page 154 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
underlying resources spanning across all domains like Network, Datacenter, and Applications.
10. It should be possible to determine impact of network faults and performance degradation on customer services. In other The proposed Business Services Engine should calculate impact values indicating how much a CI affects a service and related CIs. System should use CI severity, CI significance & Propagation Type & policy to determine impact.
11. It should also be possible to integrate other data sources like traffic data, etc.
12. Solution should perform cross domain correlation between network alarms and degraded performance data received from multiple domains.
13. Solution should support capability to raise service problems for all the impacted services. It should enable the categorization and prioritization of service problems.
14. It should provide views to monitor IT resources as business processes. It should provide customizable views, which would reflect business process and allow administrators and operators to monitor the health of the entire business process via one object in the status map
15. The Business Process Views should have capability to provide business oriented views of the IT infrastructure management. For example, it should have capability to create views of the resources catering to Rajasthan Government Departments who consume various IT Services of RISL.
16. The proposed Service Operations Management System must provide built in a manager of manager/MoM-class event management system for correlating cross-domain events, creating alerts based on correlated events and enforcing standardized escalation and automated action policies.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
6) Network Configuration Automation
1. The system should be able to clearly identify configuration changes / policy violations / inventory changes across multi-vendor network tool.
2. The system should support secure device configuration capture and upload and thereby detect inconsistent “running” and “start-up” configurations and alert the administrators.
3. The proposed system should be able to administer configuration changes to network elements by providing toolkits to automate the following administrative tasks of effecting configuration changes to network elements:
a) Capture running configuration b) Capture start-up configuration c) Upload configuration d) Write start-up configuration e) Upload firmware
4. The proposed fault management solution must able to perform “load & merge” configuration changes to multiple network devices
5. The proposed fault management solution must able to perform
Seal & Signature of the Auth. Sign. Page 155 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
real-time or scheduled capture of device configurations
6. The proposed fault management solution must able to store historical device configurations captured in the database and thereby enable comparison of current device configuration against a previously captured configuration as well as compare the current configuration against any user-defined standard baseline configuration policy.
7. The proposed fault management solution must also support a self-certification option to support device configuration load and capture thereby enabling users to “self-certify” devices not supported.
8. The proposed system should be able to monitor compliance & enforce change control policies within the diverse infrastructure by providing data & tools to run compliance reports, track & remediate violations, and view history of changes.
9. The proposed fault management solution must also support a self-certification option to support device configuration load and capture thereby enabling users to “self-certify” devices not supported.
10. The proposed system should be able to monitor compliance & enforce change control policies within the diverse infrastructure by providing data & tools to run compliance reports, track & remediate violations, and view history of changes.
11. The proposed solution should be able to support response time agents to perform network performance tests to help identify network performance bottlenecks.
12. The proposed solution should be able to monitor QoS parameters configured to provide traffic classification and prioritization for reliable VoIP transport. The proposed solution should discover and model configured QoS classes, policies and behaviours.
13. The proposed solution should provide the ability to discover, map & monitor multicast sources & participating routers wherein the system should be able visualize the distribution tree in the topology map
14 Once problem is detected, the root cause determined by the management console and a ticket should be created to focus on remediation. Using the automatic remediation of common IT tasks, the fix should be handled automatically. For non-common IT tasks the same should be escalated to appropriate level.
15. Using automatic remediation, the operators should be able to apply a fix with or without manual intervention based on a pre-defined fix available for the cause event.
16. Using the automatic remediation of common IT tasks, the fix should be handled automatically after the problem is detected and a service desk ticket has been created and recorded.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Seal & Signature of the Auth. Sign. Page 156 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Model Offered
7) Network Traffic Flow Analysis System
1. It shall be able to capture, track & analyse traffic flowing over the network via different industry standard traffic capturing methodologies viz. NetFlow, jflow, sFlow, IPFIX etc.
2. It shall provide key performance monitoring capabilities by giving detailed insight into the application traffic flowing over the network.
3. It shall be able to monitor network traffic utilization, packet size distribution, protocol distribution, application distribution, top talkers etc. for network traffic.
4. It shall collect the real-time network flow data from devices across the network and provide reports on traffic based on standard TCP/IP packet metrics such as Flow Rate, Utilization, Byte Count, Flow Count, TOS fields etc.
Item No. 11.2: IT Service/ Helpdesk Management System (HDMS)
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
1) General Requirement of IT Service/ Helpdesk
1. Should able to support and handle large volume of incident
2. Should able to support and handle large volume of service requests
3. Should able to support and handle large volume of changes
4. Should able to integrate with third party helpdesk products
5. Native integration of processes i.e. Incident Management with Change Management and vice-versa
6. Native integration of processes with Knowledge base i.e. automatically creation of knowledge base post closure of tickets
7. The solution should have a Single Architecture and leverage a single application instance across ITIL processes, including
Seal & Signature of the Auth. Sign. Page 157 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
unique data and workflows segregated by business unit, cost centre, and user role for Incident, Problem, Change, Release, Knowledge Management, Asset Management and CMDB
8. Able to create and modify forms as per RISL requirement
9. Able to define different SLAs for different services / domains
10. Solution should support multi-tenancy with complete data isolation as well as with ability for analysts based on access rights to view data for one, two or more organizational units
11. Able to define different workflows for different processes
12. Able to send automatic escalation mails as defined in workflow
13. Should be able to integrate CMDB from different federated data sources and build a single CMDB
14. Should provide email based interactions allowing ticket creation, update and approval of request.
15. Should able to integrate with Active Directory and populate user information automatically
16. The system should have graphical interface to define, visualize and update ITIL processes
17. The solution should provide to browse through CMDB which should offer powerful search capabilities and auto-completion for configuration items and services, enabling to quickly find CIs as well as their relationships to other CIs.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
2) Incident and Problem Management
1. Service Desk solution should allow detailed multiple levels/tiers of categorization on the type of incident being logged for IT services that shall span across multiple domains like RSWAN, RSDC, SECLAN, GRAMSAT etc.
2. Service Desk solution should provide classification to differentiate the criticality of the security incident via the priority levels, severity levels and impact levels.
3. The solution should provide embedded and actionable best practices workflows i.e., best-practices process & views based upon implementations
4. It should allow SLA to be associated with a ticket based on
Seal & Signature of the Auth. Sign. Page 158 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
priority, severity, incident type, requestor, asset, location
5. Solution should support fast service restoration leveraging previous incident data.
6. It should have the ability to search multiple built-in knowledge bases like the incident, problem, and known-error database simultaneously without requiring the agent to search each knowledge base individually.
7. Should support automatic assignment of ticket to the right skilled resource based on business priority Ex – Database crash issue need not be assigned to an L3 DBA unless the business service is completely down
8. It should have an updateable knowledge base for technical analysis and further help end-users to search solutions for previously solved issues.
9. Should support full text search capabilities
10. Should centralize all known error and problem workarounds into a single, searchable knowledge base
11. It should provide an interactive process flow bar that guides novice users through the ITIL process for incident management to ensure faster issue resolution.
12. The incident Management solution should be completely integrated to the CMDB to ensure that CIs can be associated with the ticket to provide better visibility
13. The incident management solution should have the ability to initiate the change request on a button click
14. The solution should have the ability to associate an incident with an existing change request, a problem or known error for tracking purposes
15. The service desk should have shift management capabilities for support staff wherein tickets are allocated based on shift availability.
16. It should allow the CI to be associated with tickets.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
3) Change & Release Management
1. The solution should be able to track a request for change through the different stages of lifecycle of a change request
2. The tool should facilitate the identification of the change type and associated workflow For example: standard, normal, and emergency
3. The tool should facilitate the differentiation of normal Changes For example: Category - Minor or Small, Category - Significant or Medium, Category – Major or Large
Seal & Signature of the Auth. Sign. Page 159 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
4. The tool should facilitate the ability to create simple to complex request workflows through sequential and parallel tasking
5. The tool should notify all the users about the scheduled changes/outage and sent a reminder to responsible contacts for implementation of change
6. Change management should have fields to record impact analysis and simulate impact, back-out plans, within the change record
7. Service Impact simulation and collision detection – It should have the capability to automatically and continually perform impact analysis, risk assessment, and change collision dates detection (for same CI’s) on all change requests. The solution should provide complete view of planned changes with services & their components.
8. The tool should facilitate the scheduling of post implementation reviews for implemented changes after defined time interval
9. The application should have the ability to assign change advisory board (CAB) responsibilities to change management roles
10. The tool should facilitate ability of authorized roles to reject changes. For example, status of reject, ability to record reason for rejects notification
11. The change approval engine should be configurable such that approvals can happen if either one of the individuals approves a change, or a majority approve the change, or certain people in the committee approve the change etc. It should also incorporate multi-staged approvals like manager, Sr. manager, etc.
12. Change management should be capable of integrating with CMDB to facilitate access to CI attributes and relationships to enable change assessment and authorization
13. The solution should allow the identification of completed changes, track incidents and problems resulting from an implemented change.
14. Solution should provide a consolidated view of the tasks that the release management team must perform to drive the completion of the change requests and activities required to close the release.
15. Solution should provide change and release calendar views for the current schedule of releases, change requests, and business events for any potential conflicts.
16. Solution should provide the ability to analyse the impact of change to the appropriate business services and IT services.
17. The solution should have the ability to prompt change planners with suitable time slots for conducting a change depending upon the changes that have been scheduled/in progress.
18. The solution should have the ability to identifying and flagging changes that are being done by various team to prevent change collisions
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Seal & Signature of the Auth. Sign. Page 160 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
4) Knowledge Management
1. The tool should have the knowledge management OOB – knowledge databases to support investigations, diagnoses, root cause analysis techniques, and creating / updating workarounds, temporary fixes and resolutions
2. The tool should allow the creation of different access levels (i.e. Read only, write, create, delete) to knowledge management system
3. The tool should allow creation and enforced use of data input rules for creating knowledge records For example: mandatory fields for content and information; QA and change approval to move from draft to production
4. The tool should allow for the entry of free-form text, images, attachments, etc.
5. The tool should automate the population of knowledge records with author and owner data, creation date, as well as any other attributes required by organization
6. The tool should facilitate the identification of redundant or duplicate information, whether in single record or multiple records
7. The Knowledge Management solution should be available in a Multi Tenanted environment
8. The tool should allow automating notification to interested parties on submission new knowledge/solutions applicable to them
9. The tool should have a powerful search engine to sort, retrieve and search using advanced search options, search content in multiple format, and also search within knowledge records
10. The tool should support the creation of a request for change or service request when a knowledge record needs to be modified.
11. The tool should allow displaying FAQs and highlight the newly added knowledge content
12. The module should allow integration with all other modules of service management to enable knowledge records to be quickly created from records with associated links.
13. The solution should have the ability to allow users to search KMDB for relevant articles to eventually guide the users to the relevant solution.
14. The module will facilitate opening of a problem record directly from a menu for pro-active tracking of problem activity as well as from an incident record for reactive tracking of problem activity
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
5) Configuration Management database (CMDB)
1. Should Provide a single shared view of services supporting Service Design, Transition and Operations stages of the
Seal & Signature of the Auth. Sign. Page 161 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
lifecycle
2. The Configuration Management Database should support multiple datasets with federation and reconciliation facilities so as to get data from various discovery tools and also through manual import process
3. Reconciliation of data should be possible with multiple data providers based on common attributes and ability to define precedence rules on attributes
4. Federation of external data sources should be possible with ability to store common attributes inside CMDB and getting other attributes from external data sources in real time
5. Should automatically create Service models to describe how IT infrastructure supports business services
6. The proposed helpdesk solution must allow the IT team to see the CI relationships in pictorial format, with a specified number of relationships on single window.
7. The CMDB should have built-in drift management capabilities to capture and report on infrastructure drift based on infrastructure attributes like RAM, memory, etc.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
6) Dashboard Reporting
1. The Solution should provide a centralized Dashboard that picks up relevant business metrics from the service management solution giving at-a-glance visibility to key operational initiatives
2. RISL department owners should be able to graphically view the health of their business services and its related ticket KPI’s pertaining to different categories and departments configured in Service Desk.
3. These dashboards need to be dynamic that allows user to drag and drop these metrics and create custom dashboards as required.
4. The Dashboards should support rich formatting capabilities to represent the data in different chart formats.
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
7) Service Level Management
7 (a) Helpdesk Related Service Level Parameters
1. Solution should support comprehensive SLA management platform
Seal & Signature of the Auth. Sign. Page 162 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
2. Manage service levels for delivery and support of business services
3. Must allow creating and applying various operational level parameters to Incidents, Requests, Changes, and Release management modules.
4. The module should link available support hours to service levels when calculating deadlines as well as suspend SLA calculation for certain criteria – e.g. ‘pending information from customer’
5. The SLM module should integrate with incident and problem management to automate escalation, and notification activities based on response and resolution targets
6. It should also integrate with change management to provide access to service level agreement details, implementation windows, change blackout periods, and availability requirements
7. The application should have a predefined/customizable field to indicate & track the progress/status of the lifecycle of ticket(s).
8. The tool should provide an audit trail, tracking & monitoring for record information and updates from opening through fulfilment to closure For example: IDs of individuals or groups opening, updating & closing records; dates / times of status & activities updates, etc.
7 (b) Infrastructure Related Service Level Parameters
1. SI’s must proposed a full fledges Service Level Management Solution that allows for tracking of various service level performances of IT Infrastructure and vendor performance.
2. The product should be able to measure, collect, and import performance and SLA data from a wide range of sources, including performance Management modules
3. Should compute the quarterly service charges payable to the different agencies after applying the penalties as per the contract and SLA. This may be achieved through customization/ development of tool, wherever required.
4. The solution should support SLA violations alerts during the tracking period.
5. The solution should be capable of entering contract related information and provide dashboard for consolidated viewing of same.
6. The solution should support managing and maintaining a full history of an SLA.
7. Solution should support SLA violations in context of effective “impact” such as operational impact, financial impact and contractual impact.
8. The solution must provide a flexible framework for collecting and managing service level templates including Service Definition, Service Level Metrics, Penalties and other performance indicators measured across infrastructure and vendors
9. The solution must have a unified repository to capture and manage all service level templates.
10. The solution must provide detailed control of the metrics that are being collected
11. The solution must contain all the contents for best practices frameworks such as ITIL.
12. The solution must follow compliance and content validations to
Seal & Signature of the Auth. Sign. Page 163 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
improve standardization of service level contracts
13. The solution must provide document repository capabilities for supplemental documents associated with SLAs, SLA management & reporting process
14. The solution most allow for customization of the service level agreement.
15. The solution must have the ability to define and calculate key performance indicators from an End to End Business Service delivery perspective.
16. The solution supports dynamic service level targets to reflect obligations importance and priority over time.
17. The solution must manage metrics across- Customer, Business unit, Services, products etc.
18. The solution must have the ability to manage multiple SLAs for the same contract party
19. The solution must support targets by time period and manage time zones for service levels
20. Manage scheduled and un-scheduled maintenance windows
21. The solution must provide a configurable, printable version of SLA.
22. The solution must support SLA approval/validation workflow
23. The solution must provide SLA Risk Analysis/ Benchmarking
24. The solution support role base access to service level agreements and sections in the service level agreements.
25. The solution must support aggregation and correlation of performance data relatively to contractual agreements.
26. View of Contract Parties & current SLA delivery levels
27. The solution must support standard and user configurable aggregation
28. Support for Viewing of Service Level info at any aggregated level
29. The solution supports SLA Alerts escalation and approval process.
30. The solution must support capabilities for investigating the root causes of failed service levels.
31. The solution must make it possible to find the underlying events that cause the service level contract to fail.
32. The solution must provide annotation capabilities that must appear in reports generated against the service level.
33. Accept Data from a variety of formats
34. Provide connectors and adapters wherever required
35. Timing for collection of data is configurable
36. Ability to define Adapters to data source in a visual manner without coding.
37. The solution supports historical and concurrent service level reports.
38. Design, customize, & Generate reports easily & based on User Roles
39. The solution must provide capabilities for minimizing the administrative overhead in generating and creating reports.
40. The system must provide Service Level Performance Report over time, contract, service and more.
41. The system must include the ability to generate customer SLA document from SLA information entered in the solution
42. Ad-hoc Report Generation & Templates
Seal & Signature of the Auth. Sign. Page 164 of 244
Sl. No.
Description of Features/ Components Compliance (Yes/
No)
Deviations, if Any
Pg. No. of specs attached
43. Automatic Report creation, execution and Scheduling
44. The solution must support a wide variety of export formats including Microsoft Word, Adobe PDF etc.
45. The look-and-feel of the reports must be user configurable and supports standard templates and designs stored in design repository.
46. The solution must support Templates for report generation
47. Context sensitive Drill-down on specific report data
48. The solution most allow the distribution of reports to appropriate roles/people, through Web-based interface/ Web Portal, or via email
49. The solution must support single sign-on as well as integrate LDAP for user login and authentication.
50. The solution must support confidentiality of the data
51. Support for Defining and Calculating service Bonuses based on clauses in SLAs
52. Support for penalty, credits and chargeback calculations.
Item No. 12: Hardware Requirement for EMS solution
The bidder is required to propose the required hardware, OS, databases and any third party
software/hardware required to run the proposed EMS tools. It shall be the sole responsibility
of bidder to propose the adequate hardware resources so as to fulfill the performance levels
and scalability considerations of the proposed tools.
All the servers proposed should be blade server.
The bidder is required to quote and fill the number and type of hardware required for
deployment of EMS solution in Annexure-27 and fill the total cost filled in financial bid of Sl.
No. 2 of BoQ8 and BoQ9.
Item No. 13: UPS for Centralized NOC (10KVA)
Sl. No.
Particulars Specifications Compliance Yes/No
Pg. No. of Tech. specs
attached
Make offered
Model offered
1 UPS Capacity in KVA 10 KVA (Online)
1.1 Topology Double Conversion, with capable to work in redundant (1+1) and paralleling / load sharing mode.
2 Input
2.1 Nominal input voltage 415V 3 Phase +/- 10% V
2.2 Input frequency 50 Hz +/- 3 Hz
3 Output
3.1 Output power 10000 VA
Seal & Signature of the Auth. Sign. Page 165 of 244
Sl. No.
Particulars Specifications Compliance Yes/No
Pg. No. of Tech. specs
attached
capacity (VA)
3.2 Power factor 0.8
3.3 Output power capacity (W)
8000 W for single unit
3.4 Nominal output voltage
230 V (single phase)
3.5 Output voltage distortion
less than +/- 5% at full load
3.6 Output frequency 50 Hz +/- 3 Hz
3.7 Crest factor 03:01
3.8 Waveform type Pure sine wave
3.9 UPS Warranty 5 years
4 Batteries
4.1 Battery type Sealed maintenance free VRLA type provided with battery stand
4.2 Battery Make Exide/ Amar Raja/ Panasonic/ Numeric/ HBL/ Amron/ Okaya
4.3 VAH Required in each battery set
Min. 42000
4.6 Battery charging time 10 to 12 Hrs.
4.7 Charger capacity Minimum 10% of battery AH
4.8 Battery transfer time 4 ms or better
4.9 Battery Warranty 3 years
5 Communication & Management
5.1 Interface port RJ-45, SNMP from day one
5.2 Inverter Efficiency 90%
5.3 Overall Efficiency 90%
5.4 Automatic restart of load
Required
5.5 Cold Start capability Required
5.6 Generator compatibility
To provide Clean uninterrupted power when Generator is used.
5.7 LED/ LCD display
A) Online
B) On Battery
C) Overload
5.8
Alarms A) On battery
B) low battery
5.9 Environmental
5.9.1 Operating Temperature
0 to 40 deg.C
5.9.2 Humidity 95% non-Condensing at 40deg.C
5.10 Noise level less than 60 dB @ 1 Meter
5.11 Approvals CE/ EN 50091-1/ EN 50091-2 compliant UPS
Seal & Signature of the Auth. Sign. Page 166 of 244
Sl. No.
Particulars Specifications Compliance Yes/No
Pg. No. of Tech. specs
attached
6 Protections
6.2 Sustained input over voltage protection
Required
7. Isolation Transformer
7.1 General Inbuilt Galvanic Isolation Transformer should be in Output
7.2 Protection Should provide protection from surges & spikes.
Item No. 14: Router at Centralized NOC
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
Hardware and Interface Requirement
Minimum 4 x 1GE WAN ports. Out of four, minimum two ports should be SFP based and support direct single mode fiber termination.
Should have at least 1 open slots for LAN or WAN module
Performance Requirements
Packet forwarding rate -> Minimum 7.44 Mpps or more Backplane Capacity -> Minimum 10 Gbps or more
Quality of Service (QoS)
Should have marking, policing and shaping
Routing Protocol
IPv4 and IPv6 enabled from day one
HSRP/VRRP, Static Routes, RIPv1, RIPv2, RIPng, OSPFv2, OSPFv3, BGP4, MBGP, BFD, IP and MPLS features, Policy based routing enabled from day one
IPv4 Multicast features
Should have IGMP v1,v2 & v3, PIM-DM, PIM-SM, MSDP from day one
System Management and Administration
Should have feature of configuration rollback
Accounting of traffic flows for network planning and security purposes
Should have provision of network performance monitoring features like delay, latency, jitter, packet loss etc.
Should have SNMPv1, v2 and v3
Security features
Should have AAA using RADIUS or TACACS+
Should have Packet Filtering mechanism using access control lists.
Routers should have DES, 3DES, AES
Seal & Signature of the Auth. Sign. Page 167 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
encryption & MD5 authentication
Should have other IP Services like GRE tunneling, ACLs, IPSEC VPNs, NAT services from day one
Other Features Should have secure shell for secure connectivity
Should have console port and an external modem for remote management
Pre-planned scheduled Reboot Facility
Real Time Performance Monitor – service-level agreement verification probes/alerts
Load Balancer Should have load sharing capability for termination and un-interrupted fail over between multiple links (Minimum 4 links) along with required protocol & configuration features and licenses.
Industry Standards & Certifications
EAL3 or NDPP certified
Item No. 15: 24port Managed L3 switch with Jack Panel at Centralized NOC
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
Features Minimum 24 No’s of 10/100/1000 SFP ports with minimum 2 No. of additional 1000 BaseSx/ 1000BaseLx SFP/GBIC ports for uplink.
19” Rack Mountable stackable switch with support for stacking upto minimum 4 switches into a single stack.
Topology: Should be configured to work in redundant (1+1) active-active mode
Switching capacity of 52 Gbps or more
Packet Forwarding rate of 38Mpps or higher
MAC address table of minimum of 8k per switch and 1000 VLAN
Should have support for external/internal redundant power supply
Should be IPV4 & IPv6 enabled from day one
Should have IEEE 802.3ad Link Aggregation Control Protocol (LACP) with up to 8 links (ports) per trunk.
Should have IEEE 802.1.d STP, IEEE 802.1s multiple spanning tree protocol, IEEE 802.1w RSTP, IEEE 802.1p QoS, IGMP snooping, static routes etc.
Features of access port security, TACACS/TACACS+, RADIUS, DHCP, DHCP snooping, FTP/TFTP, SNMPv1, v2
Seal & Signature of the Auth. Sign. Page 168 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
and v3, TELNET, SSH, IPv6 DHCP, IPv6 filters, IGMP snooping
Should have console port for administration & management, CLI and GUI using secure web interface
Advanced routing protocols: OSPF, OSPFv3, PIM, MLD, LLDP and LLDP-MED capabilities, IGMPv1, v2, and v3, PIM-SM / DM, PIM-SSM, Multicast VLAN, RIP, OSPF, VRRP, PBR enabled from day one.
Should have feature of unicast routes & multicast routes configuration as required
Switch should be provided with Jack panel loaded with I/O.
Certifications EAL-2 or NDPP certified
Item No. 16: 24 port Managed L2 switch with Jack Panel at Centralized NOC
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
Features Minimum 24 No’s of 10/100/1000 Base-T PoE ports with minimum 2 No. of additional 1000BaseSx/ 1000BaseLx SFP/GBIC ports for uplink.
19” Rack Mountable stackable switch with support for stacking upto minimum 4 switches into a single stack.
Switching capacity of 52 Gbps or more
Packet Forwarding rate of 38Mpps or higher and minimum 512 VLANs
MAC address table of minimum of 8k per switch
Should have support for external/internal redundant power supply
Should be IPV4 & IPv6 enabled from day one
Should have IEEE 802.3ad Link Aggregation Control Protocol (LACP) with up to 8 links (ports) per trunk.
Should have IEEE 802.1.d STP, IEEE 802.1s multiple spanning tree protocol, IEEE 802.1w RSTP, IEEE 802.1p QoS, IGMP snooping, static routes etc.
Features of access port security, TACACS/TACACS+, RADIUS, DHCP, DHCP snooping, FTP/TFTP, SNMPv1, v2 and v3, TELNET, SSH, IGMP snooping.
Should have console port for administration & management, CLI and GUI using secure web interface.
Switch should be provided with Jack panel loaded with I/O.
Seal & Signature of the Auth. Sign. Page 169 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Certifications EAL-2 or NDPP certified
Item No. 17: 42U Rack
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs attached
Make Offered
Model Offered
Height 42 U
Type Floor mount with caster wheels
Wire managers Two vertical and four horizontal
Power distribution
(10 points – 5Amp sockets and 10 points – 15Amps) power distribution
Door Perforated metallic door in front with lock
Fan trays With 4 fans
Depth 1000 mm
Metal Aluminum extruded profile
Side panels Detachable side panels
Width 19” equipment mounting, extra width is recommended for managing voluminous cables
Castors Suitable castors with brakes.
Item No. 18: Desktop Computer for Centralized NOC
Item No. 18.1: Desktop PC-1 with Dual Monitor
Sl. No.
Item Description of Requirement Compliance
Yes / No Deviations,
if Any
Pg. no. of specs attached
Make Offered
Model Offered
1. Processor Intel Core i7-4770 Processor, minimum
8M Cache with min. frequency of 3
GHz or higher
2. Display Screen
Two minimum 19” LED Backlit color display. Display resolution 1920x1080p or higher
3. RAM 8GB RAM DDR III 1600 Mhz. and above
4. HDD 500 GB 7200 RPM SATA II and above
5. Chipset Intel® Q87 Chipset on OEM Motherboard.
6. Operating System
Windows 8 with Media and documentation (With Recovery & Driver CDs)
7. Graphics Should support dual monitor display from day 1 for NOC utility
8. Network IEEE802.11 b/g/n, 10/100/1000 LAN
9. Keyboard Standard 104 keys USB interface keyboard of same OEM make
Mouse Two button USB Optical scroll mouse
Seal & Signature of the Auth. Sign. Page 170 of 244
Sl. No.
Item Description of Requirement Compliance
Yes / No Deviations,
if Any
Pg. no. of specs attached
of same OEM make.
10. Antivirus 5 year validity with upgrades/ patches support
11. Connectivity 1. Headphone jack 2. Microphone jack 3. Four external USB3.0 (minimum
two in front), USB2.0 x 2 (min.)
12. Certification Windows 8 Certified, Energy Star 5 or higher
Item No. 18.2: All in one Desktop PC-2
Sl. No.
Parameter Description of Requirement Compliance
Yes / No Deviations,
if Any
Pg. no. of specs attached
Make Offered Model Offered
1. Processor Intel Core i7-4770 Processor, minimum
8M Cache with min. frequency of 3
GHz or higher
2. Display Screen
Minimum 19” LED Backlit color display. Display resolution 1920x1080p or higher
3. RAM 4GB DDR3 1600 Mhz and above
4. HDD 500 GB 7200 RPM SATA II and above
5. Chipset Intel® Q87 Chipset on OEM Motherboard.
6. Operating System
Windows 8 (Professional)
7. Graphics Intel® HD Graphics (Integrated)
8. Network IEEE802.11 b/g/n, 10/100/1000 LAN 9. Keyboard Standard 104 keys USB interface
Mouse Standard Optical with USB interface.
10. Antivirus 5 year validity with upgrades/ patches support
11. Connectivity 1. Headphone jack 2. Microphone jack 3. USB3.0 x 2, USB2.0 x 2 (min.) 4. 1 Display Port/VGA/HDMI
12. Certification Windows 8 Certified, Energy Star 5 or higher
Item No. 19: Video wall at Centralized NOC
Item No. 19.1: Display Units (LED LCD professional display)
Item Description of Requirement Compliance
(Yes/No)
Pg. No. of specs
attached
Make Offered
Model Offered
Seal & Signature of the Auth. Sign. Page 171 of 244
Item Description of Requirement Compliance
(Yes/No)
Pg. No. of specs
attached
General Minimum 55” (diagonal) LED LCD color professional display unit of 1920x1080p or higher resolution with required cables and connectors for building video wall in proposed NOC of any CR (Column & Row) combination matrix upto 12 screens with capabilities to play audio, video, images, PPT & flash files etc.
The video wall of any matrix combination (CR) should be capable of displaying multiple type of outputs as desired in NOC facility. For e.g. A video wall of 3x4 matrix should be capable of displaying high severity alarm monitoring output of EMS in one quadrant of 2x2 matrix, IT Service Desk escalation ticketing queue in second quadrant of 2x1 matrix, Network Service dashboard in 3rd quadrant of 2x1 matrix and VSAT Service dashboard in 4th quadrant of 2x2 matrix or any other required matrix combination.
The screens may be utilized to build upto three video walls of any required matrix combination i.e., 1x1 to m x n upto total of 12 screens
Fitting The screen should be supplied with wall mount kit or any other suitable fittings.
Orientation The screen should have provision of convenient content creation & management with image rotation to make video wall either in portrait or landscape mode.
Thickness Bezel to Bezel -> Maximum 3.5 mm
Brightness 500nits or more
Contrast Ratio 3,500:1 for FHD or 1,500:1 for UHD
Viewing Angle (Horizontal/ Vertical)
178° / 178°
Response Time (G-to-G)
8ms
Input Video: RGB In, VGA D-SUB, DVI-D (Dual Link), DisplayPort 1.2, Component (CVBS), Minimum 2 HDMI Audio: Stereo Mini Jack Connectivity
Output Video: DisplayPort 1.2 Audio: Stereo Mini Jack
External Control RS232C (In / Out), RJ45
IO Ports Minimum 2 x USB 2.0
Speaker Should have minimum two in-built stereo speakers
Power Power Supply: AC 100 – 240 V, 50/60 Hz Power Consumption: Sleep Mode: less than 1 W Off Mode: less than 1 W
Remote Control Wireless remote control with each display unit along with batteries
Certification Energy Star 5.0 (India/USA) and BIS UL (USA)/CE for Safety FCC for radiations regulations
Seal & Signature of the Auth. Sign. Page 172 of 244
Item Description of Requirement Compliance
(Yes/No)
Pg. No. of specs
attached
Warranty 5 years comprehensive onsite from the Manufacturer
Item No. 19.2: Display Controller for Video Wall
Item Description of Requirement Compliance
(Yes/No)
Pg. No. of specs
attached
Make Offered
Model Offered
General Display Controller to control upto three Video Walls in a matrix of m x n (any combination of Row & Column) upto total of 12 screens, video inputs and universal inputs along with necessary wall management software’s
Networking Dual-port Gigabit Ethernet Controller inbuilt
Support for Add on Network adapters
Wall configuration
12 DVI-D Outputs
Resolution output support
Minimum 1920x1080 or higher
Universal Inputs 12 Universal Inputs (Should be able to accept at least 4 kinds of signals i.e. DVI/RGB/Component Video)
Redundancy Support
System Should have the redundancy support for following:
Controller Hard Disk Data
Power Supply
LAN
Software Compatible Video Wall Management software to meet the required functionality
D. Passive Items
Item No. 20: Passive Components
Item No. 20.1: UTP CAT6 Cable
Item Description of Requirement Compliance
(Yes/No) Deviations
, if Any
Pg. No. of specs
attached
Make Offered
Model Offered
Type Four pair Unshielded Twisted Pair Category 6, TIA/EIA 568-C.2 (1 Gigabit)
Conductors 23 AWG copper cable with integral cross member pair separator and LSZH (Low smoke zero halogen) sheath
Speed Shall support network line speed up to 1Gbps
Approvals ETL verified to TIA/EIA 568- C.2 (1 Gigabit) Cat 6 or physical & Electrical
Seal & Signature of the Auth. Sign. Page 173 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations
, if Any
Pg. No. of specs
attached
specifications / standards
Others Length printed on the outer jacket of the cable after every meter
Fire Rating IEC 60332-1
Item No. 20.2: UTP Patch Cord (7 ft.)
Item Description of Requirement Compliance
(Yes/No) Deviations,
if Any
Pg. No. of specs
attached
Make Offered
Model Offered
Length 7 Feet
Conductor
Four pair 24 AWG Copper Cable with integral cross member pair, and factory molded RJ-45 plugs at both ends, LSZH sheath.
Cable Type ISO/IEC 11801:2002, TIA568-C.2 Cat 6 for physical & Electrical specifications / standards or higher
Item No. 20.3: Information/Outlets (I/O)
Item Description of Requirement Compliance (Yes/No)
Deviations, if Any
Pg. No. of specs attached
Make Offered
Model Offered
Type TIA/EIA-568-C.2 Component Compliant (1Gigabit) standard or higher
Features Surface mount box with single RJ45 socket to terminate UTP CAT 6 Cable
Gold plated contact surface
Protection Provision of shutter for protection against dust on Faceplate or I/O
Identification Provision of labelling icons and strips
Item No. 21: Preparation of Earth
The specification covers preparation of earthing along with the enhancing material required for maintaining the resistance as specified in RFP.
Seal & Signature of the Auth. Sign. Page 174 of 244
The material offered shall conform to relevant standard and high quality and workmanship capable to perform continuous and satisfactory operations in the actual service conditions at site.
Item Description of Requirement Compliance
(Yes/No) Deviations, if Any
Pg. No. of specs
attached Make Offered
Model Offered
Earth Electrode
The material should have good electrical conductivity & should not corrode in a wide range of soil conditions.
Mild Steel Electro galvanized bus bar of appropriate size should be welded/ bolted to earth electrode pipes or connected with the help of stainless steel nut bolts of appropriate size.
The bus bar connection plate should have 3 holes of 12mm dia. placed at 50mm apart on either side (Total 6 holes) for connecting earth conductor complete with excavation, civil works, and cast iron covered with back fill compound.
The voltage between Neutral & Earth should not exceed more than 2 volts.
Electrode size – 3mtrs.
Earth Enhancement Material (Back fill compound)
The material should be of superior conductive material so that it improves the earthing effectiveness especially in areas of poor conductivity such as rocky ground, sandy soil & areas of moisture variation.
It shall be placed around earth electrode in the earth pit to improve the conductivity of earth electrode & ground contact area.
The material shall be supplied in sealed moisture proof bags.
These bags shall be marked with the name of the manufacturer or trade name, quantity, batch no., date of manufacture etc.
It shall not depend on the continuous presence of water to maintain its conductivity.
Material shall be nontoxic, nonreactive, non-explosive & noncorrosive
Temp. Range 0ºC to 60ºC
Resistivity Below 0.5 ohm-meter at HUB location & CINOC location AND
Seal & Signature of the Auth. Sign. Page 175 of 244
Item Description of Requirement Compliance
(Yes/No) Deviations, if Any
Pg. No. of specs
attached Below 2 ohm at VSAT remote location & terrestrial link location
Moisture Retain more than 10% moisture at 105ºC
Material Type Should be a little alkaline in nature with pH value of > 7 & < 9
Material shall not decompose or leach out with time
Environment It shall not pollute the soil or local water table & shall meet environmental friendly requirement for landfill.
Pit Cover Cement Removable Cover
Standards IS: 3043/ 1987
Certification OEM certificates should be provided for verification of specifications/parameters.
Note: Bidder would be responsible for: - Conduit and channelling of PVC Conduits/ Casing Capping on walls. The Conduits/ Casing Capping should be marked with “IT Wiring” at regular interval of
lengths as an identification mark, I/O Fixing & Termination at Both Ends, Cable Laying of
UTP Cable, testing & certification for UTP IO Nodes, etc.
ANNEXURE-3: MANPOWER DEPLOYMENT
Seal & Signature of the Auth. Sign. Page 176 of 244
1) The selected bidder is required to deploy the minimum number of dedicated
skilled manpower as mentioned below along with required tools, equipment
and facilities to carry out the scope of work.
2) The selected bidder, is required to deploy CINOC personnel as per work order.
The manpower may be increased or decreased as per requirement by giving
two month time. The payment shall be made as per actuals.
3) The selected bidder, if required, may also deploy additional field engineer with
required machines and tools for smooth implementation /functioning/ O&M of
the project, at no extra cost to purchaser.
4) The manpower will be deployed exclusively for the RAJNET project and cannot
be shared by the bidder for other purposes.
5) Non-deployment/ non availability of the required manpower shall attract penalty
as per SLA.
6) In the event of non-deployment/ non availability of the committed manpower on
account of any cause, the bidder must inform the same in writing to
RISL/DoIT&C and replace the person with equivalent qualification and
experience. The SLA shall be applicable for such case also.
7) The Bidder shall be required to ensure availability of manpower and submit the
attendance certified by concerned government official along with bills.
8) The Program Manager should necessary be on roles of Sole Bidder/Lead
Bidder and is deputed for entire project duration. The Program Manager would
also be the in-charge of the HUB & NOC apart from Project Management.
9) The rates of manpower shall be on RRC mode applicable for 5 years.
10) Maximum 10 days leave in a calendar year shall be permissible to individual
manpower. The leave cannot be accumulated or taken in advance. The Leave
shall be granted in such a way that work is not hampered. For additional leave,
suitable alternate arrangement shall be made by the bidder.
11) The Bidder shall be required to ensure availability of manpower and submit the
attendance certified by concerned government official along with bills.
12) The resources deployed may be utilized by RISL/GoR for other IT activities of
RISL/ GoR.
Seal & Signature of the Auth. Sign. Page 177 of 244
Sl. No.
Role Project Stages Working Hours Desirable Qualification
and Experience Roles & Responsibilities
1. 1 x Program Manager (at DoIT&C, Jaipur)
Implementation, O&M, Exit Management
Office hours of Government of Rajasthan/RISL and on demand.
B.E / B.Tech + PMP certified.
Shall be responsible for overall management of the Project and shall be posted within 21 days from the date of issue of work order till 30 days after handover of the project. The program manager shall be responsible for timely commissioning & execution of the project. He will also be responsible for Liaison with RajSWAN, SECLAN, GRAMSAT, RSDC Operator and Transfer of assets in proper working condition etc. The Program Manager deputed at DoIT&C, Jaipur shall be the single point of contact (SPOC).
Fluency in English/ Hindi
8+ years of post-qualification work experience in deployment of network infrastructure / project management/ IT/Telecom
2. 2 x Project Lead (NOC + Network)
O&M and Exit management
Office hours of Government of Rajasthan/RISL and on demand.
B.E / B.Tech + CCNP/ITILv3 certified.
Shall be responsible for operations, maintenance & management of NOC and Network related domain respectively. Shall be posted for a period of 5 years from the date of GO-LIVE. They be the L3 technical resources of the respective domain for fault resolution, knowledge transfer and skills enhancement of available resources in the team. They will be responsible for management of any upcoming change requests from various departments and end-users.
Fluency in English/ Hindi
5+ years of post-qualification work experience in IT/Telecom
3. 2x Technical Specialist (Network + EMS)
O&M For day time operations the Engineers should be deputed in 2 shifts and on
B.E / B.Tech in CS/ IT/ Electronics or equivalent + CCNA/ ITILv3 certified/ OEM certified.
Shall be the L2 senior technical resources responsible for resolution of events pertaining to EMS, VSAT and networking & allied hardware of RAJNET Project. These senior personnel will be
Seal & Signature of the Auth. Sign. Page 178 of 244
Sl. No.
Role Project Stages Working Hours Desirable Qualification
and Experience Roles & Responsibilities
demand. Fluency in English/ Hindi
responsible for fault resolution and rectification. These resources will also be responsible for initiating recovery plan in case of pre-failure alerts pertaining to IP devices under RAJNET Project occurs. Shall be posted for a period of 5 years from the date of GO-LIVE.
5+ years of post-qualification work experience in IT/Telecom
4. 5 x IT Management Engineer
O&M For 24x7 operations the Engineers should be deputed in 3 shifts.
B.E / B.Tech in CS/ IT/ Electronics or equivalent
Shall be the L2 resources responsible for handling EMS tools, monitoring and diagnosis of network events and troubleshooting. Shall be the second level of defence across all type of reported calls/events. Shall be responsible for proactive, preventive and reactive monitoring of events, routine administration and health check-up and overall fault management and rectification of RAJNET. Shall be posted for a period of 5 years from the date of GO-LIVE.
Fluency in English/ Hindi
3+ years of relevant post-qualification work experience in IT/Telecom/ Network Management
5. 2 x NOC Support Engineer (at DoIT&C, Jaipur)
Pre-Captive HUB from the date of 1st stage of GO-LIVE
For day time operations the Engineers should be deputed in 2 shifts and on demand.
BCA/ PGDCA/ Diploma in Electronics / IT/ CS or higher in same domain Fluency in English/ Hindi 2+ years of relevant post-qualification work experience in
Shall be responsible for network monitoring of the VSAT solution deployed including co-ordination in bandwidth management & maintenance and submission of required reports. Monitoring of the network when the network operates through Bidders shared hub. The engineers should be equipped with laptop and should be available on mobile phone for support. The monitoring engineers should provide all required support for
Seal & Signature of the Auth. Sign. Page 179 of 244
Sl. No.
Role Project Stages Working Hours Desirable Qualification
and Experience Roles & Responsibilities
IT/Telecom smooth migration of sites from Bidders Hub to RISL Captive Hub.
6. 10 x NOC Support Engineers
O&M For 24x7 operations the Engineers should be deputed in 3 shifts.
Shall be L1 resources responsible for providing L1 support, filtering and categorization of calls based on first level diagnosis based on nature and criticality of the call pertaining to NOC and Network Infrastructure.
7. 10 x VSAT Support Engineers
Post-Captive For 24x7 operations of the hub. Engineers should be deputed in 3 shifts
B.E/ B.Tech Shall be mainly responsible for proper O&M of all hardware and software of CAPTIVE HUB which includes timely back-up, preventive maintenance, update, up-grade of all required patches/software, inventory management, maintenance of passive and active components etc. They should also carry out bandwidth management activities as and when required.
Fluency in English/ Hindi
3+ years of post-qualification work experience in Telecom/ Information Technology (IT)
8. 17 x IT Helpdesk Engineers
O&M For 24x7 operations of the hub. Engineers should be deputed in 3 shifts
Diploma/Graduate or higher
Shall be responsible for network monitoring of the VSAT solution & Terrestrial solution deployed, Fault management & maintenance, activities defined in Helpdesk Management and submission of required reports. The helpdesk engineer is required to attend calls and provide telephonic technical support to VSAT End-locations, Hub and Terrestrial end-location.
Fluency in English/ Hindi
2+ years of relevant post-qualification work experience in IT
9. 240 x Field Engineers
O&M Office working hours and on
BCA/ PGDCA/ Diploma in Electronics / IT/ CS
Shall be responsible for operations & maintenance of VSAT solution &
Seal & Signature of the Auth. Sign. Page 180 of 244
Sl. No.
Role Project Stages Working Hours Desirable Qualification
and Experience Roles & Responsibilities
one at each Block
demand or higher in same domain
Terrestrial solution deployed, Fault management & maintenance etc.
Fluency in English/ Hindi
1+ years of post-qualification work experience in IT/Telecom
Seal & Signature of the Auth. Sign. Page 181 of 244
ANNEXURE 4: PRE BID QUERIES FORMAT
(To be filled by the Bidder)
Name of the Company/Firm: _________________________________________________________
Bidding document Fee Receipt No. __________________Dated _____________for Rs. __________/-
Name of Person(s) Representing the Company/ Firm:
Name of Person Designation Email-Id(s) Tel. Nos. & Fax Nos.
Company/Firm Contacts:
Contact Person (s) Address for
Correspondence
Email-Id(s) Tel. Nos. & Fax Nos.
Query/Clarification Sought:
(MS-Excel Sheet Format)
Sl.
No.
Bidder
Name
RFP
Chapter
No.
RFP
Clause
No.
RFP Page
No.
Clause
Details as per
RFP
Query/Clarification/
Suggestion
Note: Queries must be strictly submitted only in the prescribed format (.XLS/ .XLSX/ .ODF).
Queries not submitted in the prescribed format will not be considered/ responded at all by the
tendering authority. Also, kindly attach the colored scanned copy of the receipt towards the
submission of the bid document fee. Also, the bidders having purchased the tender/ RFP
document will only be responded to i.e. their pre-bid queries will be entertained and
responded. Also, the softcopy of the queries (only in MS-Excel Sheet format) should also be
submitted through e-mail at [email protected]
Seal & Signature of the Auth. Sign. Page 182 of 244
ANNEXURE-5: BIDDER’S AUTHORIZATION CERTIFICATE
{To be filled by the bidder}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
I/ We {Name/ Designation} hereby declare/ certify that {Name/ Designation} is hereby
authorized to sign relevant documents on behalf of the company/ firm in dealing with NIB
reference No. ______________________ dated _________. He/ She is also authorized to
attend meetings & submit technical & commercial information/ clarifications as may be
required by you in the course of processing the Bid. For the purpose of validation, his/ her
verified signatures are as under.
Thanking you,
Name of the Bidder: - Verified Signature:
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Seal & Signature of the Auth. Sign. Page 183 of 244
ANNEXURE-6: DRAFT AGREEMENT FORMAT
{To be mutually signed by selected bidder and procuring entity}
This Contract is made and entered into on this ______day of ________, 2014 by and between
RajCOMP Info Services Limited (RISL), having its head office at First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302005, Rajasthan (herein after referred to as Purchaser/ RISL) which
term or expression, unless excluded by or repugnant to the subject or context, shall include
his successors in office and assignees on ONE PART
And
M/s__________________, a company registered under the Indian Companies Act, 1956 with
its registered office at _____________________ (herein after referred as the “Successful
Bidder/ Supplier”) which term or expression, unless excluded by or repugnant to the subject or
context, shall include his successors in office and assignees on the OTHER PART.
Whereas,
Purchaser is desirous of appointing an bidder for “SETTING-UP OF VSAT NETWORK UP TO
GRAM PANCHAYTS IN RAJASTHAN” as per the Scope of Work and Terms and Conditions
as set forth in the RFP document dated _________ of <NIB No _________________>.
And whereas
M/s______________represents that it has the necessary experience for carrying out the
overall work as referred to herein and has submitted a bid and subsequent clarifications for
providing the required services against said NIB and RFP document issued in this regard, in
accordance with the terms and conditions set forth herein and any other reasonable
requirements of the Purchaser from time to time.
And whereas
Purchaser has accepted the bid of M/s__________ and has placed the Work Order vide
Letter No. __________________ dated _______, on which M/s__________ has given their
acceptance vide their Letter No._____________ dated ____________.
And whereas
M/s_______________ has deposited a sum of Rs. ________________/- (Rupees
_________________) in the form of __________________ ref no. _________________
dated ______________ of ____________ Bank and valid up to _____________ as security
deposit for the due performance of the contract.
Now it is hereby agreed to by and between both the parties as under: -
Seal & Signature of the Auth. Sign. Page 184 of 244
1. The NIB Ref. No. ____________________________ dated ___________ and RFP
document dated _________ issued by RISL along with its enclosures/ annexures,
wherever applicable, are deemed to be taken as part of this contract and are binding on
both the parties executing this contract.
2. In consideration of the payment to be made by RISL to M/s______________ at the rates
set forth in the Financial Bid, will duly supply the said articles set forth in “Annexure-I: Bill
of Material” thereof and provide related services in the manner set forth in the RFP, along
with its enclosures/ annexures and Technical Bid along with subsequent clarif ications
submitted by M/s__________.
3. The RISL do hereby agree that if M/s___________ shall duly supply the said articles and
provide related services in the manner aforesaid observe and keep the said terms and
conditions of the RFP and Contract, the RISL will pay or cause to be paid to
M/s___________, at the time and the manner set forth in the said conditions of the RFP,
the amount payable for each and every project milestone & deliverable. The mode of
Payment will be as specified in the RFP document.
4. The timelines for the prescribed Scope of Work, requirement of services and deployment
of technical resources shall be effected from the date of work order i.e. ____________
and completed by M/s_____________ within the period as specified in the RFP
document.
5. In case of extension in the delivery and/ or installation period/ completion period with
liquidated damages, the recovery shall be made on the basis of following percentages of
value of stores/ works which M/s______________has failed to supply or complete the
work: -
Sl.
No. Condition LD %*
a. Delay up to one fourth period of the prescribed period of commissioning of
work (GO-LIVE)
2.5 %
b. Delay exceeding one fourth but not exceeding half of the prescribed period
of commissioning of work (GO-LIVE)
5.0 %
c. Delay exceeding half but not exceeding three fourth of the prescribed
period of commissioning of work (GO-LIVE)
7.5 %
d. Delay exceeding three fourth of the prescribed period of commissioning of
work (GO-LIVE)
10.0 %
Note:
i. The percentage refers to the payment due for the associated milestone.
ii. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall
be eliminated if it is less than half a day.
iii. The maximum amount of agreed liquidated damages shall be 10%.
iv. If M/s____________requires an extension of time in completion of contractual
supply on account of occurrence of any hindrances, he shall apply in writing to the
authority which had placed the work order, for the same immediately on occurrence
of the hindrance but not after the stipulated date of completion of supply.
v. Delivery period may be extended with or without liquidated damages if the delay in
the supply of goods in on account of hindrances beyond the control of
M/s______________.
Seal & Signature of the Auth. Sign. Page 185 of 244
6. All disputes arising out of this agreement and all questions relating to the interpretation of
this agreement shall be decided as per the procedure mentioned in the RFP document.
In witness whereof the parties have caused this contract to be executed by their Authorized
Signatories on this _____day of _______________, 2014.
Signed By: Signed By:
( )
Designation:,
Company:
For
Chairman & Managing Director, RISL
In the presence of:
In the presence of:
( )
Designation:
Company:
( )
Designation:
( )
Designation:
Company:
( )
Designation:
Seal & Signature of the Auth. Sign. Page 186 of 244
ANNEXURE-7: BANK GUARANTEE FORMAT
{To be submitted by the bidder’s bank}
BANK GUARANTEE FORMAT – BID SECURITY
(To be stamped in accordance with Stamp Act and to be issued by a Nationalised/ Scheduled
bank having its branch at Jaipur and payable at par at Jaipur, Rajasthan)
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005 (Raj).
Sir,
1. In accordance with your Notice Inviting Bid for <please specify the project title> vide NIB
reference no. <Please specify> M/s. …………………………….. (Name & full address of
the firm) (Hereinafter called the “Bidder”) hereby submits the Bank Guarantee to
participate in the said procurement/ bidding process as mentioned in the bidding
document.
It is a condition in the bidding documents that the Bidder has to deposit Bid Security
amounting to <Rs. ______________ (Rupees <in words>)> in respect to the NIB Ref. No.
_______________ dated _________ issued by RISL, First Floor, Yojana Bhawan, C-
Block, C-Scheme, Jaipur, Rajasthan (hereinafter referred to as “RISL”) by a Bank
Guarantee from a Nationalised Bank/ Scheduled Commercial Bank having its branch at
Jaipur irrevocable and operative till the bid validity date (i.e. <please specify> days from
the date of submission of bid). It may be extended if required in concurrence with the bid
validity.
And whereas the Bidder desires to furnish a Bank Guarantee for a sum of <Rs.
______________ (Rupees <in words>)> to the RISL as earnest money deposit.
2. Now, therefore, we the ……………………………….…… (Bank), a body corporate
constituted under the Banking Companies (Acquisition and Transfer of Undertaking) Act.
1969 (delete, if not applicable) and branch Office I………………... (hereinafter referred to
as the Guarantor) do hereby undertake and agree to pay forthwith on demand in writing
by the RISL of the said guaranteed amount without any demur, reservation or recourse.
3. We, the aforesaid bank, further agree that the RISL shall be the sole judge of and as to
whether the Bidder has committed any breach or breaches of any of the terms costs,
charges and expenses caused to or suffered by or that may be caused to or suffered by
the RISL on account thereof to the extent of the Earnest Money required to be deposited
by the Bidder in respect of the said bidding document and the decision of the RISL that
the Bidder has committed such breach or breaches and as to the amount or amounts of
loss, damage, costs, charges and expenses caused to or suffered by or that may be
caused to or suffered by the RISL shall be final and binding on us.
Seal & Signature of the Auth. Sign. Page 187 of 244
4. We, the said Bank further agree that the Guarantee herein contained shall remain in full
force and effect until it is released by the RISL and it is further declared that it shall not be
necessary for the RISL to proceed against the Bidder before proceeding against the Bank
and the Guarantee herein contained shall be invoked against the Bank, notwithstanding
any security which the RISL may have obtained or shall be obtained from the Bidder at
any time when proceedings are taken against the Bank for whatever amount that may be
outstanding or unrealized under the Guarantee.
5. Any notice by way of demand or otherwise hereunder may be sent by special courier,
telex, fax, registered post or other electronic media to our address, as aforesaid and if
sent by post, it shall be deemed to have been given to us after the expiry of 48 hours
when the same has been posted.
6. If it is necessary to extend this guarantee on account of any reason whatsoever, we
undertake to extend the period of this guarantee on the request of our constituent under
intimation to you.
7. The right of the RISL to recover the said amount of <Rs. ______________ (Rupees <in
words>)> from us in manner aforesaid will not be precluded/ affected, even if, disputes
have been raised by the said M/s. ……….………………(Bidder) and/ or dispute or
disputes are pending before any court, authority, officer, tribunal, arbitrator(s) etc..
8. Notwithstanding anything stated above, our liability under this guarantee shall be
restricted to <Rs. ______________ (Rupees <in words>)> and our guarantee shall
remain in force till bid validity period i.e. <please specify> days from the last date of bid
submission and unless a demand or claim under the guarantee is made on us in writing
within three months after the Bid validity date, all your rights under the guarantee shall be
forfeited and we shall be relieved and discharged from all liability thereunder.
9. This guarantee shall be governed by and construed in accordance with the Indian Laws
and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the
purpose of any suit or action or other proceedings arising out of this guarantee or the
subject matter hereof brought by you may not be enforced in or by such count.
10. We hereby confirm that we have the power/s to issue this Guarantee in your favor under
the Memorandum and Articles of Association/ Constitution of our bank and the
undersigned is/are the recipient of authority by express delegation of power/s and
has/have full power/s to execute this guarantee under the Power of Attorney issued by
the bank in your favour.
Date ………………… (Signature) ……………………………………….
Place ………………… (Printed Name) ………………………………….
(Designation) ……………………………………
(Bank’s common seal) ………………………….
Seal & Signature of the Auth. Sign. Page 188 of 244
In presence of:
WTTNESS (with full name, designation, address & official seal)
(1) ………………………………………
………………………………………
(2) ………………………………………
………………………………………
Bank Details
Name & address of Bank:
Name of contact person of Bank:
Contact telephone number:
GUIDELINES FOR SUBMISSION OF BANK GUARANTEE
The Bank Guarantee shall fulfil the following conditions in the absence of which they cannot
be considered valid: -
1. Bank Guarantee shall be executed on non- judicial stamp paper of applicable value
purchased in the name of the bank.
2. Two persons should sign as witnesses mentioning their full name, designation, address
and office seal (if any).
3. The Executor (Bank Authorities) may mention the power of attorney No. and date of
execution in his/ her favour authorizing him/ her to sign the document. The Power of
Attorney to be witnessed by two persons mentioning their full name and address.
4. The Bank Guarantee should be executed by a Nationalised Bank/ Scheduled Commercial
Bank only.
5. Non – Judicial stamp paper shall be used within 6 months from the date of Purchase of
the same. Bank Guarantee executed on the non-judicial stamp paper after 6 (six) months
of the purchase of such stamp paper shall be treated as non-valid.
6. The contents of Bank Guarantee shall be strictly as per format prescribed by RISL
7. Each page of Bank Guarantee shall bear signature and seal of the Bank and B.G.
number.
8. All corrections, deletions etc. in the Bank Guarantee should be authenticated by signature
of Bank Officials signing the Bank Guarantee.
9. Bank should separately send through registered post/courier a certified copy of Bank
Guarantee, mentioning Bid reference, Bid title and bidder name, directly to the Purchaser
at the following address:
Seal & Signature of the Auth. Sign. Page 189 of 244
BANK GUARANTEE FORMAT – PERFORMANCE SECURITY (PBG)
(To be stamped in accordance with Stamp Act and on a Stamp Paper purchased from Rajasthan State
only and to be issued by a Nationalised/ Scheduled bank having its branch at Jaipur and payable at par
at Jaipur, Rajasthan)
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan, C-Block, C-Scheme, Jaipur-302005 (Raj).
1. In consideration of the RajCOMP Info Services Limited (hereinafter called "RISL") having
agreed to exempt M/s ..........................(hereinafter called "the said Contractor(s)" from the
demand, under the terms and conditions of an Agreement No..................................dated
.....................made between the RISL through …………………… and
.......................(Contractor) for the work .................(hereinafter called "the said
Agreement") of Security Deposit for the due fulfilment by the said Contractor (s) of the
terms and conditions contained in the said Agreement, on production of a Bank Guarantee
for Rs...................(rupees ........................................only), we ...................(indicate the
name of the Bank), (hereinafter referred to as "the Bank") at the request of
..................Contractor(s) do hereby undertake to pay to the RISL an amount not
exceeding Rs...................(Rupees..................................only) on demand.
2. We................. (Indicate the name of Bank), do hereby undertake to pay Rs....................
(Rupees............................only), the amounts due and payable under this guarantee
without any demur or delay, merely on a demand from the RISL. Any such demand made
on the bank by the RISL shall be conclusive as regards the amount due and payable by
the Bank under this guarantee. The Bank Guarantee shall be completely at the disposal of
the RISL and We....................... (Indicate the name of Bank), bound ourselves with all
directions given by RISL regarding this Bank Guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs......................
(Rupees....................only).
3. We.......................(indicate the name of Bank), undertake to pay to the RISL any money so
demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit
or proceeding pending before any Court or Tribunal or Arbitrator etc. relating thereto, our
liability under these presents being absolute, unequivocal and unconditional.
4. We.....................(indicate the name of Bank) further agree that the performance guarantee
herein contained shall remain in full force and effective up to <DATE> and that it shall
continue to be enforceable for above specified period till all the dues of RISL under or by
virtue of the said Agreement have been fully paid and its claims satisfied or discharged or
till the RISL certifies that the terms and conditions of the said Agreement have been fully
and properly carried out by the said Contractor(s) and accordingly discharges this
guarantee.
5. We ...........................(indicate the name of Bank) further agree with the RISL that the RISL
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Contractor(s) from time to time or to postpone for
any time or from time to time any of the powers exercisable by the RISL against the said
Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said
Seal & Signature of the Auth. Sign. Page 190 of 244
Agreement and we shall not be relieved from our liability by reason of any such variation,
or extension being granted to the said Contractor(s) or for any forbearance, act or
omission on the part of the RISL or any indulgence by the RISL to the said Contractor(s)
or by any such matter or thing whatsoever which would but for this provision, have effect
of so relieving us.
6. The liability of us ............................. (indicate the name of Bank), under this guarantee will
not be discharged due to the change in the constitution of the Bank or the contractor(s).
7. We .............................. (indicate the name of Bank), lastly undertake not to revoke this
guarantee except with the previous consent of the RISL in writing.
8. This performance Guarantee shall remain valid and in full effect, until it is decided to be
discharged by the RISL. Notwithstanding anything mentioned above, our liability against
this guarantee is restricted to Rs........................... (Rupees..............................only).
9. It shall not be necessary for the RISL to proceed against the contractor before proceeding
against the Bank and the guarantee herein contained shall be enforceable against the
Bank notwithstanding any security which the RISL may have obtained or obtain from the
contractor.
10. We .............................. (indicate the name of Bank) verify that we have a branch at Jaipur.
We undertake that this Bank Guarantee shall be payable at any of its branch at Jaipur. If
the last day of expiry of Bank Guarantee happens to be a holiday of the Bank, the Bank
Guarantee shall expire on the close of the next working day.
11. We hereby confirm that we have the power(s) to issue this guarantee in your favor under
the memorandum and articles of Association/constitution of our bank and the undersigned
is/are the recipient of authority by express delegation of power(s) and has/have full
power(s) to execute this guarantee for the power of attorney issued by the bank.
Dated..........................day of....................For and on behalf of the <Bank> (indicate the Bank)
Signature
(Name & Designation)
Bank's Seal
The above performance Guarantee is accepted by the RISL
For and on behalf of the RISL
Signature
(Name & Designation)
Seal & Signature of the Auth. Sign. Page 191 of 244
ANNEXURE-8: TENDER FORM
1) Addressed to:
Name of the Tendering Authority Managing Director
Address RajCOMP Info Services Limited (RISL)
C-Block, Ist Floor, Yojana Bhavan, Jaipur (Rajasthan)
– 302005
Telephone 5103902, 2226055
Tele Fax 0141-2228701
Email [email protected]
(please mention the NIB no. in the subject)
2) Firm Details:
Name of Firm
Name of CMD of the firm with email
id, contact number
Name of Contact Person with
Designation
Registered Office Address
Address of the Firm
Year of Establishment
Type of Firm
Put Tick( ) mark
Public Limited Private
Limited
Partnership Proprietary
Telephone Number(s)
Email Address/ Web Site Email: Web-Site:
Fax No.
Mobile Number Mobile:
Certification/Accreditation/Affiliation,
if Any
3) The requisite tender fee amounting to Rs. ________/- (Rupees <in words>) has been deposited
vide DD/BC/receipt no. _______ dated ___________.
4) The requisite RISL processing fee amounting to Rs. ________/- (Rupees <in words>) has been
deposited vide DD/BC/receipt no. _______ dated ___________.
5) The requisite EMD amounting to Rs. ________/- (Rupees <in words>) has been deposited vide
Banker’s Cheque/ DD No. ___________ dated ___________.
6) We agree to abide by all the terms and conditions mentioned in this form issued by the
Empanelment Authority and also the further conditions of the said notice given in the attached
sheets (all the pages of which have been signed by us in token of acceptance of the terms
mentioned therein along with stamp of the firm).
Date:
Name & Seal of the firm: ________________________
Authorized Signatory: ___________________________
Seal & Signature of the Auth. Sign. Page 192 of 244
ANNEXURE-9: COVERING LETTER – TECHNICAL BID
(To be submitted only on Letter Head duly signed by Auth. Sign.)
To, Managing Director, RajCOMP Info Services Limited (RISL), First Floor, Yojana Bhawan, C-scheme, Jaipur Rajasthan)
Ref: Request for Proposal (RFP) Notification dated............... No.......... Dear Sir, 1. I/We, the undersigned bidder, Having read & examined in detail, the Bid Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same.
2. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief.
3. I/ we hereby submit our token of acceptance to all the tender terms & conditions without any deviations. Hence, we are hereby submitting our Bid and offer to provide services to Purchaser for carrying out the project in accordance with your RFP. 4. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. 5. I/We agree to abide by this RFP for a period of 180 days from the closing date fixed for submission of bid as stipulated in the RFP document. 6. I/We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act, 1988”. 7. I/ We undertake, for timely establishment of a local office in Jaipur (if the award is made to us) and within 3 months from the date of issue of LOI. Or (strike out whichever is not applicable) We have an existing office at Jaipur at the following address: ....................................................................................................................... 8. I/We understand that the Purchaser is not bound to accept any bid received in response to this RFP. 9. In case we are engaged by the Purchaser, we shall provide any assistance/cooperation required by Purchaser, appointed auditing agencies (if any), state government officials and Other Stakeholders of the project for performing their duties with respect to this project. We understand that our non-cooperation for the same shall be grounds for termination of service.
Thanking you, Name of the Bidder: - Authorised Signatory: - Seal of the Organization: - Date: Place:
Seal & Signature of the Auth. Sign. Page 193 of 244
ANNEXURE-10: FINANCIAL BID COVER LETTER & FORMAT
(To be submitted only on Letter Head duly signed by Auth. Sign.)
To,
Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur (Rajasthan)
Reference: NIB No. : ___________________________________ Dated: __________
Dear Sir, We, the undersigned bidder, Having read & examined in detail, the Bidding Document, the receipt of which is hereby duly acknowledged, I/ we, the undersigned, offer to supply/ work as mentioned in the Scope of the work, Bill of Material, Technical specifications, Service Level Standards & in conformity with the said bidding document for the same. I / We undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this work. The prices are inclusive of all type of govt. taxes/duties. I / We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the schedule of Requirements. I/ We hereby declare that in case the contract is awarded to us, we shall submit the contract performance guarantee as prescribed in the bidding document. I / We agree to abide by this bid for a period of 180 days after the last date fixed for bid submission and it shall remain binding upon us and may be accepted at any time before the expiry of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. I/ We hereby declare that our bid is made in good faith, without collusion or fraud and the information contained in the bid is true and correct to the best of our knowledge and belief. We understand that you are not bound to accept the lowest or any bid you may receive. We agree to all the terms & conditions as mentioned in the bidding document and submit that we have not submitted any deviations in this regard. Date: Authorized Signatory Name: Designation:
Seal & Signature of the Auth. Sign. Page 194 of 244
Financial Bid Format
{To be submitted by the bidder only in BoQ format (.XLS) available at eProc portal}
1) CAPEX FOR VSAT CAPTIVE HUB (BoQ2)
Sl. No.
Item Description (CAPEX FOR VSAT CAPTIVE HUB)
Item Code / Make
Qty. Units Base Unit Cost in
INR (incl. all
incidental charges and all
Taxes but excl. Raj.
VAT)
Unit Installation
Charges including
WPC/SACFA/ any Other
Licenses in INR
Rajasthan VAT in INR
Service Tax
in INR
Total Unit cost
In INR (excl. RVAT and
service tax)
Total Cost in
INR (excl. RVAT and
service tax)
1 2 3 4 5 6 7 8 9 10=(6+7) 11=(4x10)
1.00 VSAT HUB item1.1 1.000 No. 0.00 0.00
2.00 VSAT Hub Baseband item1.2 1.000 No. 0.00 0.00
3.00 Hub Antenna (9 Meter nominal diameter) item1.3 1.000 No. 0.00 0.00
4.00 Block-Up Convertor (High Power amplifier) and LNB for HUB
item1.4 1.000 No. 0.00 0.00
5.00 20KVA UPS item5 2.000 Nos. 0.00 0.00
6.00 42U Rack item17 1.000 Nos. 0.00 0.00
7.00 Preparation of Earth item21 1.000 Nos. 0.00 0.00
8.00 UTP CAT6 Cable with fitting charges item20.1 200.000 Mtrs. 0.00 0.00
9.00 UTP Patch Cord - 7ft. item20.2 20.000 Nos. 0.00 0.00
10.00 Information/Outlets (I/O) item20.3 10.000 Nos. 0.00 0.00
11.00 Spectrum analyser (9 KHz – 26 GHz) with 5 year AMC
item 1.000 Nos. 0.00 0.00
12.00 Power meter with sensor and Toolkit with 5 year AMC
item 1.000 Nos. 0.00 0.00
13.00 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 195 of 244
2) OPEX FOR VSAT CAPTIVE HUB (BoQ3)
Sl. No.
Item Description (OPEX FOR VSAT CAPTIVE HUB)
Item Code / Make
Qty Units Base Unit Cost per anum in INR (incl.
all incidental charges and all
Taxes but excl.
service tax.)
Warranty Charges per anum
in INR
Rajasthan VAT in INR
Service Tax in
INR
Total Unit cost
In INR (excl. RVAT and
service tax)
Total Cost in INR for 5
years (excl. RVAT and
service tax)
1 2 3 4 5 6 7 8 9 10=(6+7) 11=(4x10)*5yr
1.00 VSAT HUB item1.1 1.000 No. 0.00 0.00
2.00 VSAT Hub Baseband item1.2 1.000 No. 0.00 0.00
3.00 Hub Antenna (9 Meter nominal diameter) item1.3 1.000 No. 0.00 0.00
4.00 Block-Up Convertor (High Power amplifier) and LNB for HUB
item1.4 1.000 No. 0.00 0.00
5.00 20KVA UPS item5 2.000 Nos. 0.00 0.00
6.00 42U Rack item17 1.000 Nos. 0.00 0.00
7.00 UTP CAT6 Cable with fitting charges item20.1 200.000 Mtrs. 0.00 0.00
8.00 UTP Patch Cord - 7ft. item20.2 20.000 Nos. 0.00 0.00
9.00 Information/Outlets (I/O) item20.3 10.000 Nos. 0.00 0.00
10.00 Spectrum analyser (9 KHz – 26 GHz) with 5 year AMC
item 1.000 Nos. 0.00 0.00
11.00 Power meter with sensor and Toolkit with 5 year AMC
item 1.000 Nos. 0.00 0.00
12.00 OPEX of Additional Item’s (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 196 of 244
3) CAPEX FOR VSAT REMOTE LOCATION (BoQ4)
Sl. No.
Item Description (CAPEX FOR VSAT REMOTE LOCATION)
Item Code / Make
Qty. Units Base Unit Cost in INR
(incl. all incidental
charges and all Taxes but
excl. Raj. VAT)
Unit Installation
Charges including
WPC/SACFA/ any Other Licenses
Rajasthan VAT on Base Unit in INR
Service Tax in INR
Total Unit cost
In INR (excl. RVAT and
Service Tax)
Total Cost in INR (excl. RVAT and
Service Tax)
1 2 3 4 5 6 7 8 9 10=(6+7) 11=(4x10)
1.00 VSAT MODEM (IDU) (512Kbps) item2.1.a 3600.000 Nos. 0.00 0.00
2.00 Out Door Unit (ODU) (2W) item2.1.b 3600.000 Nos. 0.00 0.00
3.00 VSAT MODEM (IDU) (1Mbps) item2.2.a 3600.000 Nos. 0.00 0.00
4.00 Out Door Unit (ODU) (4W) item2.2.b 3600.000 Nos. 0.00 0.00
5.00 Antenna Unit item2.3 7200.000 Nos. 0.00 0.00
6.00 Portable VSAT - BUC item3.1 2.000 Nos. 0.00 0.00
7.00 Portable VSAT - Antenna Unit item3.2 2.000 Nos. 0.00 0.00
8.00 Monkey Deterrent item4 1000.000 Nos. 0.00 0.00
9.00 1 KVA UPS item6 7200.000 Nos. 0.00 0.00
10.00 8 port L2 switch item7 7200.000 Nos. 0.00 0.00
11.00 4U Wall Mount Rack item8 7200.000 Nos. 0.00 0.00
12.00 Preparation of Earth item21 7200.000 Nos. 0.00 0.00
13.00 UTP CAT6 Cable (60 mtr. per site) with fitting charges
item20.1 432000.000 Nos. 0.00 0.00
14.00 UTP Patch Cord - 7ft. item20.2 7200.000 Nos. 0.00 0.00
15.00 Information/Outlets (I/O) (7 per site)
item20.3 50400.000 Nos. 0.00 0.00
16.00 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos. 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 197 of 244
4) OPEX FOR VSAT REMOTE LOCATION (BoQ5)
Sl. No.
Item Description (OPEX FOR VSAT REMOTE LOCATION)
Item Code / Make
Qty. Units Base Unit Cost per anum in INR (incl.
all incidental charges and all
Taxes but excl.
service tax)
Warranty Charges per anum
in INR
Rajasthan VAT in INR
Service Tax
in INR
Total Unit cost
In INR (excl. RVAT and
Service Tax)
Total Cost in INR for 5
years (excl. RVAT and
Service Tax)
1 2 3 4 5 6 7 8 9 10=(6+7) 11=(4x10)*5yr
1.00 VSAT MODEM (IDU) (512Kbps) item2.1.a 3600.000 Nos. 0.00 0.00
2.00 Out Door Unit (ODU) (2W) item2.1.b 3600.000 Nos. 0.00 0.00
3.00 VSAT MODEM (IDU) (1Mbps) item2.2.a 3600.000 Nos. 0.00 0.00
4.00 Out Door Unit (ODU) (4W) item2.2.b 3600.000 Nos. 0.00 0.00
5.00 Antenna Unit item2.3 7200.000 Nos. 0.00 0.00
6.00 Portable VSAT - BUC item3.1 2.000 Nos. 0.00 0.00
7.00 Portable VSAT - Antenna Unit item3.2 2.000 Nos. 0.00 0.00
8.00 Monkey Deterrent item4 1000.000 Nos. 0.00 0.00
9.00 1 KVA UPS item6 7200.000 Nos. 0.00 0.00
10.00 8 port L2 switch item7 7200.000 Nos. 0.00 0.00
11.00 4U Wall Mount Rack item8 7200.000 Nos. 0.00 0.00
12.00 UTP CAT6 Cable (60 mtr. per site) with fitting charges
item20.1 432000.000 Nos. 0.00 0.00
13.00 UTP Patch Cord - 7ft. item20.2 7200.000 Nos. 0.00 0.00
14.00 Information/Outlets (I/O) (7 per site) item20.3 50400.000 Nos. 0.00 0.00
15.00 Re-orientation charges for VSAT Terminals item 5000.000 Nos 0.00 0.00
16.00 Shifting charges for VSAT Terminals item 500.000 Nos 0.00 0.00
17.00 OPEX of Additional Item’s (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 198 of 244
5) CAPEX FOR TERRESTRIAL LINK EQUIPMENT (BoQ6)
Sl. No.
Item Description (CAPEX FOR TERRESTRIAL LINK EQUIPMENT)
Item Code / Make
Qty. Units Base Unit Cost in INR
(incl. all incidental charges and all
Taxes but excl. Raj.
VAT)
Rajasthan VAT (RVAT)
in INR
Service Tax
in INR
Total Unit cost
In INR (excl.
RVAT and Service
Tax)
Total Cost in INR (excl.
RVAT and Service
Tax)
1 2 3 4 5 6 7 8 9=(6) 10=(4x9)
1.00 MODEM item9 4000.000 Nos. 0.00 0.00
2.00 ROUTER item10 2000.000 Nos. 0.00 0.00
3.00 8 port L2 switch item7 2000.000 Nos. 0.00 0.00
4.00 1 KVA UPS item6 2000.000 Nos. 0.00 0.00
5.00 Preparation of Earth item21 2000.000 Nos. 0.00 0.00
6.00 4U Wall Mount Rack item8 2000.000 Nos. 0.00 0.00
7.00 UTP CAT6 Cable (60 mtr. per site) with fitting charges item20.1 120000.000 Mtrs. 0.00 0.00
8.00 UTP Patch Cord - 7ft. item20.2 4000.000 Nos. 0.00 0.00
9.00 Information/Outlets (I/O) (7 per site) item20.3 14000.000 Nos. 0.00 0.00
10.00 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 199 of 244
6) OPEX FOR TERRESTRIAL LINK EQUIPMENT (BoQ7)
Sl. No.
Item Description (OPEX FOR TERRESTRIAL LINK EQUIPMENT)
Item Code / Make
Qty. Units Base Unit Cost per anum in INR (incl.
all incidental charges and all
Taxes but excl.
service tax)
Warranty Charges per anum
in INR
Rajasthan VAT
(RVAT) in INR
Service Tax
in INR
Total Unit cost
In INR (excl.
service tax and RVAT)
Total Cost in INR for 5
years (excl. service tax and RVAT)
1 2 3 4 5 6 7 8 9 10=( 6+7) 11=(10x4)*5yr
1.00 MODEM item9 4000.000 Nos. 0.00 0.00
2.00 ROUTER item10 2000.000 Nos. 0.00 0.00
3.00 8 port L2 switch item7 2000.000 Nos. 0.00 0.00
4.00 1 KVA UPS item6 2000.000 Nos. 0.00 0.00
5.00 4U Wall Mount Rack item8 2000.000 Nos. 0.00 0.00
6.00 UTP CAT6 Cable (60 mtr. per site) with fitting charges
item20.1 120000.000 Mtrs. 0.00 0.00
7.00 UTP Patch Cord - 7ft. item20.2 4000.000 Nos. 0.00 0.00
8.00 Information/Outlets (I/O) (7 per site) item20.3 14000.000 Nos. 0.00 0.00
9.00 OPEX of Additional Item’s (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 200 of 244
7) CAPEX FOR CENTRALIZED INTEGRATED NOC (BoQ8)
Sl. No.
Item Description Item Code / Make
Qty. Units Base Unit Cost in INR
(incl. all incidental
charges and all Taxes but excl. Raj. VAT)
Rajasthan VAT (RVAT)
in INR
Service Tax
in INR
Total Unit cost
In INR (excl.
RVAT and Service
Tax)
Total Cost in INR (excl.
RVAT and Service
Tax)
1 2 3 4 5 6 7 8 9=(6) 10=(4x9)
1.00 Enterprise Management System (EMS) item11 1.000 Nos. 0.00 0.00
2.00 Servers for EMS solution (as per Annex-27) item12 1.000 Nos. 0.00 0.00
3.00 10KVA UPS item13 2.000 Nos. 0.00 0.00
4.00 Router item14 3.000 Nos. 0.00 0.00
5.00 24port Managed L3 switch with Jack Panel item15 2.000 Nos. 0.00 0.00
6.00 24 port Managed L2 switch item16 3.000 Nos. 0.00 0.00
7.00 42U Rack item17 2.000 Nos. 0.00 0.00
8.00 Desktop PC-1 with Dual Monitor item18.1 20.000 Nos. 0.00 0.00
9.00 All-in-One Desktop PC-2 item18.2 30.000 Nos. 0.00 0.00
10.00 Display Units (LED LCD professional display) item19.1 12.000 Nos. 0.00 0.00
11.00 Display Controller for Video Wall item19.2 1.000 Nos. 0.00 0.00
12.00 Preparation of Earth item21 1.000 Nos. 0.00 0.00
13.00 UTP CAT6 Cable (50 mtr. per PC) with fitting charges item20.1 2500.000 Mtrs. 0.00 0.00
14.00 UTP Patch Cord - 7ft. item20.2 100.000 Nos. 0.00 0.00
15.00 Information/Outlets (I/O) item20.3 100.000 Nos. 0.00 0.00
16.00 Additional Equipment or Items (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 201 of 244
8) OPEX FOR CENTRALIZED INTEGRATED NOC (BoQ9)
Sl. No.
Item Description (OPEX FOR CENTRALIZED INTEGRATED NOC)
Item Code / Make
Qty. Units Base Unit Cost per anum in INR (incl.
all incidental charges and all
Taxes but excl.
service tax)
Warranty Charges per anum
in INR
Rajasthan VAT
(RVAT) in INR
Service Tax
in INR
Total Unit cost
In INR (excl.
service tax and RVAT)
Total Cost in INR for 5
years (excl. service tax and RVAT)
1 2 3 4 5 6 7 8 9 10=(6+7) 11=(10x4)*5yr
1.00 Enterprise Management System (EMS) item11 1.000 Nos. 0.00 0.00
2.00 Servers for EMS solution (as per Annex-27) item12 1.000 Nos. 0.00 0.00
3.00 10KVA UPS item13 2.000 Nos. 0.00 0.00
4.00 Router item14 3.000 Nos. 0.00 0.00
5.00 24port Managed L3 switch with Jack Panel item15 2.000 Nos. 0.00 0.00
6.00 24 port Managed L2 switch item16 3.000 Nos. 0.00 0.00
7.00 42U Rack item17 2.000 Nos. 0.00 0.00
8.00 Desktop PC-1 with Dual Monitor item18.1 20.000 Nos. 0.00 0.00
9.00 All-in-One Desktop PC-2 item18.2 30.000 Nos. 0.00 0.00
10.00 Display Units (LED LCD professional display) item19.1 12.000 Nos. 0.00 0.00
11.00 Display Controller for Video Wall item19.2 1.000 Nos. 0.00 0.00
12.00 UTP CAT6 Cable (50 mtr. per PC) with fitting charges
item20.1 2500.000 Mtrs. 0.00 0.00
13.00 UTP Patch Cord - 7ft. item20.2 100.000 Nos. 0.00 0.00
14.00 Information/Outlets (I/O) item20.3 100.000 Nos. 0.00 0.00
15.00 OPEX of Additional Item’s (Upload scanned pdf as per Annexure-11, if required)
item 1.000 Nos 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 202 of 244
9) Manpower (BoQ10)
Sl. No.
Item Description Qty. Units Total Man Month
(Duration)
Base Unit Man Month Rate in INR
(incl. all incidental
charges and all Taxes but excl. Service
Tax)
Service Tax in INR
Total Unit cost
In INR (excl. service tax)
Total Cost in INR (excl. service tax)
1 2 3 4 5 6 7 8=(6) 9=(3x5x8)
1.00 Program Manager 1.000 Nos 60.00 0.00 0.00
2.00 Project Lead (NOC + Network) 2.000 Nos 60.00 0.00 0.00
3.00 Technical Specialist (Network + EMS) 2.000 Nos 60.00 0.00 0.00
4.00 IT Management Engineer 5.000 Nos 60.00 0.00 0.00
5.00 IT Helpdesk Engineers 17.000 Nos 60.00 0.00 0.00
6.00 NOC Support Engineers 10.000 Nos 60.00 0.00 0.00
7.00 VSAT Support Engineers 10.000 Nos 60.00 0.00 0.00
8.00 EMS Engineer from OEM for Design, Implementation, and Configuration of proposed EMS Tool
1.000 Nos 1.00 0.00 0.00
9.00 Field Engineer 240.000 Nos 60.00 0.00 0.00
***Total in Figures 0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 203 of 244
10) Annual VSAT Bandwidth Charges (BoQ11)
Sl. No.
Item Description (VSAT Bandwidth Charges) Qty. Units Per anum Base Unit Cost in INR (incl. all incidental
charges and all Taxes but excl.
service tax.)
Service Tax in INR
Total Unit cost
In INR (excl. service tax)
Total Cost in INR for 3
years (excl. service tax)
1 2 3 4 5 6 7=(5) 8=(3x7)*3yr
1.00 4 Mbps Pooled VSAT Bandwidth for Data 1.000 No. 0.00 0.00
2.00 1 Mbps Pooled VSAT Bandwidth for Data (Additional Bandwidth) 20.000 No. 0.00 0.00
3.00 10 Mbps Pooled VSAT Bandwidth for Voice, Video and Multicasting
1.000 No. 0.00 0.00
4.00 1 Mbps Pooled VSAT Bandwidth for Voice, Video and Multicasting (Additional Bandwidth)
2.000 No. 0.00 0.00
5.00 8 Mbps Leased Line VSAT Backhaul Bandwidth at DoIT&C, Jaipur 1.000 No. 0.00 0.00
6.00 1 Mbps Leased Line VSAT Backhaul Bandwidth at DoIT&C, Jaipur (Additional Bandwidth)
16.000 No. 0.00 0.00
***Total in Figures
0.00 0.00
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 204 of 244
11) Annual Terrestrial Bandwidth Charges (BoQ12)
Sl. No.
Item Description (MPLS Bandwidth Charges) Qty. Units Per anum Base Unit Cost in INR (incl. all incidental
charges and all Taxes but excl.
service tax.)
Service Tax in INR
Total Unit cost
In INR (excl. service tax)
Total Cost in INR for 5
years (excl. service tax)
1 2 3 4 5 6 7=(5) 8=(3x7)*5yr
1.00 1 Mbps 700.000 No. 0.00 0.00
2.00 2 Mbps 1000.000 No. 0.00 0.00
3.00 4 Mbps 250.000 No. 0.00 0.00
4.00 8 Mbps 50.000 No. 0.00 0.00
5.00 Up-gradation charges per 2Mbps 300.000 No. 0.00 0.00
6.00 Aggregated bandwidth charges per 50 Mbps at SHQ 6.000 No. 0.00 0.00
***Total in Figures
0.00 0.00
Note:
1. The bandwidth charges shall be paid quarterly for the actual no. of days for which bandwidth has been provided. 365 days
shall be considered in a year.
2. Bandwidth charges for 5 years shall be considered for evaluation purpose only. However, bandwidth service may be taken
for the duration of the project.
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 205 of 244
12) Summary (BoQ1)
Sl.
No.
Description of work (Summary) AMOUNT
in INR
1.00 Total of BoQ2 (CAPEX FOR VSAT CAPTIVE HUB) 0.00
2.00 Total of BoQ3 (OPEX FOR VSAT CAPTIVE HUB) 0.00
3.00 Total of BoQ4 (CAPEX FOR VSAT REMOTE LOCATION) 0.00
4.00 Total of BoQ5 (OPEX FOR VSAT REMOTE LOCATION) 0.00
5.00 Total of BoQ6 (CAPEX FOR TERRESTRIAL LINK EQUIPMENT) 0.00
6.00 Total of BoQ7 (OPEX FOR TERRESTRIAL LINK EQUIPMENT) 0.00
7.00 Total of BoQ8 (CAPEX FOR CENTRALIZED INTEGRATED NOC) 0.00
8.00 Total of BoQ9 (OPEX FOR CENTRALIZED INTEGRATED NOC) 0.00
9.00 Total of BoQ10 (Manpower) 0.00
10.00 Total of BoQ11 (VSAT Bandwidth Charges) 0.00
11.00 Total of BoQ12 (Terrestrial Bandwidth Charges) 0.00
12.00 Total CAPEX (BoQ2+BoQ4+BoQ6+BoQ8) 0.00
13.00 Total OPEX (BoQ3+BoQ5+BoQ7+BoQ9) 0.00
14.00 Total Bandwidth Charges (BoQ11+BoQ12) 0.00
Total in Figures (Sl.No.9+Sl.No.12+Sl.No.13+Sl.No.14)
Total in Words
Note:
The bidder has to compulsorily quote in BoQ2 to BoQ12. In case bidder fails to quote for any of this stage, the bid would be summarily
rejected.
Above is indicative, however the quantity may increase or decrease at the time of placing the purchase order as per actual.
Quantities mentioned in financial bid are for evaluation purpose only.
The quantities mentioned in financial bid are indicative however, the payments shall be made on actuals.
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 206 of 244
ANNEXURE-11: COSTING OF ADDITIONAL EQUIPMENT/ ITEM
{To be filled by the bidder and uploaded (scanned pdf) along with Financial Bid (BoQ), if additional
item/equipment cost is required to be filled in BoQ}
A. CAPEX (for BoQ2/ BoQ4):
Sl.
No.
Item
Description
Qty. Units Base Unit
Cost in
INR (incl.
all
incidental
charges
and all
Taxes but
excl. Raj.
VAT)
Unit
Installation
Charges
including
WPC/SACFA/
any Other
Licenses
in INR
Rajasthan
VAT in
INR
Service
Tax
in INR
Total
Unit
cost
In INR
(excl.
RVAT
and
service
tax)
Total
Cost in
INR
(excl.
RVAT
and
service
tax)
1 2 4 5 6 7 8 9 10 =
(6+7)
11 =
(4x10)
13.a
13.b
13.N
(Total Amount to be filled in Sl. No. 13 of BoQ2/ Sl. No. 16 of BoQ4, only if required)
A. CAPEX (for BoQ6/ BoQ8):
Sl.
No.
Item
Description
Qty. Units Base Unit
Cost in INR
(incl. all
incidental
charges
and all
Taxes but
excl. Raj.
VAT)
Rajasthan
VAT in INR
Service Tax
in INR
Total
Unit cost
In INR
(excl.
RVAT
and
service
tax)
Total
Cost in
INR
(excl.
RVAT
and
service
tax)
1 2 4 5 6 7 8 9 = (6) 10 =
(4x9)
10.a
10.b
10.N
(Total Amount to be filled in Sl. No. 10 of BoQ6/ Sl. No. 16 of BoQ8, only if required)
Cost not to be filled in Technical Bid
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 207 of 244
B. OPEX (for BoQ3/ BoQ5/ BoQ7/ BoQ9):
Sl.
No.
Item
Description
Qty. Units Base Unit
Cost per
anum in
INR (incl.
all
incidental
charges
and all
Taxes but
excl.
service
tax.)
Warranty
Charges
per anum
in INR
Rajasthan
VAT
(RVAT) in
INR
Service
Tax in
INR
Total
Unit
cost
In INR
(excl.
service
tax and
RVAT)
Total
Cost in
INR for 5
years
(excl.
service
tax and
RVAT)
1 2 4 5 6 7 8 9 10 =
(6+7)
11 =
(4x10)*5yr
12.a
12.b
12.N
(Total Amount to be filled in Sl. No. 12 of BoQ3/ Sl. No. 17 of BoQ5/ Sl. No. 9 of BoQ7/ Sl. No. 15 of BoQ9
only if required)
Cost not to be filled in Technical Bid
Seal & Signature of the Auth. Sign. Page 208 of 244
ANNEXURE-12: FINANCIAL CAPABILITIES
{To be filled by the Bidder}
Turnover (Rs. In Crores)
2010-2011 2011-2012 2012-2013
Net worth (Rs.)
2010-2011 2011-2012 2012-2013
Seal & Signature of the Auth. Sign. Page 209 of 244
ANNEXURE-13: TRANSPONDER CAPACITY
(To be submitted only on Letter Head duly signed by Auth. Sign.)
To,
The Managing Director,
RajCOMP Info Services Ltd. (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
CERTIFICATE
This is to certify that, we have spare satellite bandwidth of ______ Mbps (in
words_______________________) as on date of bidding for Tender Reference No.
_____________________________________.
It is further certified that we have VSAT Antenna & HUB located at following locations:
1.
2.
N.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Seal & Signature of the Auth. Sign. Page 210 of 244
ANNEXURE-14: SELF-DECLARATION
(To be submitted only on Letter Head duly signed by Auth. Sign.)
To,
The Managing Director,
RajCOMP Info Services Ltd. (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
Dear Sir,
In response to the NIB Ref. No. _____________________________ dated ___________ for
{Project Title}, as an Owner/ Partner/ Director/ Auth. Sign. of
____________________________________, I/ We hereby declare that presently our
Company/ firm _________________, at the time of bidding,: -
a) possess the necessary professional, technical, financial and managerial resources and
competence required by the Bidding Document issued by the Procuring Entity;
b) have fulfilled my/ our obligation to pay such of the taxes payable to the Union and the
State Government or any local authority as specified in the Bidding Document;
c) is having unblemished record and is not declared ineligible for corrupt & fraudulent
practices either indefinitely or for a particular period of time by any State/ Central
government/ PSU/ UT.
d) does not have any previous transgressions with any entity in India or any other country
during the last three years
e) does not have any debarment by any other procuring entity
f) is not insolvent in receivership, bankrupt or being wound up, not have its affairs
administered by a court or a judicial officer, not have its business activities suspended
and is not the subject of legal proceedings for any of the foregoing reasons;
g) does not have, and our directors and officers not have been convicted of any criminal
offence related to their professional conduct or the making of false statements or
misrepresentations as to their qualifications to enter into a procurement contract within
a period of three years preceding the commencement of the procurement process, or
not have been otherwise disqualified pursuant to debarment proceedings;
h) does not have a conflict of interest as mentioned in the bidding document which
materially affects the fair competition.
i) will comply with the code of integrity as specified in the bidding document.
If this declaration is found to be incorrect then without prejudice to any other action that may be
taken as per the provisions of the applicable Act and Rules thereto prescribed by GoR, my/ our
security may be forfeited in full and our bid, to the extent accepted, may be cancelled.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date: Place:
Seal & Signature of the Auth. Sign. Page 211 of 244
ANNEXURE-15: UNDERTAKING ON AUTHENTICITY OF EQUIPMENTS
{To be filled by the bidder (On Rs. 100/- Non-judicial stamp paper)}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
Reference: NIB No. : ___________________________________ Dated: __________
This has reference to the items being supplied/ quoted to you vide bid ref. no. ___________
dated ___________.
We hereby undertake that all the components/ parts/ assembly/ software used in the
equipment shall be genuine, original and new components /parts/ assembly/ software from
respective OEMs of the products and that no refurbished/ duplicate/ second hand
components/ parts/ assembly/ software are being used or shall be used. In respect of licensed
operating system, we undertake that the same shall be supplied along with the authorized
license certificate with our name/logo. Also, that it shall be sourced from the authorized source
for use in India.
In case, we are found not complying with above at the time of delivery or during installation,
for the equipment already billed, we agree to take back the equipment already supplied at our
cost and return any amount paid to us by you in this regard and that you will have the right to
forfeit our Bid Security/ SD/ PSD for this bid or debar/ black list us or take suitable action
against us.
Authorized Signatory
Name:
Designation:
Note: The signing Authority should be no lower than Company Secretary of the OEM of
equipment.
Seal & Signature of the Auth. Sign. Page 212 of 244
ANNEXURE-16: CERTIFICATE OF CONFORMITY/ NO DEVIATION
{To be filled by the bidder}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
CERTIFICATE
This is to certify that, the specifications of Hardware & Software which I/ We have mentioned
in the Technical bid, and which I/ We shall supply if I/ We am/ are awarded with the work, are
in conformity with the minimum specifications of the bidding document and that there are no
deviations of any kind from the requirement specifications.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, we
hereby submit our token of unconditional acceptance to all the terms & conditions of the
bidding document without any deviations.
I/ We also certify that the price I/ we have quoted is inclusive of all the cost factors involved in
the end-to-end implementation and execution of the project, to meet the desired Standards
set out in the bidding Document.
Thanking you,
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Seal & Signature of the Auth. Sign. Page 213 of 244
ANNEXURE-17: CERTIFICATE OF CONFORMITY/ NO DEVIATION BY OEM
{To be filled by the OEM}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
NIB Ref No. ____________________
CERTIFICATE
I/We , (name and address of the manufacturer) are established and reputed manufacturers
of _______________having factories at ______________ (addresses of manufacturing
locations) do hereby certify that, the specifications of Items (Hardware & Software) as
mentioned below:
1.
2.
3.
are in conformity with the minimum specifications of the bidding document and that there are
no deviations of any kind from the required specification. These items are being quoted by
M/s. ______________________, in compliance to the Technical Specifications mentioned
under item no. ____________________________, of RFP.
I/We assure that our equipment/ software will be supported and freely upgraded during the
entire Contract/ Project period.
Further, to certify that these items comply with Period of end of sale, Period of end of service
and Period of back to back support, updates and patches as specified in RFP.
Also, I/ we have thoroughly read the bidding document and by signing this certificate, I/we
hereby submit our token of compliance of above mentioned items and clauses of RFP without
any deviations.
Thanking you,
Name of the OEM: -
Authorised Signatory: -
Seal & Sign of the Organization: -
Date:
Place:
Seal & Signature of the Auth. Sign. Page 214 of 244
ANNEXURE-18: DECLARATION BY BIDDER FOR AUTHORIZED SUPPLIER
{To be signed by selected bidder}
I/ We declare that I am/we are bonafide/ Manufacturers/ Whole Sellers/ Sole distributor/
Authorised dealer/ dealers/ sole selling/ Marketing agent in the goods/ stores/ equipment for
which I/ We have quoted.
If this declaration is found to be incorrect then without prejudice to any other action that may
be taken, my/ our security may be forfeited in full and the bid, if any, to the extent accepted
may be cancelled.
Name of the Bidder: -
Authorised Signatory: -
Seal of the Organization: -
Date:
Place:
Note: The bidder to submit the valid OEM authorization certificate in support of above
declaration
Seal & Signature of the Auth. Sign. Page 215 of 244
ANNEXURE-19: MANUFACTURER’S AUTHORIZATION FORM (MAF)
(Indicative Format, to be filled by OEM & submitted on OEM’s Letter Head only)
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
Subject: Issue of the Manufacturer’s Authorisation Form (MAF)
Reference: NIB/ RFP Ref. No. _____________________ dated ________
Sir,
We {name and address of the OEM} who are established and reputed original equipment
manufacturers (OEMs) having factories at {addresses of manufacturing location} do
hereby authorize {M/s __________________________} who is our {Distributor/ Channel
Partner/ Retailer/ Others <please specify>} (hereafter referred as bidder) to bid, negotiate
and conclude the contract with you against the aforementioned reference for the following
Hardware/ Software manufactured by us: -
{OEM will mention the details of all the proposed product(s) with their make/
model.}
We undertake to provide OEM Warranty for the offered Hardware/ Software, as mentioned
above, for 5 Years.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as
End-of-Sale within next 12 months from the date of bid submission.
We hereby confirm that the offered Hardware/ Software is not likely to be declared as
End-of-Service/ Support within next 5 years from the date of bid submission.
We hereby confirm that we have direct back-to-back service support agreement with the
bidder for the project duration of 5 years as per RFP. DoIT&C/RISL/Bidder/ GoR will be
able to log a support ticket directly to our helpdesk to get telephonic/remote support
directly from us, as required.
Yours faithfully,
For and on behalf of M/s (Name of the manufacturer)
(Authorized Signatory)
Name, Designation & Contact No.:
Address: ___________________________________
Seal:
Seal & Signature of the Auth. Sign. Page 216 of 244
Seal & Signature of the Auth. Sign. Page 217 of 244
ANNEXURE-20: PROJECT REFERENCES FOR EXPERIENCE OF BIDDER
(Indicative Format, to be filled by Bidder & submitted on Bidders Letter Head only)
A. For VSAT Experience
Sl. No. Name of
Customer:
Contact
person
Name
Phone, fax
and e-mail of
customer
Project
Location:
HUB
Location
No. of VSAT
Terminals
Operational
Year
2011-12 2012-13 2013-14
Signed by Signed by
Name of Authorized Signatory Name of Authorized Signatory
Designation Designation
Company Name Company Name
Date Date
(To be signed by the firm claiming experience) (To be signed by the Lead Bidder/Sole Bidder)
Seal & Signature of the Auth. Sign. Page 218 of 244
B. For SI Experience
Signed by Signed by
Name of Authorized Signatory Name of Authorized Signatory
Designation Designation
Company Name Company Name
Date Date
(To be signed by the firm claiming experience) (To be signed by the Lead Bidder/Sole Bidder)
Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the customer for each project reference.
Sl. No. Name of Customer
Contact person Name
Phone, fax and e-mail of customer
Project Location
No. of WAN Nodes
No. of Nodes for managed through NOC
Year
2010-11 2011-12 2012-13 2013-14
Seal & Signature of the Auth. Sign. Page 219 of 244
ANNEXURE-21: SATELLITE COVERAGE
We hereby declare that we shall provide satellite bandwidth from the below mentioned
satellite:
Satellite Name:
Position:
Operator:
Launch Date:
Expected Life Time:
*The active beam coverage on Rajasthan, India map is attached herewith.
Authorized Signatory
Name:
Designation:
Seal & Signature of the Auth. Sign. Page 220 of 244
ANNEXURE-22: COMPONENTS OFFERED – BOM
{To be filled by the bidder and submitted only on Letter Head duly signed by Auth. Sign.)
Please fill the following table for all components as mentioned in the Bill of Material and as
quoted/ proposed by the bidder as a part of the overall solution. Also, please include the
Compliance/ Deviation Sheet as per the details mentioned in the Chapter - Technical
Specifications for all the components and for any other Item offered/ included as a part of the
solution.
Sl. No. Product Details
(Only one make and model)
Detailed
Technical
Specification
Reference**
OEM Details
(Name, Address, E-Mail,
Mobile Nos.)
1. {Item No. xx}
2. {Item No. xx}
N. {Item No. xx}
SERVERS FOR EMS SOLUTION (as given in Annexure-27)
Sl. No. Product Details
(Only one make and model)
OEM Details
(Name, Address, E-Mail, Mobile
Nos.)
1.
2.
N.
Additional components offered (if any given in Annexure-11)
Sl. No. Product Details
(Only one make and model)
OEM Details
(Name, Address, E-Mail, Mobile
Nos.)
1.
2.
N.
Seal & Signature of the Auth. Sign. Page 221 of 244
ANNEXURE-23: CERTIFICATE FOR EXEMPTION OF BID SECURITY
{To be filled by the Govt./PSU/Department only as per RFP}
To,
The Managing Director,
RajCOMP Info Services Limited (RISL),
First Floor, Yojana Bhawan,
C-Scheme, Jaipur-302016 (Raj.)
I/ We {Name of the PSU/Corporation/Department} hereby {Name of the
PSU/Corporation/Department} is owned or controlled or managed by the {Name of the State}
State Government/Central Government Undertaking/Department. I/ We hereby declare/
certify that it is eligible for exemption from the bid security submission as per RFP.
Legal document/Certificate of Incorporation establishing the exemption is attached.
Thanking you,
Name of the Bidder: -
Name of Authorised Signatory: -
Sign of the Authorised Signatory
Seal of the Organization: -
Date:
Place:
Seal & Signature of the Auth. Sign. Page 222 of 244
ANNEXURE-24: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012
Appeal No ………of ……………
Before the ………………………… (First/ Second Appellate Authority)
1. Particulars of appellant:
a. Name of the appellant: <please specify>
b. Official address, if any: <please specify>
c. Residential address: <please specify>
2. Name and address of the respondent(s):
a. <please specify>
b. <please specify>
c. <please specify>
3. Number and date of the order appealed against and name and designation of the officer/
authority who passed the order (enclose copy), or a statement of a decision, action or
omission of the procuring entity in contravention to the provisions of the Act by which the
appellant is aggrieved: <please specify>
4. If the Appellant proposes to be represented by a representative, the name and postal
address of the representative: <please specify>
5. Number of affidavits and documents enclosed with the appeal: <please specify>
6. Grounds of appeal (supported by an affidavit): <please specify>
7. Prayer: <please specify>
Place …………………………………….
Date ……………………………………
Appellant's Signature
Seal & Signature of the Auth. Sign. Page 223 of 244
ANNEXURE 25: TENTATIVE LIST OF PROJECT LOCATIONS
Summary
Sl. No. Location Total Number of Locations
1. State Head Quarter 1
2. District Head Quarter 33
3. Gram Panchayats 9147
4. Other offices at District & Block level 19
Total 9200
1. Location at State Head Quarter
Sl. No. District Location
1. Jaipur DoIT&C, New IT Building, Yojana Bhawan C-Scheme, Jaipur
2. Locations at District Head Quarter
Sl. No. District Location
1 Ajmer Collectorate office
2 Alwar Collectorate office
3 Banswara Collectorate office
4 Baran Collectorate office
5 Barmer Collectorate office
6 Bharatpur Collectorate office
7 Bhilwara Collectorate office
8 Bikaner Zila Parishad
9 Bundi Collectorate office
10 Chittorgarh Collectorate office
11 Churu Collectorate office
12 Dausa Zila Parishad
13 Dholpur Collectorate office
14 Dungarpur Collectorate office
15 Hanumangarh Zila Parishad
16 Jaipur Collectorate office
17 Jaisalmer Collectorate office
18 Jalore Collectorate office
19 Jhalawar Collectorate office
20 Jhunjhunu Collectorate office
21 Jodhpur Collectorate office
22 Karauli Collectorate office
23 Kota BNSK(Bharat Nirman Seva Kendra) in Panchayat Samiti at
Ladpura
24 Nagaur Collectorate office
25 Pali Collectorate office
26 Pratapgarh Collectorate office
Seal & Signature of the Auth. Sign. Page 224 of 244
Sl. No. District Location
27 Rajsamand Collectorate office
28 Sawai Madhopur Tehsil Office
29 Sikar Zila Parishad
30 Sirohi Collectorate office
31 Sri Ganganagar Collectorate office
32 Tonk Collectorate office
33 Udaipur Collectorate office
Total 33
3. No. of Gram Panchayats at Panchayat Samities
Sl.
No. District Panchayat Samities
Number of Gram
Panchayats
Total Gram
Panchayats in a
District
1 AJMER BHINAY 35
246
2 AJMER JAWAJA 35
3 AJMER KEKRI 31
4 AJMER KISHANGARH 31
5 AJMER MASUDA 31
6 AJMER PEESANGAN 45
7 AJMER SRINAGAR 38
8 ALWAR BANSUR 36
472
9 ALWAR BEHROR 29
10 ALWAR KATHUMAR 40
11 ALWAR KISHANGARH BAS 29
12 ALWAR KOTKASIM 24
13 ALWAR LAXMANGARH 44
14 ALWAR MANDAWAR 40
15 ALWAR NEEMRANA 33
16 ALWAR RAJGARH 30
17 ALWAR RAMGARH 37
18 ALWAR RENI 26
19 ALWAR THANAGAZI 35
20 ALWAR TIJARA 33
21 ALWAR UMREN 36
22 BANSWARA ANANDPURI 26
307
23 BANSWARA BAGIDORA 41
24 BANSWARA BANSWARA 55
25 BANSWARA CHHOTI SARVAN 18
26 BANSWARA GARHI 55
27 BANSWARA GHATOL 53
28 BANSWARA KUSHALGARH 29
29 BANSWARA SAJJANGARH 30
30 BARAN ANTAH 38
214
31 BARAN ATRU 34
32 BARAN BARAN 26
33 BARAN CHHABRA 27
34 BARAN CHHIPABAROD 30
35 BARAN KISHANGANJ 32
36 BARAN SHAHBAD 27
37 BARMER BALOTRA 54
380 38 BARMER BARMER 50
39 BARMER BAYTOO 47
40 BARMER CHOHTAN 51
Seal & Signature of the Auth. Sign. Page 225 of 244
Sl.
No. District Panchayat Samities
Number of Gram
Panchayats
Total Gram
Panchayats in a
District
41 BARMER DHORIMANNA 47
42 BARMER SHEO 45
43 BARMER SINDHARI 46
44 BARMER SIWANA 40
45 BHARATPUR BAYANA 45
371
46 BHARATPUR DEEG 36
47 BHARATPUR KAMAN 44
48 BHARATPUR KUMHER 36
49 BHARATPUR NADBAI 37
50 BHARATPUR NAGAR PAHARI 49
51 BHARATPUR RUPBAS 45
52 BHARATPUR SEWAR 33
53 BHARATPUR WEIR 46
54 BHILWARA ASIND 45
383
55 BHILWARA BANERA 26
56 BHILWARA HURDA 21
57 BHILWARA JAHAZPUR 37
58 BHILWARA KOTRI 33
59 BHILWARA MANDAL 46
60 BHILWARA MANDALGARH 53
61 BHILWARA RAIPUR 22
62 BHILWARA SAHARA 28
63 BHILWARA SHAHPURA 38
64 BHILWARA SUWANA 34
65 BIKANER BIKANER 31
219
66 BIKANER DUNGARGARH 30
67 BIKANER KHAJUWALA 32
68 BIKANER KOLAYAT 37
69 BIKANER LUNKARANSAR 36
70 BIKANER NOKHA 53
71 BUNDI BUNDI 30
181
72 BUNDI HINDOLI 41
73 BUNDI KESHORAI PATAN 46
74 BUNDI NAINWA 33
75 BUNDI TALERA 31
76 CHITTORGARH BARISADRI 23
288
77 CHITTORGARH BEGUN 31
78 CHITTORGARH BHADESAR 25
79 CHITTORGARH BHAINSRORGARH 23
80 CHITTORGARH BHOPALSAGAR 19
81 CHITTORGARH CHHITORGARH 39
82 CHITTORGARH DUNGLA 26
83 CHITTORGARH GANGRAR 21
84 CHITTORGARH KAPASAN 23
85 CHITTORGARH NIMBAHERA 35
86 CHITTORGARH RASHMI 23
87 CHURU CHURU 35
249
88 CHURU RAJGARH 55
89 CHURU RATANGARH 32
90 CHURU SARDAR SHAHAR 48
91 CHURU SUJANGARH 51
92 CHURU TARANAGAR 28
Seal & Signature of the Auth. Sign. Page 226 of 244
Sl.
No. District Panchayat Samities
Number of Gram
Panchayats
Total Gram
Panchayats in a
District
93 DAUSA BANDIKUI 42
225
94 DAUSA DAUSA 52
95 DAUSA LALSOT 47
96 DAUSA MAHWA 43
97 DAUSA SIKRAI 41
98 DHOLPUR BARI 31
153 99 DHOLPUR BASERI 35
100 DHOLPUR DHOLPUR 48
101 DHOLPUR RAJAKHERA 39
102 DUNGARPUR ASPUR 49
237
103 DUNGARPUR BICHHIWARA 48
104 DUNGARPUR DUNGARPUR 36
105 DUNGARPUR SAGWARA 46
106 DUNGARPUR SIMALWARA 58
107 GANGANAGAR ANUPGARH 47
320
108 GANGANAGAR GANGANAGAR 44
109 GANGANAGAR GHADSANA 41
110 GANGANAGAR KARANPUR 35
111 GANGANAGAR PADAMPUR 36
112 GANGANAGAR RAISINGHNAGAR 47
113 GANGANAGAR SADULSHAHAR 32
114 GANGANAGAR SURATGARH 38
115 HANUMANGARH BHADRA 49
251
116 HANUMANGARH HANUMANGARH 33
117 HANUMANGARH NOHAR 47
118 HANUMANGARH PILIBANGA 32
119 HANUMANGARH RAWATSAR 34
120 HANUMANGARH SANGARIYA 26
121 HANUMANGARH TIBI 30
122 JAIPUR AMBER 48
489
123 JAIPUR BASSI 39
124 JAIPUR CHAKSU 35
125 JAIPUR DUDU 56
126 JAIPUR GOVINDGARH 42
127 JAIPUR JAMWA RAMGARH 43
128 JAIPUR JHOTWARA 16
129 JAIPUR KOTPUTLI 42
130 JAIPUR PHAGI 31
131 JAIPUR SAMBHER 45
132 JAIPUR SANGANER 25
133 JAIPUR SHAHPURA 30
134 JAIPUR VIRATNAGAR 37
135 JAISALMER JAISALMER 40
128 136 JAISALMER SAM 49
137 JAISALMER SANKRA 39
138 JALORE AHORE 41
264
139 JALORE BHINMAL 35
140 JALORE CHITALWANA 30
141 JALORE JALOR 28
142 JALORE JASWANTPURA 29
143 JALORE RANIWARA 30
144 JALORE SANCHORE 33
Seal & Signature of the Auth. Sign. Page 227 of 244
Sl.
No. District Panchayat Samities
Number of Gram
Panchayats
Total Gram
Panchayats in a
District
145 JALORE SAYLA 38
146 JHALAWAR BAKANI 42
252
147 JHALAWAR DAG 40
148 JHALAWAR JHALRAPATAN 48
149 JHALAWAR KHANPUR 38
150 JHALAWAR MANOHAR THANA 40
151 JHALAWAR PIRAWA 44
152 JHUNJHUNU ALSISAR 34
288
153 JHUNJHUNU BUHANA 42
154 JHUNJHUNU CHIRAWA 29
155 JHUNJHUNU JHUNJHUNU 36
156 JHUNJHUNU KHETRI 38
157 JHUNJHUNU NAWALGARH 35
158 JHUNJHUNU SURAJGARH 37
159 JHUNJHUNU UDAIPURWATI 37
160 JODHPUR BALESAR 33
339
161 JODHPUR BAP 32
162 JODHPUR BAWARI 26
163 JODHPUR BHOPALGARH 36
164 JODHPUR BILARA 38
165 JODHPUR LUNI 39
166 JODHPUR MANDOR 25
167 JODHPUR OSIAN 41
168 JODHPUR PHALODI 37
169 JODHPUR SHERGARH 32
170 KARAULI HINDAUN 51
223
171 KARAULI KARAULI 45
172 KARAULI NADOTI 29
173 KARAULI SAPOTRA 55
174 KARAULI TODABHIM 43
175 KOTA ITAWA 30
156
176 KOTA KHAIRABAD 36
177 KOTA LADPURA 21
178 KOTA SANGOD 36
179 KOTA SULTANPUR 33
180 NAGAUR DEGANA 43
461
181 NAGAUR DIDWANA 57
182 NAGAUR JAYAL 45
183 NAGAUR KUCHAMANCITY 55
184 NAGAUR LADNU 32
185 NAGAUR MAKRANA 36
186 NAGAUR MERTA 34
187 NAGAUR MUNDAWA 39
188 NAGAUR NAGAUR 47
189 NAGAUR PARBATSAR 35
190 NAGAUR RIYAN 38
191 PALI BALI 39
320
192 PALI DESURI 24
193 PALI JAITARAN 33
194 PALI KHARCHI (M.JUNC) 47
195 PALI PALI 23
196 PALI RAIPUR 35
Seal & Signature of the Auth. Sign. Page 228 of 244
Sl.
No. District Panchayat Samities
Number of Gram
Panchayats
Total Gram
Panchayats in a
District
197 PALI RANI STATION 29
198 PALI ROHAT 23
199 PALI SOJAT 38
200 PALI SUMERPUR 29
201 PRATAPGARH ARNOD 28
152
202 PRATAPGARH CHHOTISADRI 24
203 PRATAPGARH DHARIAWAD 31
204 PRATAPGARH PEEPALKHOONT 27
205 PRATAPGARH PRATAPGARH 42
206 RAJSAMAND AMET 20
205
207 RAJSAMAND BHIM 30
208 RAJSAMAND DEOGARH 19
209 RAJSAMAND KHAMNOR 41
210 RAJSAMAND KUMBHALGARH 37
211 RAJSAMAND RAILMAGRA 29
212 RAJSAMAND RAJSAMAND 29
213 SAWAIMADHOPUR BAMANWAS 36
197
214 SAWAIMADHOPUR BONLI 41
215 SAWAIMADHOPUR GANGAPUR 38
216 SAWAIMADHOPUR KHANDAR 35
217 SAWAIMADHOPUR SAWAI MADHOPUR 47
218 SIKAR DANTA RAMGARH 45
329
219 SIKAR DHOND 43
220 SIKAR FATEHPUR 35
221 SIKAR KHANDELA 40
222 SIKAR LACHHMANGARH 37
223 SIKAR NEEM KA THANA 59
224 SIKAR PIPRALI 36
225 SIKAR SRIMADHOPUR 34
226 SIROHI ABU ROAD 25
151
227 SIROHI PINDWARA 34
228 SIROHI REODAR 37
229 SIROHI SHEOGANJ 24
230 SIROHI SIROHI 31
231 TONK DEOLI 39
230
232 TONK MALPURA 36
233 TONK NIWAI 41
234 TONK TODARAISINGH 31
235 TONK TONK 50
236 TONK UNIARA 33
237 UDAIPUR BARGAON 25
467
238 UDAIPUR BHINDAR 52
239 UDAIPUR GIRWA 48
240 UDAIPUR GOGUNDA 40
241 UDAIPUR JHADOL 45
242 UDAIPUR KHERWARA 38
243 UDAIPUR KOTRA 36
244 UDAIPUR LASADIYA 20
245 UDAIPUR MAVLI 47
246 UDAIPUR Rishabhedo 24
247 UDAIPUR SALUMBAR 46
248 UDAIPUR SARADA 46
Seal & Signature of the Auth. Sign. Page 229 of 244
Sl.
No. District Panchayat Samities
Number of Gram
Panchayats
Total Gram
Panchayats in a
District
TOTAL 9147 9147
Note:
1. The list of 9177 Gram Panchayats is available on following link:
http://www.rajpanchayat.gov.in/common/sidelinks/panchayat.htm
2. 30 Gram Panchayats of Arai Panchayat Samiti, District, Ajmer are excluded.
Seal & Signature of the Auth. Sign. Page 230 of 244
ANNEXURE-26: FORMAT FOR CONSORTIUM AGREEMENT
Tentative format
(On non-judicial stamp paper of appropriate value to be purchased in the name of executants companies or as required by the jurisdiction in which executed) This Consortium Agreement executed on this ................ day of........................... Two Thousand ………………. By: M/s. ......................................................... a Company incorporated under the laws of........................………………………........ and having its registered office at ............................... (hereinafter called the “Lead Member/First Member” which expression shall include its successors); and M/s. …......................................................... a Company incorporated under the laws of .......................................………………………..... and having its registered office at .............................. (hereinafter called the “Second Member” which expression shall include its successors) The Lead Member/First Member and all Member shall collectively hereinafter be called as the “Consortium Members” for the purpose of submitting a proposal (hereinafter called as “Bid”) for the work of “SETTING-UP OF CENTRALIZED INTEGRATED NOC & MULTI-MODE NETWORK CONNECTIVITY (VSAT, Terrestrial Link etc.) UP TO GRAM PANCHAYTS IN RAJASTHAN” to Government of Rajasthan (GoR)/ RajCOMP Info Services Limited (herein after called the `Owner’ or ‘RISL’), RISL being a Company incorporated under the Companies Act, 1956 having its registered office at Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur, India (hereinafter called the “Owner/GoR/ RISL”) in response to GoR/ RISL Request for Proposal Document (hereinafter called as ”RFP” Document) Dated………….. for the purposes of submitting the bid no. ………….. ………………………….. and entering into a contract in case of award for the work “SETTING-UP OF CENTRALIZED INTEGRATED NOC & MULTI-MODE NETWORK CONNECTIVITY (VSAT, Terrestrial Link etc.) UP TO GRAM PANCHAYTS IN RAJASTHAN” of GoR/ RISL.
WHEREAS, the Owner invited bids vide its RFP document no. …………………… for the work of SETTING-UP OF CENTRALIZED INTEGRATED NOC & MULTI-MODE NETWORK CONNECTIVITY (VSAT, Terrestrial Link etc.) UP TO GRAM PANCHAYTS IN RAJASTHAN AND WHEREAS as per document, Consortium bids will also be considered by the Owner provided they meet the specific requirements in that regard. AND WHEREAS the PQ bid is being submitted to the Owner vide proposal dated ………… based on the Consortium Agreement being these presents and the PQ bid with its PQ bid forms and submission documents, in accordance with the requirement of PQ document conditions and requirements have been signed by all the partners and submitted to the Owner. AND WHEREAS Clause 3.1.1 of RFP document stipulates that a Consortium of maximum
two companies, meeting the requirements stipulated in the RFP document may submit a Proposal signed by Lead Member of the Consortium Members so as to legally bind all the Members of the Consortium who will be jointly and severally liable for the performance and all obligations thereunder to GoR/RISL and duly signed Consortium Agreement shall be attached to the Proposal.
Seal & Signature of the Auth. Sign. Page 231 of 244
NOW THEREFORE, in consideration of the mutual covenants of the members of the
Consortium, the sufficiency whereof is hereby acknowledged and other good valuable
consideration, we agree as follows:
1. We the members in the Consortium hereby confirm that the name and style of the Consortium shall be…………….. Consortium.
2. M/s. ...................................... shall act as Lead Member for self, and for and on behalf of M/s …………………….. (Second Member) and further declare and confirm that we shall jointly and severally be bound unto the Owner for the successful performance of the obligations under the Request for Proposal (RFP) and resulting Contact Agreement(s) submitted / executed by the Lead Member in the event of the selection of Consortium. Further, the Lead Partner is authorized to incur liabilities and receive instructions for and on behalf of any or all partners of the CONSORTIUM.
3. That M/s_____________ which is the Lead Member of the Consortium shall invest and continue to invest ….% (at least 51% to be invested by Lead Bidder) interest in the Consortium for the Lock in Period as specified in the RFP document.
4. That M/s ____________, (Second Member) shall invest and continue to invest ….% interest of the Consortium for the Lock in Period as specified in the RFP document.
5. The composition or the constitution of the consortium shall not be altered without the prior consent of GoR/RISL.
6. The roles and responsibilities of the lead bidder and the second member of the consortium for execution of various components/activities as defined in the RFP document shall be as under :
Sl. No.
Project Component/Activity
Roles & Responsibility of Lead Bidder
Roles & Responsibility of Second Member of Consortium
1
2
7. It is expressly agreed by the members that all members of the consortium shall be held equally responsible for the obligations under the RFP Document, Contract and this Agreement, irrespective of the specific roles/responsibilities undertaken by them.
8. For the purpose of this Agreement, the RFP Document and the Contract, the Lead Partner shall be the single point of contact for the GoR/ RISL, shall have the overall responsibility of the management of the Project and shall have single point responsibility for ensuring that all members of the consortium are complying with the terms and conditions set out in the Contract and the RFP Document.
9. All instructions/communications from owner to the Lead Partner shall be deemed to have been duly provided to all the members of the consortium.
10. If GoR/ RISL suffers any loss or damage on account of any breach in the stipulation of the Agreements to be entered into by the Consortium Members, upon its selection pursuant to RFP (the "Agreements") or any shortfall in the performance of the Transaction or in meeting the performances guaranteed as per the RFP and the Agreements, the Consortium Members hereby jointly and severally undertake to promptly make good such loss or damages caused to GoR/ RISL on its demand without any demur or contest. The Owner shall have the right to proceed against anyone of the partners and it shall neither be necessary nor obligatory on the part of the Owner to proceed against the Lead Partner before proceeding against or dealing with the other Member.
11. The financial liability of the Consortium Members to the GoR/ RISL, with respect to any of the claims arising out of the performance or non-performance of obligations under the RFP and the resulting Agreement(s) shall not be limited so as to restrict or limit the liabilities of any of the Members and the Members shall be jointly and severally liable to GoR/RISL.
Seal & Signature of the Auth. Sign. Page 232 of 244
12. It is expressly agreed by the Members that all the due payments, except bandwidth charges, shall be made by the Owner to Lead Bidder only.
13. This Consortium agreement shall be construed and interpreted in accordance with the laws of India and the Courts of Jaipur (Rajasthan) shall have the exclusive jurisdiction in all matters arising there under.
14. It is also hereby agreed that Lead Member shall, on behalf of the Consortium shall submit the Bid and performance Security as specified by owner in the RFP document.
15. It is further agreed that this Consortium Agreement shall be irrevocable and shall continue to be enforceable till the same is discharged by GoR/RISL.
16. This Agreement shall come into force as of the date of signing and shall continue in full force and effect until the complete discharge of all obligations, concerning the carrying out of the Project, which have been taken on by the Parties under the Contract, RFP Document and under this Agreement.
17. Any other terms and conditions not in contradiction to the RFP and above mentioned terms and conditions.
IN WITNESS WHEREOF, the Members to the Consortium agreement have through their authorised representatives executed these presents and affixed common seal of their companies, on the day, month and year first mentioned above.
Common Seal of ................ has been
affixed in my/our Lead Member presence
pursuant to Board of Director’s resolution
dated ..............................
1) Witness
2) Witness
For and on behalf of M/s……………..
(Lead Bidder)
(Signature of authorized representative)
Name :
Designation:
Common Seal of ................ has been
affixed in my/our Lead Member presence
pursuant to Board of Director’s resolution
dated ..............................
1) Witness
2) Witness
For and on behalf of M/s……………..
(Second member)
(Signature of authorized representative)
Name :
Designation:
Seal & Signature of the Auth. Sign. Page 233 of 244
ANNEXURE-27: COSTING OF SERVERS FOR EMS SOLUTION
{To be filled by the bidder and uploaded (scanned pdf) along with Financial Bid (BoQ) only, not to be
submitted with Technical Bid}
A. CAPEX (for BoQ8):
Sl.
No.
Item
Description
Qty. Units Base Unit
Cost in INR
(incl. all
incidental
charges
and all
Taxes but
excl. Raj.
VAT)
Rajasthan
VAT in INR
Service Tax
in INR
Total
Unit cost
in INR
(excl.
RVAT
and
Service
Tax)
Total
Cost in
INR
(excl.
RVAT
and
Service
Tax)
1 2 4 5 6 7 8 9 = (6) 10 =
(4x9)
(Amount to be filled for Item No.12 of BoQ8)
B. OPEX (for BoQ9):
Sl.
No.
Item
Description
Qty. Units Base Unit
Cost per
anum in
INR (incl.
all
incidental
charges
and all
Taxes but
excl.
service
tax)
Warranty
Charges
per anum
in INR
Rajasthan
VAT
(RVAT) in
INR
Service
Tax in
INR
Total
Unit
cost in
INR
(excl.
service
tax and
RVAT)
Total
Cost in
INR for 5
years
(excl.
service
tax and
RVAT)
1 2 4 5 6 7 8 9 10 =
(6+7)
11 =
(4x10)*5yr
(Amount to be filled for Item No.12 of BoQ9)
To be filled in Financial Bid only
To be filled in Financial Bid only
Seal & Signature of the Auth. Sign. Page 234 of 244
ANNEXURE-28: DETAILS OF EXISTING NMS/ EMS INFRASTRUCTURE
AT RSDC:
Sl. No. Tool Name Current Version Current OS
1. CA e-Health 6.3 Win 2008R2
2. CA Spectrum 9.2 Win 2003R2
3. CA Service Desk 12.9 Win 2008R2
4. CA ITIM 12.5 Win 2003R2
5. CA DPM 11.4 Win 2003R2
6. Willy CEM 2.6 Linux
7. Willy Inter Scope 9 Win 2003R2
AT RAJSWAN:
Sl. No. Tool Name Current Version
1. CA Spectrum One Click Version 9.2.3.10.159
2. CA E-Health Version: 6.3.0
3. CA Service Desk Version 12.6
The bidder is advised to visit RISL/ DoIT&C to study the current deployed set-up of
SECLAN/RAJSWAN/RSDC before submission of bid.
Seal & Signature of the Auth. Sign. Page 235 of 244
ANNEXURE-29: DRAFT MODEL TRIPARTITE AGREEMENT
MODEL TRIPARTITE AGREEMENT
among RISL,…..(NBSP) & ……..(SI)
for providing Terrestrial Bandwidth for wide area network services under RAJNET
Seal & Signature of the Auth. Sign. Page 236 of 244
NOTE
a. This agreement is for providing Terrestrial Bandwidth for wide area network services,
under RAJNET as per RFP.
b. This is a general agreement format; multiple agreements shall be signed in case Bandwidth is provided through multiple NBSP.
c. It will be ensured that prior to this agreement, Contract agreement between RISL and SI has been signed.
d. The Purchase Order shall be placed on the same price, work, SLA, as quoted by SI against the ‘Terrestrial Bandwidth’ component of SI LOA/PO has been/is to be signed between RISL and NBSP.
e. SLA format for including in the RISL’s Purchase Order to NBSP is given at the end of this document.
f. This agreement does not endorse any agreement between NBSP and SI
g. The Responsibility Matrix may be modified depending upon specific works.
MODEL AGREEMENT
This Agreement is entered on ________day of ________2014 among RISL (name of RISL) a company incorporated under the Companies Act 1956 and having its registered office at C-Scheme, Jaipur (hereinafter called the “……………)”, of the one part
AND
………………….. (name of SI), a company incorporated under the Companies Act 1956 and having its corporate office at ………………………………………………………………. SELECTED IT IMPLEMENTATION AGENCY (SI) FOR RSIL’s RAJNET PROJECT i.e., Party engaged by ……………….. vide LOI/PO No: …………………………………. and detailed order no. ……………………………………………(herein referred to as the “Purchase Order”) for Supply, installation, integration, testing and commissioning of RajNET Project covering software, hardware, field survey and networking and Related Services incidental thereto as specified in the Scope of Work in the RFP/Purchase Order (hereinafter referred to as “SI or ……..(name of SI) which expression shall
unless excluded by or repugnant to the meaning or context thereof be deemed to include its successors and assigns) of the second Part.
AND
Seal & Signature of the Auth. Sign. Page 237 of 244
………………………………….(name of NBSP) a company incorporated under the Companies Act 1956 and having its corporate office at……………………………………………., and having a valid license from DoT to provide lease line connectivity, being a preferred TELECOM SERVICE PROVIDER/NETWORK BANDWIDTH SERVICE PROVIDER for the referred RSIL RajNET PROJECT engaged for Providing Lease line terrestrial connectivity incidental thereto as specified in the Scope of Work in the RFP/agreement between ………… (SI) and RISL, hereinafter referred to as “…………….. (NBSP)” which expression shall unless excluded by or repugnant to the meaning or context thereof be deemed to include its successors and assigns) of the third Part.
RISL, …..………(SI) and “………………..(NBSP)” are individually referred as “Party” and collectively as “Parties”.
WHEREAS RISL, the party of the first part has contracted ………..(SI), the second party, for supply, installation, integration, testing and commissioning of RAJNET Project covering software, hardware, field survey, networking related services (hereinafter referred to as “The Project”) vide
its RFP No.
……………………………………………………………..WHEREAS as per the requirements of the project, RISL requires these services for successful implementation of the project.
WHEREAS …………….(SI), in order to service its obligation under the above mentioned RFP to the full satisfaction of the RISL, had proposed “…………………..(NBSP)” as a service provider vide their letter/ offer no ________dated ______and now agrees to associate with ……………..(NBSP) for execution of the part of the order, to provide Bandwidth services as detailed in the purchase Order/RFP, (SI) indicated to be the responsibility of…………….(NBSP), namely, related to required Bandwidth services for the project.
WHEREAS SI has done the due diligence with respect to the capabilities, technical or otherwise, of ………….(NBSP) for providing the required type of connectivity and services within time frame, quality, security and SLA as envisaged in the RFP before recommending their name.
WHEREAS the bid price quoted by ….. (SI) for networking (Terrestrial connectivity) and Related Services (“Service”) at locations as specified in …………………...(RISL) Order Form (hereinafter referred to as the “Locations”) for the purpose of utilization by the ……………..(RISL) and their respective subsidiaries and affiliates as specified in the PO No………………to ….(SI) placed by ……..(RISL), is passed through to…… …. (NBSP) by ......….(RISL) in the form of Purchase Order in accordance with the bid proposal dated …...…submitted to ….......(RISL) by ……….(SI), and the Terms & Conditions and SLA of ……....(RISL) with …..........(NBSP), for carrying out the networking (MPLS VPN based Wide Area Network services, Internet Bandwidth and GPRS connectivity) and Related Services.
WHEREAS …………….. (NBSP) has Category ‘A’ ISP/NLD/ILD license having its network spread across India.
The Purchase Order no. ………………… (to SI) placed by …………….(RISL) on …......(SI) and the Purchase Order placed vide ………./to be placed by ……. (RISL) to …….(NBSP) shall form an integral part of this agreement. ………………..(NBSP) and ……………….(SI), shall be responsible jointly and severally for roles and responsibility with respect to the Requisite Services and .....….(SI), severally, shall be responsible for the obligation as envisaged under RFP for SI, both in the fulfillment of the said Purchase Orders.
WHEREAS by virtue of this agreement, the parties ..............(SI) and ..............(NBSP) bind themselves to the terms & conditions that are embedded in the contract between the first two parties.
Now these presents witness and it is hereby agreed by and between the parties hereto as follows:
Seal & Signature of the Auth. Sign. Page 238 of 244
1. APPLICATION
This Agreement details the general terms and conditions for the provision of the Services to be rendered by ……(NBSP) [as per RFP no. and PO placed vide…./to be placed by RISL] and by …….(SI) [as per PO No. …….with …..(RISL)]. Upon signing the scope, duration and other services to be so rendered under this Agreement the parties agree to accept and be bound by these terms and conditions.
2. PROVISION OF SERVICE
i. The provision of the Services is subject to these terms and conditions stated in this
Agreement. Where ..............(NBSP) shall accept the Order form from RISL, ..............(NBSP) shall provide the Services required by RISL, and by …..(SI) on behalf of RISL, within a timeframe, quality, security and reliability level agreed with between RISL, ......….(NBSP) and ....…..(SI). The SI shall provide ..............(NBSP) with a complete network diagram of the set-up along with the details of connectivity at the Locations and services will be provisioned to the RISL accordingly. It is the responsibility of SI, severally and jointly with .....……(NBSP) of proper network monitoring and network management as per SLA like uptime, proper bandwidth etc. and to submit the SLA performance report of the ......……(NBSP) to RISL on monthly/as and when required basis.
ii. The network links will be provided by.............(NBSP) and the SI will monitor and report any problems on behalf of ..............(NBSP) to RISL.
iii. Where RISL deems necessary, it shall have the right to add and/or replace ……… (NBSP) with another NBSP. In case of replacement of NBSP, the SI shall terminate forthwith all agreements/contracts other arrangements with such NBSP and find suitable replacement for such NBSP to the satisfaction of the ……. (RISL) at no additional charge. The default / delay on the part of …….. (NBSP) shall not constitute the reasons for waiver of delay or meeting the performance as per SLA for the entire scope of SI work. The SI has to execute the contract as per agreed schedule and SLA and as per contractual provision entered between RISL and SI.
iv. ................ (SI) shall ensure that Requisite Services from ............(NBSP) for project area (town) are available on time when its own system/works that are to be installed/ executed/implemented under PO no. ............. with RISL or the POs to be issued by RISL in future, are ready for testing & commissioning.
v. The …..(NBSP) shall not use the establishments and services installed under this agreement for organizations other than RISL.
3. SERVICE TERM
The term of the Services is initially for Five years (as per SI PO) from the date of commencement of service or as defined in the respective purchase order, and if required, thereafter, shall be extended from time to time by written consent of the parties. The Service Commencement Date shall be set forth in accordance with the Purchase Order placed vide……/to be placed by RISL on ........(NBSP).
4. TERMINATION OF SERVICE
The Termination of this Agreement and Services shall be as per provisions of Termination clause as appearing in RFP and/or PO No. ………with …….. (SI) and/or PO placed vide……/to be placed with ……. (NBSP).
5. RESPONSIBILITIES OF THE PARTIES
The Responsibility Matrix for each party is given in the table below:
Seal & Signature of the Auth. Sign. Page 239 of 244
Responsibility of
RISL
Responsibility of ........(SI) Responsibility of
...........(NBSP)
To monitor the project
progress against time frame & quality and
performance with , quality, security and
reliability levels of required services as per
agreement with ……(SI) and …(NBSP).
To disburse the payment to the ……(NBSP) upon
achievement of the SLA on the basis of performance reports/ SLA reports.
To provide safe access
and conditions to
……..(SI) and (NBSP)’s
employees or appointed
personnel whilst in the
premises.
To provide Terrestrial Link Wide
Area Network services as specified in the Scope of Work in the RFP
and agreement between ………… (SI) and RISL.
Timely execution of the part of the
order related to required
Bandwidth for the project.
To provide ..............(NBSP) with a complete network diagram of the set-up along with the details of connectivity at the Locations and services provisioned to
the….......(RISL)
Proper network monitoring and network management as per SLA
like uptime, proper bandwidth etc. and submit SLA report to the RISL
on monthly/as and when required basis.
To monitor and report any problems on behalf of NBSP, in
execution of required work.
To ensure that the ….(NBSP)
comply with all relevant and applicable provisions of the
Contract.
To ensure compliance of Indian
Telecom regulation & statutory requirements while performing the
works/services under this agreement.
To obtain and arrange for the maintenance in full force and
effect of all government approvals,
To provide Terrestrial Link
Wide Area Network services as specified in the Scope of
Work in RFP and as per PO placed by RISL to …………
(SI) and……..(NBSP).
To provide the Services (as
per SLA) required by
RISL and by ……(SI) on behalf of RISL), within the timeframe, quality, security and SLA agreed with between RISL, ....….(NBSP) and ....…..(SI).
Not to use the
establishments and services
installed under this
agreement for organizations other than …….(RISL).
To raise direct invoices against the works/services performed, as per the terms of the Purchase Order with
RISL.
To ensure compliance of
Indian Telecom regulation & statutory requirements while
performing the works/services under this agreement.
To obtain and arrange for the maintenance in full force and
effect of all government approvals, consents,
licenses, authorizations, declarations,
filings, and registrations as may be necessary and advisable for the performance of all of the terms and conditions of this Agreement.
Seal & Signature of the Auth. Sign. Page 240 of 244
Responsibility of
RISL
Responsibility of ........(SI) Responsibility of
...........(NBSP)
consents, licenses, authorizations, declarations, filings, and
registrations as may be necessary and advisable for the performance of all of the terms and conditions of this Agreement.
6. INVOICE AND PAYMENT
i. ..............(NBSP) shall raise direct invoices against the Requisite Services so rendered, as per the terms of the Purchase Order placed vide……/to be placed by RISL and RISL shall directly make the payment to ..............(NBSP) based on the SLA (as per NBSP PO) report and confirmation made by ..............(SI).
ii. The other terms and conditions shall remain applicable as per …….(RISL’s) PO No. ……….…with …….. (SI) and/or PO placed vide……/to be placed by RISL to ……. (NBSP).
7. DISPUTES WITH REGARDS TO INCORRECT INVOICING
Disputes with regard to incorrect Invoicing shall be governed by RISL’s RFP/ PO No. ……….…with …….. (SI) and/or PO placed vide……/to be placed by RISL to ……. (NBSP).
8. ACCESS TO PREMISES
RISL shall allow or obtain the required permission to enable ..............(NBSP) employees or authorized personnel, appointed distributors, agents or subcontractors to enter at all times during the normal working hours of RISL/service location (end office) ie into the premises where the Services are provided, for periodical inspection for installing, maintaining, replacing and removing equipment hardware, rectifying link fault and/or software prior to, during and after the provision of the Services, as well as to inspect the network and/or to the CPE or any other equipment used in or in connection with the Services. The RISL shall render all assistance in this regard and shall provide safe access and conditions for ..............(NBSP)’s employees or appointed personnel whilst in the premises. ..............(NBSP)’s employees or appointed personnel shall comply with security and confidentiality policies and procedures while on the RISL’s/end-office premises.
9. NOTICES
Any party may deliver notices to the other by personal delivery or by postal delivery at -
……………………….…………………….………………….……………………...............(RISL)
……………………….…………………….………………….……………………................
……………………….…………………….………………….……………………............... (SI)
……………………….…………………….………………….……………………...............
Seal & Signature of the Auth. Sign. Page 241 of 244
……………………….…………………….………………….……………………................(NBSP)
……………………….…………………….………………….……………………................
Notices shall be deemed delivered on the date of actual receipt.
10. ENTIRE UNDERSTANDING
This Agreement constitutes the entire understanding of the parties related to the subject matter hereof. The agreement may be amended only in writing when it is signed by ..............(NBSP), …………..(SI) and ..............(RISL).
11. MISCELLANEOUS
a. The terms of this Agreement shall not be construed to constitute a partnership, joint venture or employer/employee relationship between the parties. This Agreement along with any other relevant document constitutes the whole of the agreement and understanding between the parties about the subject matter.
b. In the event of any provision of this Agreement being held or becoming invalid, unenforceable or illegal for any reason, this Agreement shall remain otherwise in full force apart from the said provision which will be deemed deleted. The parties shall however attempt to replace the deleted provision with a legally valid provision that reflects the same purpose of the deleted provision to the greatest extent possible.
c. Headings used in this Agreement are for the convenience and ease of reference only, and shall not be relevant to or affect the meaning or interpretation of this Agreement.
d. No forbearance, relaxation or inaction by any party at any time to require the performance of any provision of this Agreement shall in any way affect, diminish, or prejudice the right of such party to require the performance of that or any other provision of this Agreement or be considered to be a waiver of any right, unless specifically agreed in writing.
e. Each Party shall obtain and arrange for the maintenance in full force and effect of all government approvals, consents, licenses, authorizations, declarations, filings, and registrations as may be necessary and advisable for the performance of all of the terms and conditions of this Agreement.
f. The …..(NBSP) and …. (SI) shall ensure compliance of Indian Telecom regulation & all other statutory requirements while performing the works/services under this agreement.
12. APPLICABLE LAW
The Agreement shall be governed by and construed in accordance with Indian Law. Subject to arbitration provision stated hereinafter the Courts at Jaipur only shall have the jurisdiction.
13. ARBITRATION
Seal & Signature of the Auth. Sign. Page 242 of 244
Any disputes which may arise out of this Agreement, and which cannot be settled in discussions or negotiations between the Parties, shall be referred to the appropriate management or higher authorities of the respective parties to resolve such dispute in good faith. In case no settlement is reached the parties shall refer it to a sole arbitrator appointed and selected by parties. Arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliation Act, 1996 or any other subsequent modifications or enactments thereof. The venue for Arbitration proceedings shall be Jaipur or any suitable place agreed by all parties. The Arbitration shall be conducted in English Language and the award shall be binding upon all Parties.
14. LIMITATION OF LIABILITY
Limitation & liability shall be governed by RISL’s RFP no. ………………….., PO No. ……….…with …….. (SI) and/or PO placed vide……/to be placed by RISL to ……. (NBSP).
IN WITNESS WHEREOF the parties hereto have executed these presents the day and year first
Seal & Signature of the Auth. Sign. Page 243 of 244
above written.
SIGNED AND DELIVERED BY (on behalf of
RISL) Signature …………………………
Name & Designation …………………
Address …………………………………
………………………………………
SIGNED AND DELIVERED BY (on behalf of
SI ………………)
Signature ……………………………..
Name & Designation ………………
Address ……………………………… ………………………………………
in the presence of ………
Signature ……………………………..
Name & Designation…………………
Address ………………………………
………………………………………
in the presence of ………
Signature …………………………..
Name & Designation ………………
Address ……………………………
………………………………………
SIGNED AND DELIVERED BY (on behalf of
NBSP………………………….)
Signature ………………………………
Name & Designation ………………
Address ………………………………
………………………………………
in the presence of ………
Signature ………………………..
Name & Designation ……………
Address ……………………………
………………………………………
SLA To be Part of agreement document
Seal & Signature of the Auth. Sign. Page 244 of 244