17
ICT Authority Telposta Towers 12 th Floor, Kenyatta Ave PO Box 27150 - 00100 Nairobi Kenya Tel: +254 20 2089061 www.icta.go.ke ADDENDUM NO 2 TENDER NO: KICTA/EARTTFDP/ICB/01/2019-2020 TENDER NAME: SUPPLY, INSTALLATION, TESTING, COMMISSIONING, TRAINING, WARRANTY AND MAINTENANCE OF TWO (2) OPTICAL FIBER NETWORKS (BACKBONE AND ACCESS) ALONG THE ELDORET TO NADAPAL- NAKODOK ROAD. ICT Authority RESPONSE TO BIDDERS CONCERNS/OBSERVATIONS AND QUERIES. S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS ICTA RESPONSE 1. 5.3.1. Where -48V power is not available from the host Core Site (e.g. Moi’s Bridge), a second outdoor cabinet will be supplied mainly for housing the Power Plant—batteries, rectifier and inverter units and power management units. Where the outdoor cabinet will be needed, core site or aggregation site? 1.In the requirement of the core site in page 220. There is not any required specification about outdoor cabinet. 2.The core site already have shelter, so it is unnecessary to install another ourdoor cabinet, the equipment, power system, battery all can be installed inside the shelter. Kindly confirm. 1.Specifications for outdoor cabinet is referred in 5.3 page 315. 2. where power is not available from the host Core Site will require a second outdoor cabinet

Telposta Towers 12th Floor, Kenyatta Aveicta.go.ke/powerassets/uploads/2019/12/Addendum-2... · 2019-12-06 · 1.2.2 Specifications for the Core Layer Equipment: Network Management

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

ICT Authority

Telposta Towers 12th Floor, Kenyatta Ave PO Box 27150 - 00100 Nairobi Kenya

Tel: +254 20 2089061

www.icta.go.ke

ADDENDUM NO 2

TENDER NO: KICTA/EARTTFDP/ICB/01/2019-2020

TENDER NAME: SUPPLY, INSTALLATION, TESTING, COMMISSIONING, TRAINING, WARRANTY AND MAINTENANCE OF TWO (2)

OPTICAL FIBER NETWORKS (BACKBONE AND ACCESS) ALONG THE ELDORET TO NADAPAL- NAKODOK ROAD.

ICT Authority RESPONSE TO BIDDERS CONCERNS/OBSERVATIONS AND QUERIES.

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

1. 5.3.1. Where -48V power is not available from the host Core Site (e.g. Moi’s Bridge), a second outdoor cabinet will be supplied mainly for housing the Power Plant—batteries, rectifier and inverter units and power management units.

Where the outdoor cabinet will be needed, core site or aggregation site? 1.In the requirement of the core site in page 220. There is not any required specification about outdoor cabinet. 2.The core site already have shelter, so it is unnecessary to install another ourdoor cabinet, the equipment, power system, battery all can be installed inside the shelter. Kindly confirm.

1.Specifications for outdoor cabinet is referred in 5.3 page 315. 2. where power is not available from the host Core Site will require a second outdoor cabinet

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

2. ITB 6.1 (b) Manufacturers Authorization for active equipment

Please provide list of the equipment that require Manufacturers Authorization

All active equipment requires Manufacturers Authorization

3. ITB 14.4 (c) Bidders must Bid for all Items. Bids quoting for incomplete items (i.e. any missing item and/or missing required quantities) shall be considered non-responsive.

Please provide a detailed list of the required items and quantities

Please refer to Section VII.Technical Requirements

4. ITB 14.7 For foreign goods priced on a CIP (named place of destination) basis:

Please name the place of destination for each of the items and the quantities for the place of destination. Sites names listed in GCC 1.1 (e) (iii) The Project Site(s) is/are: Along the road: Eldoret, Lodwar, Lokichogio, Nadapal/Nakodok as specified in the Implementation Schedule in the Technical Requirements Section is not sufficient

Please refer to Section VII.Technical Requirements

5. ITB 28.4 “…Bidders shall have to meet all the mandatory technical requirements in order to be considered as technically responsive and must comply with 80% of non-mandatory requirement.”

Please provide the mandatory requirements checklist as well as a checklist for non-mandatory requirement in line with the notes in Section G of the Technical Requirements of page 356

Please refer to Section VII.Technical Requirements. The mandatory items are indicated with letter (M)

6. Section Vi Technical Requirements Please specify the quantities of each of the items required (i.e. DWDM Equipment, Core router, firewall, access Router with Wi-Fi Access Switch equipment ,etc.)

Please refer to Section VII.Technical Requirements

7. Section Vi Technical Requirements Please provide the list and locations of the sites to be installed the CPE

Please refer to Section VII.Technical Requirements

8. Section Vi Technical Requirements Of the 48/24/12/8/4 OFC to access the Schools, Hospitals, Police, Telcos, building offices, etc. Clarify which cable size to be used for each site

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

9. Section Vi Technical Requirements section 9 Environmental and Social Management Plan and Requirements “THE DETAILED ESMP DOCUMENT IS GIVEN IN AS AN ANNEX TO THE BIDDING DOCUMENT”

Please provide the Detailed ESMP document annex to the bidding document

Please find attached

10. 2.8.1. Type of Optic Fiber Cable Table 6: Fiber Optic Cable Used (Blow only)

Some section lengths are more than 6km. Please specify cable drum lengths to be deployed in the project for each cable core size

Please refer to Section VII.Technical Requirements (2.8) fiber optic cable

11. From section: 2.2.2 IP Core Network Design Requirement in Core Site “It is only Eldoret and Nadapal/Nakodok which will be homed to each other at the extreme end of the network utilizing the existing fiber optic network (NOFBI currently under re-habilitation) as the transport to close the ring between the two (2) core sites at each end of the corridor”.

Does the rehabilitation of NOFBI include installation of DWDM equipment at Nadapal? If so will the equipment be ready by the time this new network is being built?

This information requested is out of scope.

12. From section: 2.2.6.1 Eldoret Core Scope of Works

Does this mean all bidders have to purchase the Huawei card for both Eldoret and Nadapal to close the ring? What guarantee do we have that the service will not require regeneration which requires additional cards along the route?

Please refer to Section VII.Technical Requirements Page 212 ‘Description’

13. For the core sites routers, what is the purpose of the 40G interconnection with the same box while transit traffic can be switched via the back plane?

For the core sites routers, what is the purpose of the 40G interconnection with the same box while transit traffic can be switched via the back plane?

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

14. 1.2.2 Specifications for the Core Layer Equipment: Network Management System: The equipment platform shall be integrated to NOFBI network management system as a unified management.

In order to unify management, maintenance operation of the whole optical fibre backbone network, does the bidder need to provide a network management system which can manage the new network equipment and the existing government network equipment directly? Kindly confirm if it is mandatory?

Please refer to Section VII.Technical Requirements 2.6 page 239 and 2.7 page 243, Please also refer to 1.7.2 (Network Management System )page 295 and 1.8 (Optical fiber test management) page 297

15. EARTTDFP proposes to have Nadapal/Nakodok equipped with two Next-Generation Firewall (NGFW) equipment as the redundancy for network security. Figure 15: Proposed Nadapal/ Nakodok Internet Gateway Security Topology

Compare "EARTTDFP proposes to have Nadapal equipped with two Next-Generation Firewall (NGFW) equipment as the redundancy for network security." with "Figure 15: Proposed Nadapal/Nakodok Internet Gateway Security Topology", but there is only one Firewall equipment for each site. Kindy confirm how many firewalls will be deployed in each site.

Please refer to Section VII.Technical Requirements Section 2.5.1 (Nadapal/Nakodok IG security Gateway) page 239

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

16.

2.4. Access Layer-Customer Premises Equipment (CPE)

Could you indicate the scope of core site: how many access sites? how many UPE routers in each access site? how many access switches in each access site? how many Wi-Fi access points (AP) in each access site? Kindly clarify.

Please refer to Section VII.Technical Requirements

17. For the implementation of this project, the UPE will be limited to Thirty one (x31) SRM points, which is half of the SRM points designed. The details of the SRM points is in the SRM section of this document.

Could you indicate what kind of equipment will be needed in SRM point in the project? Only UPE router or not? Kindly clarify.

Please refer to Section VII.Technical Requirements section 2.4 page 235

18.

Could you indicate the equipment scope, quantity and specification for SRM sites? Kindly clarify.

Please refer to Section VII.Technical Requirements section

19.

5.3.3 Constructed from aluminum with a powder-coated finish for durability, combined with concealed security hinges and a 2 to 4-point locking mechanism to provide the ultimate protection.

Could the bidder provide the steel cabinet for equipment installation? 1. The strength of the steel is better, and noise level is lower than aluminum materials. 2. The steel cabinet is more general use and easy to find and the cost is cheaper than aluminum cabinet in market. Kindly confirm if it is acceptable for bidder to provide the steel cabinet with high quality?

Please refer to Section VII.Technical Requirements section

20. 5.3. Outdoor Equipment Cabinet The Outdoor Equipment cabinet will be installed as a stand-alone highly versatile modular cabinet. Outdoor Equipment cabinets must meet the following minimum specs. 5.3.1. Where -48V power is not available from the host Core Site (e.g. Moi’s Bridge), a second outdoor cabinet will be supplied mainly for housing the Power Plant—batteries,

It is mentioned only outdoor equipment cabinet for core site, Kindly confirm if the aggregation sites also need outdoor equipment cabinet.

Please refer to Section VII.Technical Requirements section

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

rectifier and inverter units and power management units.

21. 5.3.8 Must be supplied with a 48V-DC centrifugal cooling fan mounted in the roof cavity (with filtered air inlet mounted low inside the door) or a 48V-DC Air Con mounted on the side of the cabinet.

Could the bidder provide heat-exchanger cooling system for equipment cabinet? For the telecom equipment, the normal working temperature can reach 55℃. And the heat-exchanger can keep the cabinet temperature lower than 45℃, Kindly confirm if we can provide heat-exchanger cooling system which is better and is it acceptable?

Please refer to Section VII.Technical Requirements section

22.

5.7.2.2 Capacity: 100/190/800Ah (as specified below)

As we know, for GEL battery, the capacity is usually 90Ah and 150Ah. Could the bidder provide 150/300/800Ah battery which have larger capacity than tender requirement? Kindly confirm is it acceptable?

Tenderers are expected to meet or exceed requirements

23.

5.7.3.1 Mono-crystalline Solar Cells

For Rest-Stop site, the power consumption is small, so it is recommend to use poly-crystalline solar cells. If the bidder can provide standard industrial design and it's easy to prepare material and expedite the delivery. Kindly confirm is it acceptable.

Please refer to Section VII.Technical Requirements section

24.

The AP shall support USB interface for external storage

According to industry practice, USB port in outdoor AP will reduce the protection level, so usually there is no actual application scenario for USB in outdoor AP. The better solution which can improve IP protection level is to convert from the network port into USB. Kindly confirm is it acceptable?

Please refer to Section VII.Technical Requirements section

25. Wj = the weight of category “j” as specified in the BDS

"Wj" cannot be found in BDS, kindly indicate the value.

Please refer to Section II.Bid Data Sheet Sub Section E (Bid opening and Evaluation )

26. The core equipment at core sites, especially at Eldoret, Nadapal/Nakodok and Kainuk; shall be

Does it need to integrate with Eldoret DWDM equipment and NOFBI DWDM equipment? Kindly confirm if it is mandatory?

Please refer to Section VII.Technical Requirements section

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

such that they will support interfacing to any type of transmission equipment that might be available for redundant paths either from other service providers or government networks.

27. In addition it will have one aggregation routers with at least: • 4 x 10G interfaces (support for both electrical & optical modules) • 24 x 1G interfaces (support for both electrical & optical modules) • Redundant RPs (route processors) • Redundant PSUs (power supply units) In addition, it will have two aggregation routers with at least: · 4 x 10G interfaces (support for both electrical & optical modules) · 24 x 1G interfaces (support for both electrical & optical modules) · Redundant RPs (route processors) · Redundant PSUs (power supply units)

It will have one aggregation router in Eldoret, but there are two aggregation routers in other core sites. Kindly confirm that how many aggregation routers will be needed in each aggregation site.

Please refer to Section VII.Technical Requirements section

28. Only Smart road is available at the Site list access point. The following tables include all the proposed lengths of each type of cable for both the Main backbone along the road and a sample of access drops to each subscriber may the above list remain as mentioned, however, the maximum length of Access spurs must be optimized to a maximum of 200 Km

No access route information (coordinates and site name) is available. About 200km of the access route cannot be found in the tender document. Please kindly indicate and provide.

Please refer to Section VII.Technical Requirements subsection A Background 0.1.2

29. The following tables include all the proposed lengths of each type of cable

According to the provided site list and coordinates of main backbone sites, after

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

for both the Main backbone along the road and a sample of access drops to each subscriber may the above list remain as mentioned, however, the maximum length of Access spurs must be optimized to a maximum of 200 Km while the main route cables is estimated to be 747Km.

calculate by Google Map, the result is totally 670KM, which cannot match 747KM main backbone length as described in the tender. Please kindly clarify the length.

30. Soil Stabilization

The Soil Stabilization is not used for optical cable construction. It is used only for road construction, kindly confirm if it is mandatory?

Please refer to Section VII.Technical Requirements

31.

Trenching Depth 1500mm

In Kenya optical cable project, the specification is as follows, can we follow the best practice and specification? The standards are usually followed: 1.Normal soil, depth is 1.2m, Sand, sandy loam soil, clay, soil carbor, light loam, loess, peat, muck; could be excavated by sharp spade mainly. 2.Hard soil, depth is 1.2m, Clay, heavy loam, coarse gravels; could be excavated by sharp spade and pickaxe directly. 3.Gravel soil, depth is 1.2m, Coarse gravel, screed, gault, leck, shale; could be excavated by sharp spade, pickaxe and crowbar directly. 4.Soft Rock,depth is 0.8m, Ore with bolder less than 50%, soft chalk rock, conglomerate with weak cementation force, schist, gypsum, tuff, limestone, marlite; could be broken by spade, pick 5.Hard Rock, depth is 0.4m, Granite, iron ore, quartzite, basalt and any other hard rock. could be broken by pneumatic pick and hammer.Plus concrete envelope 20cm*20cm.

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

6.Road crossing,in public road drilling depth 1.8m and for public roads trench depth 1.5m

32. After completion of the backfill compaction at a soil stabilization point, a DCP test must be done. This test must be documented.

Kindly confirm if the DCP test is mandatory.

Please refer to Section VII.Technical Requirements

33. The Purchaser will designate appropriate staff for the training courses to be given by the Supplier and shall make all appropriate logistical arrangements for such training as specified in the Technical Requirements, SCC, the Agreed and Finalized Project Plan, or other parts of the Contract.

How many people to be trained as required? Could the bidder recommend to train 12 people in one class to match the implementation schedule? Where is the perferred training location? (Nairobi or overseas).

Please refer to Section IV. General Condition of Contract

34.

Post warranty

The post warranty is quoted by year. Whether the post warranty service cost will be considered as part of commercial evaluation and how many years should be quoted. Kindly confirm.

Please refer to Section II. Bid Data Sheet Subsection C. Preparation of Bids

35.

22.6 Customs Clearance

In the GCC 22.6 Custom clearance, it’s stated that the Purchaser will bear responsibility for, and cost of, customs clearance into the Purchaser's country, how about the inland transport? Does it mean that the Purchaser will do the custom clearance and then the supplier will take over for inland transport and the installation? Kindly clarify.

The bidder will bear all the cost to the site. The tender is for supply and installation

36. The slots for DWDM board such as transponder, line board, tributary board, OADM, amplifier, coupler, and protection boards should be universal in the same sub rack.

As described, the electrical layer card and the optical layer card should be universal in the same sub rack, in other word, the proposed equipment should be optical-electrical convergence. Kindly confirm (Yes/No).

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

37. Electrical cross-connection specification should not be less than as follows: 1) ODUk(k=0,1,2,2e,3,4,flex) crossing switching capacity more than 1.6T and and the equipment should have not less than 14 universal service slots; (M) 2) VC-3/VC-12 crossing Switching capacity more than 19Gbit/s; (M) 3) VC-4 crossing Switching capacity more than 630Gbit/s; (M) 4) Packet crossing Switching capacity more than 780Gbit/s (M)

As described, the proposed DWDM equipment should support unified centralized switching function for ODUk, Packet, VC, and non-blocking switching between any service slots, no need additional board. Kindly confirm (Yes/No).

Please refer to Section VII.Technical Requirements

38. Description: Interfacing with NOFBI will require to install a LDX card(Huawei interface card ) in the existing DWDM rack of NOFBI II for 40Gbps capacity. Locations of new equipment and ODF on sketch and photos.

Should the proposed DWDM equipment be integrated with Huawei LDX card which will be deployed in the existing DWDM equipment for service integration? Kindly confirm.

Please refer to Section VII.Technical Requirements

39. For Goods or Services supplied from outside the Purchaser’s country, the Supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such levies imposed outside the Purchaser’s country. Any duties, such as importation or customs duties, and taxes and other levies, payable in the Purchaser’s country for the supply of Goods and Services from outside the Purchaser’s country are the responsibility of the Purchaser unless these duties or taxes have been made part of the Contract Price in Article 2 of the Contract Agreement and the

please confirm if the contractor responsible for all of the onshore and offshore taxes

Taxes is applicable. This is indicated in GCC 14-Special Conditions.

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

Price Schedule it refers to, in which case the duties and taxes will be the Supplier’s responsibility

40. The reduction in value and expiration of the Advance Payment Security are calculated as follows: P*a/(100-a), where “P”is the sum of all payments effected so far to the Supplier (excluding the Advance Payment), and “a” is the Advance Payment expressed as a percentage of the Contract Price pursuant to the SCC for GCC 12.1

please clarify and explain the formula

This is the formula for calculating reduction of advance payment security as explained in 13.2.2 of the tender document

41. C = Evaluated Bid Price C low = the lowest of all Evaluated Bid Prices among responsive bids T = the total Technical Score awarded to the bid Section I. Instructions to Bidders 39 T high = the Technical Score achieved by the bid that was scored highest among all responsive bids X = weight for the Price as specified in the BDS

Whats ecactly of the "X"

Bids will be evaluated as a complete package and contracts awarded to the Bidders whose bid is technically responsive and has the lowest evaluated price.

42. The following tables include all the proposed lengths of each type of cable for both the Main backbone along the road and a sample of access drops to each subscriber may the above list remain as mentioned, however, the maximum length of Access spurs must be optimized to a maximum of 200 Km while the main route cables is estimated to be 747Km

whats the meaning of the maximum length of Access spurs must be optimized to a maximum of 200 Km? Is it mean the Access from 549KM optimized to 200KM?

Please refer to Section VII.Technical Requirements subsection A Background 0.1.2

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

43. the total chapter 27

in this chapter didn't mention the exact start date of PAT, PAC and FAC

Please refer to Section V. Special Conditions of Contracts Subsection C Payments

44. Survey: It is highly recommended that the bidder visits the site as part of bid preparation

However, email was sent by us to procurement on 22/11/2019 and left non answer

Optional Site Visit has/was organized from 4th December to 8th December 2019. This was indicated in the tender advert.

45. KeNHA : complementary information’s requested -milestones are as follows (for

planning purpose)

1. Expected contract award

date: March 2020

2. Expected contract

commencement date: April

2020

3. Expected Ducts readiness

by KENHA: September 2020

(some sections may get

ready in advance and may

be planned accordingly);

The bidder is asking ICTA to provide exact GPS coordinate and locations and distances where the ducts / Manholes / sub ducts… are already installed? Secondly Kindly clarify who will be doing road crossing, quantities and locations?

Please refer to Section VII.Technical Requirements

46. For active equipment could you be precise on origin, manufacturer /brand or its equivalent?

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

47. Could you be precise on origin, manufacturer /brand or its equivalent; and/or make and model for energy, solar and battery systems?

48. TENDER PAGE 358 provides for ATTACHMENTS, could you please share them in original formats : Attachment 1. Existing Information Systems / Information Technologies Attachment 2. Site Drawings and Site Survey Information Attachment 3. Sample Reports, Data Entry Forms, Data, Coding Schemes, Etc. Attachement 4. Relevant Legal Codes, Régulations, etc. Attachment 5. Available Training Facilities Attachment 6. The Purchaser’s Project and Corporate Management Structure

TENDER PAGE 358 provides for ATTACHMENTS, could you please share them in original formats : Attachment 1. Existing Information Systems / Information Technologies Attachment 2. Site Drawings and Site Survey Information Attachment 3. Sample Reports, Data Entry Forms, Data, Coding Schemes, Etc. Attachement 4. Relevant Legal Codes, Régulations, etc. Attachment 5. Available Training Facilities Attachment 6. The Purchaser’s Project and Corporate Management Structure

All the required essential information has been provided under section VII

49. TABLES AND DRAWINGS’ INFORMATION ON THE DOCUMENT IS CUT-OFF OR HAS WRONG FORMAT THAT HIDES INFORMATION ON THE RIGHT-HAND SIDE’s edge of the pages in the bid document (eg p.340-344 & p.266-290 among other pages).

We request the employer to provide a complete tender document.

All the required essential information has been provided under section VII

50. Has KeNHA already provided for HDPE sub-ducts in the main ducts? Will the bidder be required to provide, and in what lengths?

Has KeNHA already provided for HDPE sub-ducts in the main ducts? Will the bidder be required to provide, and in what lengths?

Please refer to Section II.Bid Data Sheet Subsection A.General

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

51. While the descriptions on the active equipment remain NON-EXPLICITLY specific on a particular brand, the technical specifications remain suggestive and RESTRICTIVE on a certain brand especially on non-functional features.

Could the employer (ICTA) allow the bidder to vary the non-functional features e.g size of active equipment, while maintaining OR surpassing the specified functional technical specifications? At least , for a fair competitive ground.

Please refer to Section VII.Technical Requirements

52. The technical drawings from page 345-352 (page number as per the pdf numbering) have some unclear label names.

We request the employer to provide clear drawings with all clear labels.

The drawings are crystal clear. The tender document has been uploaded and where there are drawing, it has been put on landscape.

53. The submission forms on page 368 do not provide for enough space for the bidder to insert their response.

Could the Employer (ICTA) clarify if the bidder is allowed to convert the tender document into an editable format and expand the spaces to be able to provide for enough space adequate for bidder’s response? Could this apply to other forms in the document with similar problem?

Please refer to Section I. Instruction to Bidders

54. Where \48v power is not available from the host core site e.g. Moi’s Bridge, a 2nd outdoor cabinet should be supplied and installed by the bidder.

Does that suggest two cabinets OR does it mean one outdoor cabinet and the equipment shelter? Please clarify to avoid ambiguity. Pg. 315 par.5.3.1

1. where power is not available from the host Core Site will require a second outdoor cabinet

55. Can ICTA clarify the taxes exemption process for imported materials?

Can ICTA clarify the taxes exemption process for imported materials?

There is no tax exemption on this tender.

56. During clarifications meeting on December 3rd we understood that CPE equipment’s are not required anymore, can you confirm?

During clarifications meeting on December 3rd we understood that CPE equipment’s are not required anymore, can you confirm?

Please refer to Section VII.Technical Requirements

57. We would like to know the number of spur sites and their coordinate

We would like to know the number of spur sites and their coordinate

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

58. In the case of a JV (Joint Venture),the tender document on page 390, requires that each firm/partner in the JV to fill it’s form independently showing its previous contracts. incase only one of the parties to the jv will have completed contracts of the financial magnitute as required in the document, will it be assumed that the jv, as a bidding entity, has met the required threshold of the previous works?

Incase Only One Of The Parties To The Jv Will Have Completed Contracts Of The Financial Magnitute As Required In The Document, Will It Be Assumed That The Jv, As A Bidding Entity, Has Met The Required Threshold Of The Previous Works?

Please refer to Section II. Bid Data Sheet Post Qualification and Award of contract

59. For the core sites routers, what is the purpose of the 40G interconnection with the same box while transit traffic can be switched via the back plane. Is this an absolute requirement in the design?

For the core sites routers, what is the purpose of the 40G interconnection with the same box while transit traffic can be switched via the back plane. Is this an absolute requirement in the design?

Please refer to Section VII.Technical Requirements

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

60. Type of shelter for Equipment room at the core sites (Prefabricated designs or stone/ concrete shelter).

Please refer to Section VII.Technical Requirements

61. Clarify on Training requirements areas for project (Are the training areas on Fibre management or Active devices management & Admin).How many persons /Staff are in the training schedule?.

Please refer to Section VII.Technical Requirements

62. Design requirements-(High level & low level ). Clarify if we are to provide Low level designs and documentation at tendering stage.

Please refer to Section VII.Technical Requirements

63. For aggregation sites,can we use existing rooms/Building facilities?.

Please refer to Section VII.Technical Requirements

64. Are there set out locations for outdoor cabinets at Aggregation sites?.

Please refer to Section VII.Technical Requirements

65. How is the mains power supply at the Core sites.Is the power supply reliable and are there special power requirements and arrangements from KPLC.

Please refer to Section VII.Technical Requirements

66. Can a bidder bid part of the bid? NO

67. Request for extension of dead line for bid submission:

- 7th January,2020 tender closing date is very short due to end of years’ public holidays and festivities;

We are confident to build a valuable proposal; nevertheless, we are requesting a possible 21 days extension in January, from the slated closing date?

We will advise if there will be an extension of the closing date

S.NO Queries BIDDER’S CONCERNS/OBSERVATIONS/COMMENTS

ICTA RESPONSE

- Also there is need to factor in the site visits reports and design studies.