Annexure 'A'...Annexure 'A' Sr. No. RFP Chapter No. RFP Clause No. RFP Page Clause Details as per RFP Query/Clarification/ Suggestion Change in RFP Committee Recommendations 1 3 3.1.6.iv
Post on 17-Mar-2020
9 Views
Preview:
Transcript
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
1 3 3.1.6.iv 13
The OEM must have supplied Min 50
units in India to Telecom
operators/Govt Deptt/PSUs.
We are New organization in NMS space and Rather we have
supplied and we are working with several Telecom and
Government organizations 50 will be too big a figure to
qualify. We need your support for an Indian startup and
Make in India Product. Kindly dilute this clause.
The OEM must have supplied and installed Min 50 RTU units in
India to Telecom operators/Govt Deptt/PSUs.
Copies of Purchase order and satisfactory
Performance Certificate/ Project
completion / Phase completion reports
with minimum required quantity
2 3 3.1.2 12
Average Annual Turnover of the
bidder during financial years FY
2014-15, 2015-16 and 2016-17
should be at least Rs. 40 Crores.
Kindly relax this clause with Average annual turnover of
20 Crores. This will increase the competition providing
better revenues to RISL.
no change
3 3 3.1.4 12
In this clause, it is mentioned that the projects which are
under implementation can also be accepted. Also,
whether the Factory Acceptance Certificate can be
accepted as a valid document. Kindly confirm on the
same.
4 3 3.1.4 12
Request you to kindly relax/amend this clause as below
"The bidder/OEM must have successfully
completed/under implementation the Supply of Test
Equipment for Fibre Optic Cabling (like OTDR, Power
Meter, Laser Source, Splicing Machine, RTUs, etc.) of
value not less than the amount of Rs. 15 Crore in total in
India for Govt Deptt/PSU/Telcom Operators during the
period from 01/04/2014 onwards."
5 3 3.1.4 12, 13
a. Projects executed with in the
agency‘s own company, group of
companies, Joint Venture companies
shall not be considered.
b. Bidders involved in OFC laying
projects with RISL/DoIT&C, with
referenec to tenders mentioned in
this RFP are not allowed to
participate in this tender.
c. Bidder selected in this tender will
not be allowed to participate in any
upcoming OFC laying tenders of
RISL/DoIT&C for the duration of
this tender/project.
Please confirm whether relaxation will be provided on
this clause i.e. a, b and c or not and also please confirm
that no sister company/ partner company/subsidary firm
of OFC laying projects with RISL/DoIT&C will be
allowed to participate.
no change
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
The bidder must have successfully
completed/under implementation the
Supply of Test Equipment for Fibre
Optic Cabling (like OTDR, Power
Meter, Laser Source, Splicing
Machine, RTUs, etc.) of value not
less than the amount of Rs. 15 Crore
in total in India for Govt
Deptt/PSU/Telcom Operators during
the period from 01/04/2014
onwards.
The bidder must have successfully completed/under
implementation the Supply of Test Equipment for Fibre Optic
Cabling (like OTDR, Power Meter, Laser Source, Splicing Machine,
RTUs, etc.) or Telecom product (like Router, switche, NMS) of
value not less than the amount of Rs. 15 Crore in total in India for
Govt Deptt/PSU/Telcom Operators during the period from
01/04/2014 onwards.
1.Project/phase complition of mentioed
value
2. Factory test report of supplied active
hardware.
Page 1
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
6 3 3.1.6.iii 13
Offered Optical Fibre NMS must
have successfully been implemented
in two projects, for Telecom
operators/Govt Deptt/PSUs
Please allow to submit the successfully implemented
orders in INDIA and abroad both if only OEM is
considered.
Offered Optical Fibre NMS must have successfully been
implemented in two projects, for Telecom operators/Govt
Deptt/PSUs in INDIA
7 3 3.1.6.iv 13
The OEM must have supplied Min
50 units in India to Telecom
operators/Govt Deptt/PSUs
Please allow to submit the min 50 units supplied details
in INDIA and abroad both by OEM. Else, kindly accept
the projects which are under implementation. Also,
whether the Factory Acceptance Certificate can be
accepted as a valid document. Kindly confirm on the
same.
Please refer modified clause
8 4 4.3.S.no2 21
T + 90 Days
90% of the CAPEX (Ref. Fin. Bid)
on successful UAT of deployed
OFNMS & supplied test equipment
for Optic Fibre cabling
T + 90 Days
95% of the CAPEX (Ref. Fin. Bid) on successful UAT
of deployed OFNMS & supplied test equipment for
Optic Fibre cabling against delivery.Please amend.
100% of the total OPEX (Ref. Fin. Bid) on monthly
basis. Please amend
9 4 4.3.S.no3 21
Remaining 10% of the total CAPEX
(Ref. Fin. Bid) payable half yearly in
10 equal installments (i.e. 1% of
CAPEX) after the date of Go-LIVE
of project.
Remaining 5 % of the total CAPEX (Ref. Fin. Bid
against BG for five years. Please amend
10 6 30 49 Warranty
The testing equipments asked in the tender are all optical
testing and measuring equipments which require a
proper Repair lab environment, Calibration systems and
cannot be repaired onsite. These equipments can only be
repaired at an Authorised Service Center for proper
accuracy.
no change
11Annexure
2Point A 61
The system shall also be capable of
sending alarm/fault/alert information
(email and SMS) to other solutions
using SNMP Protocol [get, set,
traps]/ Web Services API / HTTP on
the North Bound side.
In the clause mentioned, is the email and/or sms going
to be triggered with other solution.
our understanding is the email/SNMP option is to trigger
the SMSC for system sms messages.
the integration of the SNMP to the operator tool will be
to the opertor end, as the SNMP V1/V2c / V3 offered is
a standard set.
Is the Scope of Work as per above or different pls clarify,
if not we will need a clear scope of work to ascertain the
tool wtih which the integration to be done.
The system shall also be capable of sending alarm/fault/alert
information (email and SMS) to other solutions using SNMP
Protocol [get, set, traps]/ Web Services API / HTTP on the North
Bound side. SMS and Email gateway will be provided by RISL and
bidder is required to integrate proposed solution with existing
gateways.
1. 40% of the CAPEX (Ref. Fin. Bid) on delivery
2. 50% on successful UAT of deployed OFNMS & supplied test
equipment for Optic Fibre cabling & after Go-Live
3. 1)Remaining 10% of total CAPEX value shall be paid in
installment of 1% after each half year upto 5 years.
OR
Remaining 10% of total CAPEX value, shall be paid against bank
guaranty of equal value valid for 5 years from the date of Go-Live.
2) 100% of the total OPEX (Ref. Fin. Bid) payable half yearly in 10
equal installments after the date of Go-LIVE of project.
Page 2
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
12Annexure
2Point B 63
The Fault Mapping GIS Server
shall have the option to use
commercially available maps, such
as Here Maps, Open Street Maps
(OSM) or Bing Maps in the
background with the ability to
change them on-the-fly.
Need clarification as any one of these is feasible/ fine , in
addition bidder could provide other maps too.
As such Here maps is used more in Automobiles and
would suggest/ recommend to go for the latest available
maps with the best updations available
The Fault Mapping GIS Server shall have the option to use
commercially available maps, such as Here Maps, Open Street
Maps (OSM), Bing Maps or other latest updated available maps
in the background with the ability to change them, wituout
restarting the system.
13Annexur
e-2 Point C 65
The required patch-cords, pigtails,
connectors etc to put through the
RTUs need to be supplied with the
unit.
Please clarify ,What would be the min. length required
between rack where the RTU units are placed and the
ODF/cable termination panel and the connector type at
ODF.
The required patch-cords, pigtails, connectors etc to put
through the RTUs, equal to the number of ports of RTU, need
to be supplied with the unit, of appropriate size/length.
14Annexure
2Item No.2 69
The bidder shall provide High
availability solution
Every OEM has their own server configuration for the
ONMS Solution and according complete solution is
implemented. So would be better to make it optional or
OEM to specifiy the kind/type of HA or Database
backups or disaster recovery solution to be offered rather
than a specific type.
The bidder shall provide two ONMS servers, to be placed at
physically two different locations. Both system should be in
high availabiliy and have automatically synced database.
15Annexure
2Item no.3 69, 70
The units shall be supplied with
OEM Power Adapter along with
all required accessories at
designated locations.
Pls clarify is an adapter required external or to be
integrated into the system/ hardware. Having a integrated
power supply is best efficient and manageable, different
bidders would have capabilities of integrated/
hotswappable/ hard wired which is best in the racks as
seen in rack server.
The system should either work on 230 VAC or the units shall be
supplied with OEM Power Adapter (if required) along with all
required accessories at designated locations.
16Annexure
2
Item No.8.1075
Display: 3.5 inch color LCD touch
Screen
For Laser source : It should be optionsl Black/white
screen or touch screen so that all oems can comply so
you are kindly requested to please amend the same and
not make it OEM specific..
17Annexure
2Item No.9.16 76
Display: 3.5 inch color LCD touch
Screen
For power meter : It should be optional Black/white
screen or touch screen so that all OEM's can comply, so
you are kindly requested to please amend the same and
not make it OEM specific.
18Annexure
2
Item No.9.976
Measurement Range -75 to + 26
dBm
Measurement range option should be removed, as for
power meter the power range mentioned is correct i.e.
+10 to -60 dBm (Item9.9, point no. 3, page 76)
clause deleted
19Annexure
13Sl. No. 5 90, 91 Financial Bid
we see only capex & opex , there is no line stating or
requiring services such as I&C, training, integration etc
as mentioned in the RFP, Pls clarify would these be
required or not is not clear. Pls clarify.
no change
20 3 3.1.2 12
Average Annual Turnover of the bidder
during financial years FY 2014-15, 2015-
16 and 2016-17 should be at least Rs.
40 Crores.
This means no start up company initiated by Govt of India
cant be participated in this tender. DO you have any criteria,
how any start up company can participate in this tender.
no change
Display: 3.5 inch color LCD touch Screen/buttons.
Page 3
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
21 33.1.4
12
The bidder must have successfully
completed/under implementation the
Supply of Test Equipment for Fibre
Optic Cabling (like OTDR, Power Meter,
Laser Source, Splicing Machine, RTUs,
etc.) of value not less than the amount
of Rs. 15 Crore in total in India for Govt
Deptt/PSU/Telcom Operators during
the period from 01/04/2014 onwards.
a. Projects executed with in the
agency‘s own company, group of
companies, Joint Venture companies
shall not be considered.
Same here, no start up company can have turn over of 15Cr
against test equipments in OFC. Also restricting for bidding
by consortium also putting barrier for start up company to
participate.
Since it’s a govt of India initiative for making digital India and
it needs participation on many vendors and bidders for the
progress of country. Making such qualification criteria, it may
possible of non-particpation of max bidders and hence
restrricting of infusing better technology for OFC monitoring
solution.
Please refer modified clause
Page 4
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
22 3 3.1.1 12
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
A company registered under Indian
Companies Act, 1956
OR
A partnership firm registered under
Indian Partnership Act, 1932.
OR
Firms registered under Limited Liability
Partnership Act
Consortium shall not be allowed.
Please clarify as why the consortium bid is not allowed ? no change
23 3 3.1.6 13
i. The OEM must be a registered
company /office in India for last Five
financial years.
ii. The OEM must have service centre in
India
iii. Offered Optical Fibre NMS must
have successfully been implemented in
two projects, for Telecom
operators/Govt Deptt/PSUs.
iv. The OEM must have supplied Min 50
units in India to Telecom
operators/Govt Deptt/PSUs.
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.
AND
Copies of Work Order/ Project
completion / Phase completion
Only one or two OEM who are based outside has qualify this
criteria. This the policy they try to put in many tenders for
restricting others to participate. There is no Indian OEM for
this solution. The solution itself is imported. When as a state,
you want to have better and most suitable technology for
OFC monitoring, our suggestion is to remove this OEM
criteria of placing 50 RTUs in India. You may put 50 RTUs or
more from OEM to be operational globally . Fiber monitoring
technology is new in India, so giving criteria of selling 50RTUs
in India, just restricting other OEM to participate.
Please clarify the need for OEMas why the consortium bid is
not allowed ?
Please refer modified clause
Page 5
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
24Annexure
2Point C 64
Attenuation Dead Zone < = 4m
Event Dead Zone < = 0.8m
Number of data points: up to 256,000
This is vendor /OEM specific requirements :
As we understand this RTU will be placed on DHQ to monitor
back bone OFCs for district to district connectivity. We have
to understand the reason for OFC cuts happens. Since OFC is
buried under soil and normally there will be no digging
everyday. Once in a while, may be JCB works or any other
reason, OFC may get cut. System should able to detect the
cut instantly.
Since RTU will be doing polling method to detect the cut, for
example for 48ports RTU, if its possible cable one by one
with pre-scheduled timinings, it will not be able to detect cut
instanstly. One next cycle of possible, it will only detect the
cut.
1. Its important to detect the cut instantly, which is not
possible by present RTU solution
2. Once cut or fault is detected, it gives tentetive optical
distance, now GIS solution to be there to locate the cut to
provide localization of the cut / fault. Once FRV team goes
for rectifciation, it may observer JCB works or any other
works and identify the exact location of fault. If he finds fault
location within 1 or 2 m accuracy, it should be okay.
But giving dead zone parameter less than .8m and number of
sampling point more than 256000, you will be just increasing
the price of solution. This kind of OTDR is not absolutely
required for OFC monitoring.
no change
25Annexure
2Point C 64
The RTU shall be equipped with media
storage using SSD – solid state disk and
not the moving parts such as magnetic
hard disk.
The disk space shall be large enough to
store up to 20GB of test results or all
data generated by a preventive
maintenance test campaign on four (4)
fibres, on a one per hour (1/h)
acquisition rate for 30 consecutive days
as a minimum
This is totally single OEM / vendor specfic features. No need
to have SSD of 20GB at RTU end, since it is connected to
server to monitoring. Any deviation from reference will be
sent to server through MIB.
The RTU shall be equipped with media storage large enough to
store at least one month data or all data generated by a
preventive maintenance test campaign on four (4) fibres, on a one
per hour (1/h) acquisition rate for 30 consecutive days as a
minimum
26 3 3.1.4.b 12
Bidders involved in OFC laying projects
with RISL/DoIT&C, with reference to
tenders mentioned in this RFP
are not Allowed to participate in this
tender.
It is requested to allow parent/Sister Firms of the
Organization doing OFC laying projects with RISL/DoIT&C,
with reference to tenders mentioned in this RFP for
healthy competition
no change
Page 6
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
27 3 3.1.4.c 12
Bidder selected in this tender
will not be allowed to participate in any
upcoming
OFC laying tenders of RISL/DoIT&C for
the duration of this tender/project.
It is requested to allow Selected
bidders in upcoming OFC laying tenders of RISL/DoIT&C for
the duration of this tender/project as the nature of works are
different.
no change
28 3 3.1.6.i 13
The OEM must be a registered
company /office in India for last Five
financial years.
It is requested to change
The OEM must be a registered
company /office in India for last Ten financial years. For
OEM stability and Presence in India.
no change
Page 7
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
29 3 3.1.6.ii 13The OEM must have service
centre in India
It is requested to change the
clause with The OEM must have TL 9000 and ISO9000
certified service center in India for assured Quality of Service
center.
Valid Certificate to be provided.
The OEM must have TL 9000 or ISO9000 certified service
centre in India to assure Quality of Service.
Valid Certificate to be provided.
Valid TL9000 or ISO9000 Certificate to be
provided.
30 3 3.1.6.iii 13
Offered Optical Fibre NMS
must have successfully been
implemented in two projects, for
Telecom operators/Govt Deptt/PSUs.
It is requested to change the
clause with Offered Optical Fibre NMS must have
successfully been implemented in two projects,
for Telecom operators/Govt Deptt./PSUs in India for
minimum qty of 100 nos. RTUs in each project and be in
continuous successful operation since last 3 years or
more (for Product reliability and stability in working
condition)
Documents required: Copies of Purchase order and
Performance Certificate for minimum three years of
successfull operation
Offered Optical Fibre NMS
must have successfully been implemented in two projects, for
Telecom operators/Govt Deptt/PSUs.
Copies of Purchase order and satisfactory
Performance Certificate need to be
submitted.
31 3 3.1.6.iv 13
The OEM must have supplied
Min 50 units in India to Telecom
operators/Govt Deptt/PSUs.
It is requested to change the
clause The OEM must have supplied Min 200 RTUs in India to
Telecom operators/Govt Deptt/PSUs.
Documents Required: Copies of Purchase order and
performance certificate.
Please refer modified clause.
32 4 4.3 Sr. No. 2 21
Supply and Installation of
Mentioned equipment as per the BoM
(Annexure-1) Timeline
It is requested to change the
Payment Terms as below
i)Payment of 70% of the total Supply Value at the
time of Delivery
ii)Payment of 25% of the total supply value After Installation
and Commissioning
iii) Remaining 5% of the
Total CAPEX (Ref. Fin.
Bid) payable half yearly in 10 equal installments after the
date of Go- LIVE of system
Please refer modified clause
33Annexure
2
Note Point no.
361
An OEM shall authorized
maximum two bidders to
participate.
It is requested to allow an OEM
to Authorize maximum three bidders to participate to have a
healthy competition
clause deleted
34Annexure
2Point B 63
SNMP or web service shall
have direct connection to the
RTU so that real time fault notices can
be retrieved.
It is requested to change RTU
with Server.
SNMP or web service shall have direct connection to the RTU so
that real time fault notices can be retrieved by the supplied
ONMS..
35Annexure
2Point C 64 Attenuation Dead Zone <= 4m
It is requested to change
Attenuation dead zone <= 2m for more precise and accurate
fault finding.
no change
Page 8
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
36Annexure
2Point C 64
Number of data points: up to
256,000.
It is requested to change the
Data points to 512000 for getting more accurate resultsno change
37Annexure
2Point C 64
The Optical switch must have
lifetime of One billion of switching
cycle
It is requested to change lifetime to 100 million Switching
cycle which enough for more than 15 years of life span.
The Optical switch must have
lifetime of minimum 100 million of switching cycle.
38Annexure
2Point C 64
The disk space shall be large
enough to store up to 20GB of test
results or all data generated by a
preventive maintenance test campaign
on four (4) fibres, on a one per hour
(1/h) acquisition rate for 30
consecutive days as a minimum.
It is requested to change it to adequate memory for last
one month results which is more than enough on RTU part as
all the results/Memory is already at Server. Please refer modified clause.
39Annexure
2Point C 65
Environment Storage -5°C to
70°C
It is requested to change Storage temperature to -5°C to 60°C
which is more than enough.
Environment Storage -5°C to
55°C
40Annexure
2Item No. 1 66
The NMS shall be able to
trigger an on-demand
test trough SNMP protocol to the RTU
that is monitoring the fibre attached to
the network equipment
It is requested to change RTU
with Server.
The supplied NMS shall be able to
trigger an on-demand
test trough SNMP protocol to the RTU that is monitoring the fibre
attached to the network equipment
41Annexure
2Item No. 6.1 71
Display :
The display shall be Minimum
6-inch touchscreen
It is requested to allow Display
size will be Minimum 5 inch touch screen as OTDR is a
field equipment and it should be hand held which is also the
requirement of RFP
Display :
The display shall be Minimum
4.5-inch touchscreen
42Annexure
2Item No. 6.4 71
The Instrument shall include
the following
I/O interfaces: Two USB 2.0 ports and
one RJ-45 LAN 10/100 Mbit/s
It is requested to change it to USB ports only as OTDR is a
field equipment and there is no any significance of RJ-45 port
in Field.
The Instrument shall have two I/O interfaces: USB 2.0 ports or RJ-
45 LAN ports.
43Annexure
2Item No. 6.5 71
The OTDR must have internal
inbuiltstorage capacity of 2GB
memory and shall
store at least 20,000 test results.
It is requested to change storage capacity to 10000 test
results as it is more than enough and results can be taken by
using pen drive with USB port and keep it in PC.
The OTDR must have internal
inbuiltstorage capacity to store at least 10,000 test results
44Annexure
2Item No. 6.10.ii 72
a. on wavelength 1310nm
Minimum 42dB or better
b. on wavelength 1550nm
Minimum 41dB or better
It is requested to change
Dynamic Range which is more
than enough for 100Km Link.
a. wavelength 1310nm
Minimum 40dB or better
b. on wavelength 1550nm
Minimum 40dB or better
a. on wavelength 1310nm
Minimum 40dB or better
b. on wavelength 1550nm
Minimum 40dB or better
45Annexure
2
Item No.
6.10.iii72 Event Dead Zone: 0.6m
It is requested to change it to 1 meter as the value
mentioned is limiting the comptetion with single
manufacturer.
Event Dead Zone: 1m or better
Page 9
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
46Annexure
2Item No. 6.12 72 Output power: -2.5 dBm.
It is requested to not fix the value as it varies with
manufacturers and there is no difference in testing with
this value.
clause deleted
47Annexure
2Item No. 6.13 72 Display Range: 0.1 to 300Km.
It is requested to change the
Distance range from 0.1 to
200km or maximum 250km as it is more than enough.
Display Range: 0.1 to 250Km.
48Annexure
2Item No. 6.15 72
Distance Accuracy:
(±0.75+0.0025% x
distance +resolution or better
It is requested to change it with
(±1 m) ± (sampling resolution)
±(1.10–5 x distance), excluding group index uncertainties .
As given value is limiting the competiton .
Distance Accuracy:
(±1m) ± sampling resolution ± (1.10–5 x distance) or better
49Annexure
2Item No. 7.14 73
At least 20,000 Results including Date,
Splice Mode, Error message, Estimate
Splice Loss, Cleave Angle, Axial Offset,
Cleave Angle Threshold, Estimate Splice
Loss Threshold, Arc Power and Arc
Time
It is requested to change the
clause to 10000 splice results as it is more than enough for
splicing machine as there is not much significance of Splicing
Machine results because it is to be verified with OTDR only.
At least 10,000 Results including Date,
Splice Mode, Error Message, Estimate Splice Loss, Cleave Angle,
Axial Offset, Cleave Angle Threshold, Estimate Splice Loss
Threshold, Arc Power and
Arc Time
50Annexure
2Item No. 8.4 75
Output Power Range
≥1/≥1 for 1310 and 1550nm
It is requested to change Output Power Range to 0 to -3 dBm
for adjustable output settable in 0.01dB steps so that field
team can change the output power for better understanding
of Fiber Loss.
no change
51Annexure
2
Item No. 8.11,
8.1375
Optical Connector: FC-PC
Optical Connector: SC-PC
Both The points are same so it is requested to clarify
the connector type
Optical Connector: FC-PC or SC-PC (as per requirement)
52Annexure
2Item No. 8.15 75
Operating time for battery:
>100 hours
It is requested to change Battery Life >10 hrs as the batteries
are rechargeable and can be charges any time as per the
requirement
Operating time for battery:
>100 hours for non-chargeable batteries
or
>10hrs for rechargable battery
53Annexure
2Item No. 9.2 75
Wavelength Range:
850,980,1300,1310,1450,1
490,1550,1625n
It is requested to change the
range from 800 to 1700nm in the steps of 1nm or Calibrated
wavelengths 850,980,1300,1310,1490,1550,
1625nm as it covers all the
wavelength which is required for testing
no change
54Annexure
2Item No. 9.3 76
Power Range: +10 to -60 dBm
Measurement Range -75 to +
26 dBm
Both the points are same with
Different value so it is requested to change higher
Measurement range -75 to 26dBm for all type of Power
Measurement testing
Measurement Range -60 to +
26 dBm
55Annexure
2Item No. 9.15 76 Batter Life >300 Hrs (Typical)
It is requested to change Battery
Life >10 hrs as the batteries are rechargeable and can be
charges any time as per the requirement
Operating time for battery:
>100 hours for non-chargeable batteries
or
>10hrs for rechargable battery
56 3 3.1.6.i 13The OEM must be a registered
company /office in India for last Five
financial years.
The OEM must be a registered company in India for
minimum last Ten financial years.
Document required: Copy of Valid Registration
Certificate.
no change
Page 10
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
57 3 3.1.6.ii 13The OEM must have service center
in India
The OEM must have TL 9000 and ISO9000 certified
service center in India.
Documents Required: Valid TL9000/ISO certificate
Please refer modified clause
58 3 3.1.6.iii 13
Offered Optical Fiber NMS must
have successfully been
implemented in two projects, for
Telecom operators/Govt Deptt
/PSUs.
Our understanding for qualification criteria is as under:
“Offered Optical Fibre NMS must have successfully
been implemented in two projects, for Telecom
operators/Govt Deptt./PSUs in India for minimum qty of
50 nos. RTUs in each project. Also these systems are
in continuous successful operation since past 3 years
or more.”
And to get above verified bidders need to submit
“ Copy of PO/I&C Certificate and performance letter
from user.”
Pl. clarify if above understanding is correct.
Please refer modified clause
59 3.1.6.iv 13The OEM must have supplied Min
50 units in India to Telecom
operators/Govt Deptt /PSUs.
We understand that this clause is for Optical Fiber
Network Management System and our understanding
for this clause is as under:
“The OEM must have supplied Optical Fiber Network
Management System having min 50 nos. RTUs in India
to Telecom operators/Govt Deptt /PSUs.”
And as per 6(iii) this must be in successful operation
since past three years.
Pl. clarify if above understanding is correct.
Please refer modified clause
60Annexure
1Sr. No. 1 60 100 user licenses
The system should allow creation of 100 number of
users but the number of simultaneous users should be
restricted to 10.
The system should allow creation of 100 number of users
but the number of simultaneous users shall be 25.
61Annexure
1Sr. No.12 60 Stop Pass filter. Should be Short Pass filter. Stop/Short Pass filter.
62Annexure
2Point A 61
The system should offer the
periodic surveillance 24 hours a day
seven days a week.
The system should have capability that scans the fiber
network 24/7 and automatically detects & locates faults
without having to dispatch technicians in the field.
The system should have capability that scans the fiber
network 24/7 and automatically detect & locate faults.
63Annexure
2Point A 62
It shall also be possible to record
GPS co-ordinates for all the points
featured on the schematic
documentation.
It should be possible for the user to get the GPS co-
ordinates of the fault in addition to a link with mapping
software such as google earth to see directly the fault
position on a map.
The user should get the GPS co-ordinates of the fault in
addition to the link with mapping software to enable the user
to locate fault position on a map.
64Annexure
2Point A 62
The system shall have a tool to
display all the stored OTDR trace
with filters such as date, monitored
fibre and to have this link of the
OTDR trace viewing in the email
alert sent, so the user can view the
OTDR trace.
This clause should be split in two different clauses as
below:
i) The system shall have a tool to display all the stored
OTDR trace with filters such as date, monitored fiber.
ii) It should be possible for the user to create different
profiles to receive alarms by e-mail and/or SMS. The
user should be able to configure email format so that
trace files, Geographical file and PDF file can be
attached to the email.
no change
Page 11
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
65Annexure
2Point B 63
SNMP or web service shall have
direct connection to the RTU so that
real time fault notices can be
retrieved.
In order to facilitate the integration with a large variety
of back office systems (OSS; GIS; etc) the server
interface should offer a large variety of functions
available through SNMP and Web services (SOAP).
SNMP or web service shall have direct connection to the
RTU/ONMS so that real time fault notices can be retrieved.
66Annexure
2Point B 63
Each RTU on the map will be
represented by an icon. This icon
shall change colors based on
whether or not a fault is being
reported by that RTU.
Tree view must give access to object (Domain, RTU,
Link and Section) from a structured way. The different
objects should be represented by different icons. In
case of alarm or default on any object, an icon displays
next to the object with a red or yellow color concerned
by the alarm.
no change
67Annexure
2Point B 63
The Fault Mapping GIS Server shall
have the option to use
commercially available maps, such
as Here Maps, Open Street Maps
(OSM) or Bing Maps in the
background with the ability to
change them on-the-fly.
The Fault Mapping GIS Server shall have the option to
use commercially available maps, such as Open Street
Maps (OSM) or Bing Maps in the background.
Please refer modified clause
68Annexure
2Point B 63
Options for the maps should
include geocoding, reverse
geocoding, and automatic route
drawing.
Pls.remove it. clause deleted
69Annexure
2Point C 64
The Optical switch must have
lifetime of One billion of switching
cycle.
Suggested Clause: The Optical switch must have
lifetime of > 100 million of switching cycle. Our
Justification: The average time for an OTDR
measurement is 30s. It takes 4mn to scan 8 ports. With
100million cycles of lifetime, it gives a lifetime superior
to 70 years. We have RTU installed for more than 15
years and working successfully.
Please refer modified clause
70Annexure
2Point C 64 Dynamic Range >= 42dB Dynamic Range >= 44dB no change
71Annexure
2Point C 64 Attenuation Dead Zone <= 4m Attenuation Dead Zone <= 2m no change
72Annexure
2Point C 64 Event dead zone <= 0.8m Event dead zone <= 0.6 m no change
73Annexure
2Point C 64
Number of data points: up to
256,000Number of data points: up to 512,000 no change
74Annexure
2Point C 64
The Optical switch must be a plug-
in module modular.
Suggested Clause: The Optical switch and OTDR
must be a plug-in modules (modular).no change
75Annexure
2Point C 64-65
The disk space shall be large
enough to store up to 20GB of test
results or all data generated by a
preventive maintenance test
campaign on four (4) fibres, on a
one per hour (1/h) acquisition rate
for 30 consecutive days as a
minimum.
Suggested Clause: The disk space on RTU should be
at least 8 Gb to store reference traces.Please refer modified clause
Page 12
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
76Annexure
2Point C 65 b. Storage -5°C to 70°C Suggested: Storage -10°C to 60°C Please refer modified clause
77Annexure
2Item No. 1 66
There should be provision of SNMP
server in the solution offered to
receive and parse traps from RTU.
Suggested Clause: The system must offer Open
interface based on SNMP and Web Services to
facilitate the integration with a large variety of back
office systems open-source software (OSS) and
geographical information systems (GIS)
no change
78Annexure
2Item No. 1 66
The NMS shall be able to trigger an
on-demand test trough SNMP
protocol to the RTU that is
monitoring the fibre attached to the
network equipment. The test should
have pre-defined parameters so
that it can be executed at any time
to obtain fibre conditions (fault, no
fault) and, in case of a fault, obtain
its full details including type,
position, etc.
Suggested Clause: It should be possible to integrate
fiber monitoring system with customer’s OSS system
and use SNMP protocol to trigger Test on Demand on
fiber (Link) from OSS on receipt of Transport alarm (RS-
LOS).
Please refer modified clause
79Annexure
2Item No. 1 67
f) To show bi-directional analysis,
where all fibre traces are available.Remove it. clause deleted
80Annexure
2Item No. 2 69
The bidder shall provide High
availability solution.
Suggested Clause: The bidder shall provide High
availability solution with two servers. The failover must
be automatic when the other server does not show any
activity
Please refer modified clause
81Annexure
2Point C 65 Additional Suggested clause:
All the connectors electrical and optical shall be
available on the front panel.no change
82Annexure
2Item No. 1 64-69 Additional Suggested clause:
Each table of the OFNMS must be exportable in pdf or
Excelclause added
83Annexure
2Item No. 1 64-69 Additional Suggested clause:
The system must have easy to use graphical user
interface. It must have a search box that allows to
quickly select any object like RTU or link
no change
84Annexure
2Item No. 1 64-69 Additional Suggested clause:
The system must offer the possibility to split the
monitored fibers in different zones to differentiate the
users to have the visibility to different zones. Group1 of
users will have the visibility to Zone 1, Group2 of users
will have the visibility to Zone 2.
The system administrator must be able to see all the
connected user with their IP address in a single
window. The system administrator must have the
possibility to disconnect any connected user.
clause added
85Annexure
2Item No. 1 64-69 Additional Suggested clause:
A landmark table including slack loop and scale factor
can be associated to the OTDR reference trace. This
allows to display in the alarm ticket the real field
distance from landmark in addition to the optical
distance
no change
Page 13
Annexure 'A'
Sr. No.
RFP
Chapter
No.
RFP Clause
No.
RFP Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Change in RFP Committee Recommendations
Pre Bid Queries responses for NIB Ref. No. F4.6(242)/RISL/Tech/2017/6817 dated 6.11.17
86Annexure
2Item No. 1 64-69 Additional Suggested clause:
The system must display the graph of the evolution of
monitored fiber budget versus time: hour, day, week,
month or year.
no change
Page 14
top related