Top Banner
Sensitivity: Internal & Restricted RajCOMP Info Services Limited (RISL) 2021 Contact Information: Sh. C. P. Singh (GM - Technical) [email protected]
197

Draft Request for Proposal (RFP) for Maintenance Services on ...

Mar 17, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Draft Request for Proposal (RFP) for Maintenance Services on ...

Sensitivity: Internal & Restricted

RajCOMP Info Services Limited (RISL)

2021

Contact Information: Sh. C. P. Singh (GM - Technical)

[email protected]

Page 2: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 2 of 198

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and procurement of network hardware& LAN Infra under RajNET Project through Rate Contract (RC)

Ref. No.:F3.3(325)/RISL/Pur/2021/ Dated:

Unique Bid No:

Mode of Bid Submission Online though eProcurement/ eTendering system at

http://eproc.rajasthan.gov.in

Procuring Authority Managing Director,

RISL, First Floor, C-Block, Yojana Bhawan, Tilak

Marg, C-Scheme, Jaipur-302005 (Rajasthan)

Date & Time of Pre-bid Queries Date/Time: 05.04.2021 at 3.00 PM

Place: Board Room, 1st Floor, RISL, Yojana Bhawan

Campus, Tilak Marg, C-Scheme, Jaipur - 302005

(Rajasthan)

Last date of submitting clarifications request by the

bidder: 06.04.2021 at 11.00 AM

Response to clarifications by procuring entity: 12/04/2021

Last Date & Time of Submission of

Bid

04/05/2021 at 03:00 PM

Date & Time of Opening of Technical

Bid

04/05/2021 at 04:00 PM

Cost of Tender Document: Rs. 5000/- Only (Rupees Five Thousand Only)

RISL Processing fee: Rs. 1000 /- Only (Rupees One Thousand Only)

Name of the Bidding Company/ Firm:

Contact Person (Authorised Bid Signatory):

Correspondence Address:

Mobile No. Telephone & Fax Nos.:

Website & E-Mail:

RajCOMP Info Services Limited (RISL)

1st Floor, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur (Rajasthan)

Phone: 91 (141) 4031900 Fax: 91 (141) 2228701

Website: http://risl.rajasthan.gov.in

Page 3: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 3 of 198

Table of Contents

1. INVITATION FOR BIDS (IFB)& NOTICE INVITING BID (NIB) .................................. 10

2. About RISL ................................................................................................................ 13

3. Project Profile: .......................................................................................................... 13

4. PRE-QUALIFICATION / ELIGIBILITY CRITERIA ..................................................... 14

5. SCOPE OF WORK, DELIVERABLES AND TIMELINES .......................................... 17

5.1. Details of Scope of Work (SoW) ........................................................................... 17

A. Rate Contract of MPLS, P2P and Internet Lease Line connectivity. ............................................. 17

B. Rate Contract for Network Infrastructure ............................................................................................ 22

5.2 Project Milestones, Deliverables& Timelines ................................................................................. 29

6. INSTRUCTION TO BIDDERS (ITB) ........................................................................... 32

1) Sale of Bidding/ Tender Documents ..................................................................................................... 32

2) Pre-bid Meeting/ Clarifications ............................................................................................................... 32

3) Changes in the Bidding Document ........................................................................................................ 32

4) Period of Validity of Bids ......................................................................................................................... 32

5) Format and Signing of Bids: ................................................................................................................... 33

6) Cost & Language of Bidding ................................................................................................................... 35

7) Alternative/ Multiple Bids ......................................................................................................................... 35

8) Bid Security ................................................................................................................................................. 35

9) Deadline for the submission of Bids ..................................................................................................... 36

10) Withdrawal, Substitution, and Modification of Bids ..................................................................... 36

11) Opening of Bids ..................................................................................................................................... 36

12) Selection Method ................................................................................................................................... 37

13) Clarification of Bids ............................................................................................................................... 37

14) Evaluation & Tabulation of Technical Bid ....................................................................................... 37

15) Evaluation & Tabulation of Financial Bids ...................................................................................... 38

16) Correction of Arithmetic Errors in Financial Bids ......................................................................... 39

17) Comparison of rates of firms outside and those in Rajasthan .................................................. 39

18) Price/ purchase preference in evaluation ........................................................................................ 39

19) Negotiations ............................................................................................................................................ 39

20) Exclusion of Bids / Disqualification .................................................................................................. 40

21) Lack of Competition .............................................................................................................................. 40

22) Acceptance of the successful Bid and award of contract .......................................................... 41

23) Information and publication of award .............................................................................................. 41

Page 4: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 4 of 198

24) Procuring entity’s right to accept or reject any or all Bids ......................................................... 41

25) Right to Vary Quantities ....................................................................................................................... 42

26) Performance Security ........................................................................................................................... 42

27) Execution of agreement ....................................................................................................................... 43

28) Confidentiality ........................................................................................................................................ 43

29) Cancellation of procurement process .............................................................................................. 43

30) Code of Integrity for Bidders .............................................................................................................. 44

31) Interference with Procurement Process .......................................................................................... 44

32) Appeals ..................................................................................................................................................... 45

33) Stay of procurement proceedings ..................................................................................................... 46

34) Vexatious Appeals & Complaints ...................................................................................................... 46

35) Offenses by Firms/ Companies .......................................................................................................... 46

36) Debarment from Bidding...................................................................................................................... 46

37) Monitoring of Contract ......................................................................................................................... 47

7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT ...................... 48

1. Contract Documents ................................................................................................ 49

2. Interpretation ............................................................................................................ 49

3. Language .................................................................................................................. 49

4. Joint Venture, Consortium or Association ............................................................. 49

5. Eligible Goods and Related Services ..................................................................... 49

6. Notices ...................................................................................................................... 50

7. Governing Law ......................................................................................................... 50

8. Scope of Supply ....................................................................................................... 50

9. Delivery & Installation .............................................................................................. 50

10. Supplier’s/ Selected Bidder’s Responsibilities .................................................. 50

11. Purchaser’s Responsibilities ............................................................................... 51

12. Contract Price........................................................................................................ 51

13. Recoveries from Supplier/ Selected Bidder ........................................................ 51

14. Taxes & Duties ...................................................................................................... 51

15. Copyright ............................................................................................................... 51

16. Confidential Information ....................................................................................... 51

Page 5: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 5 of 198

17. Sub-contracting ..................................................................................................... 52

18. Specifications and Standards .............................................................................. 52

19. Packing and Documents ...................................................................................... 53

20. Insurance ............................................................................................................... 53

21. Transportation ....................................................................................................... 53

22. Inspection .............................................................................................................. 53

23. Samples ................................................................................................................. 54

24. Drawl of Samples .................................................................................................. 54

25. Testing charges ..................................................................................................... 54

26. Rejection ................................................................................................................ 54

27. Payments ............................................................................................................... 55

28. Liquidated Damages (LD) ..................................................................................... 55

29. Authenticity of Equipment ................................................................................... 55

30. Warranty ................................................................................................................ 56

31. Patent Indemnity ................................................................................................... 56

32. Limitation of Liability ............................................................................................ 57

33. Force Majeure ........................................................................................................ 57

34. Change Orders and Contract Amendments ....................................................... 57

35. Termination............................................................................................................ 58

36. Exit Management ................................................................................................... 59

37. Settlement of Disputes ......................................................................................... 61

8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT ........................ 62

1. Service Level Standards/ Requirements/ Agreement: .......................................... 62

2. Personnel Deployment: ........................................................................................... 70

ANNEXURE-1: BILL OF MATERIAL (BOM) ..................................................................... 71

ANNEXURE-2: TECHNICAL SPECIFICATIONS .............................................................. 73

ANNEXURE-4: PRE-BID QUERIES FORMAT ............................................................... 108

Page 6: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 6 of 198

ANNEXURE-5: BIDDER’S AUTHORIZATION CERTIFICATE........................................ 109

ANNEXURE-6: CERTIFICATE OF CONFORMITY/ NO DEVIATION ............................. 110

ANNEXURE-7: MANUFACTURER’S AUTHORIZATION FORM (MAF) ......................... 111

ANNEXURE-8: UNDERTAKING ON AUTHENTICITY OF EQUIPMENTS ..................... 112

ANNEXURE-09: COMPONENTS OFFERED – BOM ..................................................... 113

ANNEXURE-10: SELF-DECLARATION ......................................................................... 114

ANNEXURE-11: COVERING LETTER – TECHNICAL BID ............................................ 115

ANNEXURE-12: FINANCIAL BID COVER LETTER & FORMAT ................................... 117

ANNEXURE-13: BANK GUARANTEE FORMAT ............................................................ 123

ANNEXURE-14: DRAFT AGREEMENT FORMAT ......................................................... 128

ANNEXURE-15: FORMAT FOR PROJECT REFERENCES .......................................... 131

ANNEXURE-16: MEMORANDUM OF APPEAL UNDER THE RTPP ACT, 2012 ........... 132

ANNEXURE-17UNDERTAKING FOR OFFICE SETUP ................................................. 133

ANNEXURE-18: CERTIFICATE OF CONFORMITY/ NO DEVIATION BY OEM ............ 134

ANNEXURE-19: CERTIFICATE FOR EXEMPTION OF BID SECURITY ....................... 135

ANNEXURE-20: DRAFT MODEL TRIPARTITE AGREEMENT ...................................... 136

ANNEXURE-21: NBSP CONSENT LETTER .................................................................. 145

ANNEXURE-22: TENDER FORM ................................................................................... 146

ANNEXURE-23: List of Existing Sites ............................................................................. 148

1. List of MPLS sites:- .................................................................................................. 148

2. List of ILL & P2P sites:- ............................................................................................ 193

3. List of P2P Sites: ...................................................................................................... 193

ANNEXURE-24 : FORM OF BID-SECURING DECLARATION ...................................... 198

Page 7: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 7 of 198

Abbreviations & Definitions

Act The Rajasthan Transparency in Public Procurement Act, 2012 (Act No. 21

of 2012) and Rules thereto

Authorized

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/ e-Bid 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

fulfillment of any obligation in terms of the provisions of the bidding

documents.

Bidder Any person/ firm/ agency/ company/ contractor/ supplier/ vendor participating

in the procurement/ bidding process with the procurement entity

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

BoD Board of Directors

BoM Bill of Material

BoQ Bill of Quantity is an XLS format of financial bid to be uploaded on e-

procurement portal.

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. MD, 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 be three years from the date of placing First

PO/WO. However, rates quoted by the Bidder/SP for this project shall remain

valid for a period of two Years from the date of placing first PO/WO.

COTS Commercial Off The Shelf Software

Day A calendar day as per GoR/ GoI.

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). eGRAS facilitates collection of tax/ non-tax revenue in both the

Page 8: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 8 of 198

modes: online as well as manual. All types of government revenue may be

deposited online using this website: https://egras.raj.nic.in/

ETDC Electronic Testing & Development Center

EMD Earnest Money Deposit

Endpoint A device (along with hardware and software) capable of connecting to VC in

a point-to-point or multiparty video conference.

FOR/ FOB Fright on Road 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

GST Goods and Services Tax

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 Organization for Standardization

IT Information Technology

ITB Instruction to Bidders

LD Liquidated Damages

LoI Letter of Intent

MCU A device (along with hardware and software) capable of interconnecting VC

users in a point-to-point or multiparty video conference.

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

Notification A notification published in the Official Gazette

NBSP Network Bandwidth Service Provider

OEM Original Equipment Manufacturer

PAN Permanent Account Number

PBG Performance Bank Guarantee

PC Procurement/ Purchase Committee

Page 9: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 9 of 198

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 agency 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.

LOI Letter of Intent

RajSWAN/ RSWAN Rajasthan State Wide Area Network

RISL RajCOMP Info Services Limited

RSDC Rajasthan State Data Centre, New IT Building, Jaipur

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

SLA Service Level Agreement is a negotiated agreement between two parties

wherein one is the customer and the other is the service provider. 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.

State Government Government of Rajasthan (GoR)

State Public

Procurement

Portal

http://sppp.raj.nic.in

SP/SI The bidder supplying necessary hardware, software and services etc.

STQC Standardization 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

VC Point-to-point or multiparty video conference

VC Endpoint

(Room-based)

The room-based VC end-point means a system having one CODEC, One

PTZ Camera and One Mic.

WO/ PO Work Order/ Purchase Order

Page 10: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 10 of 198

1. INVITATION FOR BIDS (IFB)& NOTICE INVITING BID (NIB)

Page 11: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 11 of 198

Page 12: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 13 of 198

2. About RISL

RajCOMP Info Services Ltd. (formerly RajCOMP) is a fully owned Government of Rajasthan

Company; it is a leading consulting organization in the field of Information Technology. RajCOMP

Info Services Ltd. (RISL) operates under the aegis of Government of Rajasthan.

RISL is designated State Designated Agency (SDA) for implementation of NeGP Components

i.e. State Data Centre (SDC), State Wide Area Network (SWAN), Common Service Centre

(CSC/eMitra), State Service Delivery and other State’s Mission Mode Projects (MMPs) and

Facilitate State Government for implementing e-Procurement Project.

RISL takes up the activities of procuring and outsourcing of hardware, software, networking

components and other products and services on behalf of Government Departments/

Organization(users).

3. Project Profile:

The RajSWAN segment of RajNET connects all the buildings within the Secretariat premises to

the SDC at Yojana Bhawan, over a high-speed gigabit Ethernet backbone and also connects

important Government buildings outside the Secretariat, and over all Rajasthan up to the Block

level HO offices through a mix of fiber optic / wireless / leased links, thereby providing 24x7

Internet and Intranet facility. Internet is provided through Internet leased line of 10 GBPS NKN.

The objective of both the Networks is to provide basic ITC & Networking infra for all e-governance

applications/project of GoR. It provides data, IP-voice, video conferencing, Wi-Fi and Internet

services to its users. It is required to ensure that both the Network RajSWAN should be functional

on 24 x 7 basis. Various Networking & ITC equipment are installed in RajSWAN to provide 24 x

7 basis connectivity. These equipment are of utmost importance as these are being used to

access various central applications hosted at State data center and other Networks.

The connectivity (MPLS/P2P/ILL) shall be provided to Government offices and shall be

integrated with RajSWAN network. Also the active and passive component of networking shall

be deployed in Government premises.

Page 13: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 14 of 198

4. PRE-QUALIFICATION / ELIGIBILITY CRITERIA

A bidder participating in the procurement process shall possess the following minimum pre-

qualification/ eligibility criteria.

Sr.

No.

Basic

Requirement

Specific Requirements Documents

Required

1 Legal Entity 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

OR

A company registered under Indian

Companies Act, 1956

OR

A partnership firm registered under Indian

Partnership Act, 1932.

Note: Consortium of firms is not

allowed.

Copy of Certificate

of Incorporation and

Company

Registration

Certificate, as

applicable.

2 Financial:

Turnover

Annual Average Turnover of the bidder from

IT/ITeS/Networking (Active/Passive

Network Component/Data Center

Equipments) during the last three financial

years, i.e., 2016-2017 to 2018-19 (as per the

last published audited balance sheets),

should be at least Rs. 250 crores

CA Certificate with UDIN (Unique

Document Identification

Number) and having CA’s Registration Number and Seal

3 Technical

Capability

A. The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices

(Router/Switches and other active network

equipment) value not less than the amount

of Rs. 20.00CR during the period from

01/04/2015 to 31/03/2020.

or

three project of Supply and Installation of

active Networking devices

(Router/Switches and other active network

equipment) value not less than the amount

of Rs. 40 CR during the period from

01/04/2015 to 31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

For A.

Annexure-15

and

Work Order + Work

For Completion

Certificates from the

client;

OR

Work Order + Phase

Completion

Certificate from the

client showing

acceptance of

completion of supply

and installation

Page 14: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 15 of 198

Sr.

No.

Basic

Requirement

Specific Requirements Documents

Required

AND

B.The bidder must have agreement with

minimum Three NBSP (Network Bandwidth

Service Provider) within 15 days of LOI. At

the time of Tripartite agreement,The NBSP

should have:

a) A valid UL-Internet Service-Category-A

and NLD Licenses for Rajasthan Telecom

Circle duly issued by DoT.

b) Network management center with DR

facility, at different locations in India.

C) At time of bidding atleast one of the ISP

having a valid UASL/2G/3G/4G/5G

Licenses duly issued by DoT.

For B

(to be submitted by

Successful bidder

within 15 days of

LOI)

Copy of the valid

Licenses issued by

DOT, GoI

AND

TRIPARTITE

AGREEMENT(s)

ANNEXURE-20

4 Tax registration The bidder should have a registered

number of

i. GST Registration

ii. Income Tax / PAN Number

Copies of relevant

certificates of

registration

5 Certifications The bidder must possess, at the time of

bidding, a valid ISO 9001 / ISO 20000 / ISO

27001/ CMMi Level V.

The PSUs are exempted from these

CERTIFICATIONS.

Copy of a valid

certificate/Bidder

need to submit

gazzate notification

of GOI stating

company to be

notified as PSU.

6 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;

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

A Self Certified letter

on bidder’s letter

head duly signed by

Auth. Signatory as

per Annexure 10:

Self-Declaration

Page 15: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 16 of 198

Sr.

No.

Basic

Requirement

Specific Requirements Documents

Required

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.

7 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 existing solution

as per Annexure -1 (Part – B).

AND

The bidder must be an authorized system

integrator for sale, support and services of

the OEM who meets the criteria under

Eligible Goods and Services of the products

being quoted in this bid.

OR

The bidder must be a manufacturer,

distributor or bona-fide dealer in the goods

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-7.

Where applicable,

proof of

authorization by the

manufacturer or

country distributor in

India, shall be

enclosed as per

Annexure-7: MAF

8 Local support

in Jaipur

The bidder should have local support office

in Jaipur

OR

Bidder shall submit an undertaking to

establish local support office in Jaipur within

one month of issue of work order.

A self-declaration

(on Bidder‘s

Letterhead) as

given in Annexure-

17

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 qualifications again as to whether or not the bidder has done so to the

satisfaction of the procuring entity.

Page 16: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 17 of 198

5. SCOPE OF WORK, DELIVERABLES AND TIMELINES 5.1. Details of Scope of Work (SoW)

The successful commissioning of the project requires the bidder to provide quality & timely

services. The bidders are strongly advised to carefully read the Scope of Work, understand the

RajSWAN/RajNET/SecLAN/NIC networks. The detailed scope of work for the bidder during the

period of contract/ engagement would include the following: -

A. Rate Contract of MPLS, P2P and Internet Lease Line connectivity.

The successful establishment of network connectivity requires the Bidder/Service Provider

(SP) to provide quality & timely services with speed and certainty to DoIT&C/RISL, GoR. All

the activities performed by the BIDDER/SP during different phases of the project shall be

closely monitored by DoIT&C/RISL designated authority. The bidders are strongly advised

to carefully read the Scope of Work below and quote accordingly.

The broad scope of work for the BIDDER/SP during the period of contract/ engagement

includes commissioning & maintenance of connectivity (MPLS, P2P and Internet Lease Line)

provided at various government premises located anywhere in the State of Rajasthan. The

bidder has to provide MPLS connectivity from Government premise to RSDC, Jaipur. The

MPLS topology will be HUB and SPOKE where HUB is RSDC Jaipur and SPOKE locations

are various Government offices across the state.

Connectivity termination at end-office and SHQ should be on Ethernet only.It can be

FastEthernet or Gigethernet depending on Bandwidth. Any requirement of converter shall be

provided by bidder only, without any cost to purchaser. Electrical Ethernet port shall be

provided by RISL. The cost of earthing for equipment/RF Pole/mast, if any, shall be included

in the Bandwidth charges by the Bidder/SP. The last mile connectivity can be extended by

the Bidder/SP on radio/OFC, however, required throughput should be ensured by the SP.

Network Rack, Router/switch, Rack and UPS shall be provided by RISL/Bidder (As per the

line item of BoQ) at CPE end. The bidder shall be required to extend FE connectivity to RISL

router using LAN cable.

For successful implementation of the project, the Bidder/SP, shall designate one employee

as single point of contact (SPOC) for the project at RISL. Bidder/SP shall provide the contact

numbers, e-mail id and other relevant details of the SPOC to DoIT&C/RISL.

The orders may be placed in a phased manner i.e. RRC mode.

It is proposed to enter into Rate Contract with selected SIs at L-1 rates discovered through

this tender, as defined in the RFP. Selected Bidder/SI shall be required to sign a tripartite

agreement with RISL and with minimum three NBSP , in such a way that all existing sites

should be connected within 30 days of issue of work order (Tentative Sites listed at

Annexure-23, Final List will be provided at the time of PO). In case of non-commission, RISL

may impose LD equal to 1 year cost of the circuits (non commissioned) from the quartely

payable amount.

The whole execution process is divided in following phases: -

1. Pre-implementation

2. Implementation

Page 17: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 18 of 198

3. Testing & Commissioning

4. Post-Implementation: Network Management & Maintenance and FMS

1. Pre-implementation

a) RISL shall provide the list of sites to be connected to bidder/SPs. Bidder/SPs shall

perform Site-survey of all the ordered locations for feasibility. The Bidder/SPs shall

intimate feasible links within specified timelines. If no intimation is provided by

bidder/SPs within specified days, it shall be deemed that the site(s)are feasibleto the

bidder/SP.

b) The work order to bidder/SP shall be placed for providing connectivity as per

provisions of the RFP.

c) If the bidder fails to provide the connectivity after submitting feasibility, a penalty, as

per the provisions contained in the RFP, shall be imposed on per site basis.

d) The requisite space & 5A AC power for installing the equipment at the designated

locations shall be provided by respective state government office/RISL.

e) Bidder/SP, in consultation with the nodal officer of the respective location, shall

ensure proper positioning and electric earthing at each designated project location

wherever required, before setting up tower/Mast/network CPE equipments, if any.

However, the existing earth at respective location can also be utilized for the indoor

equipment ONLY with proper permission from department/RISL.

f) Tower/Mast/Network CPE equipments installed at Government building premises

shall not be permitted to be used for any other purpose.

g) In case of connectivity through OFC, the bidder may plan proper routing and entry

to SHQ/Office.

2. Implementation:

a) Bidder/SP shall establish an end-to-end secure dedicated MPLS connectivity (Wired/

Wireless)/Point to Point (P2P) with requisite bandwidth without any compression

from respective office to SHQ/DHQ/BHQ (As per directions of RISL).The links

offered should be through un-contention media i.e. bandwidth should be

uncompressed and not shared.

b) The Equipment to be installed by the Bidder/SP shall extend an electrical Ethernet

interface to the end CPE equipment (Router/Layer3 Switch) installed at each

location. The required Router/Switch, UPS, Rack and earthing shall be provided by

the RISL.

c) The last mile connectivity at SHQ shall be provided only on fiber and the last mile

connectivity end-office location may be provided either on Wired / Wireless media.

No charges shall be paid for aggregated bandwidth at SHQ.

d) The aggregated bandwidth for MPLS connectivity termination at SHQ location shall

be equal to the sum total of all the links provided by the bidder/SP.Whenever any

bandwidth is upgraded at end-office or new office is connected, the SHQ aggregated

bandwidth shall be automatically augmented by the SP/Bidder, by equal value.\

Page 18: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 19 of 198

e) In case of order for Bandwidth upgradation, the upgradation should be provided in

the same link at end office, Bandwidth should be increased on the same port. No

additional/separate link/port shall be permitted for upgradation.

f) Bidder/SP shall coordinate with the RajSWAN/RajNET Operator and nodal officer for

detection of the circuit/link in NMS.

g) The bandwidth provided shall be discovered in the NMS provided by the RISL/

DoIT&C. This NMS shall be used to monitor the SLA. UAT request shall be accepted

only when a link has been detected in NMS.

h) During installation/ uninstall of any equipment, BIDDER/SP shall not cause any

damage to government buildings/ premises/ property. However, if any damage

occurs, the BIDDER/SP shall restore it to the original state at their own cost upto the

satisfaction of the GoR. Trenches, path/road-cutting etc. should be back-filled and

restored to the original condition immediately after laying of the conduit/cable at no

extra cost to the purchaser.

i) BIDDER/SP shall also plug conduits and entrance holes where the cabling has been

installed with suitable sealing material. All the cables shall be laid with proper casing

by the BIDDER/SP.

j) BIDDER/SP shall perform the work in a conscientious manner as per the best

industry practices and in compliance to the applicable regulatory norms. Approvals

required, if any, shall be obtained by the BIDDER/SP at his own cost.

k) During the implementation period, BIDDER/SP shall provide periodical

implementation progress report to DoIT&C/RISL.

l) The Bandwidth provided should be transparent to Video, Audio, Data and IP address

i.e. it should be possible for RISL/DoITC to implement QoS at CPE end and utilize

allocated IP Range.

m) BIDDER/SP shall perform the work in a conscientious manner as per the best

industry practices and in compliance to the applicable regulatory norms. Approvals

required, if any, shall be obtained by the BIDDER/SP at his own cost.

n) The SP/Bidder must obtain the required permission for laying OFC, wherever

required, and deposit the charges prescribed by concerned authority. DoIT&C/RISL

shall extend help in obtaining such permission expeditiously. In building permissions

shall be arranged by RISL/DOIT&C.

o) Any other activity to keep the solution/ set-up functional to its full capacity shall be

the responsibility of the bidder/SP.

p) OFC/ RF Equipment and End office equipment for OFC/Wireless connectivity (like

Mux, Tower, Radio equipment, CPE, Optical to electrical convertor etc.) are to be

supplied based on mode of connectivity proposed by SP/Bidder without additional

cost/rent to purchaser. These equipment’s shall be recovered by the SP/ bidder at

the end of project period. Any other activity to keep the solution/ set-up

functional to its full capacity shall be the responsibility of the bidder/SP.

Page 19: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 20 of 198

q) The termination of P2P connectivity shall be on fiber/Ethernet (as per requirement of

RISL) at both end with accessories to terminate the same at respective locations.

r) SP/Bidder is required to establish links in the lots defined under clause C Project

Milestones, Deliverables, Timelines and Payment Schedule.

3. Testing & Commissioning:

The selected bidder in the presence of the DoIT&C/RISL authorized officials will conduct

acceptance tests. The test will involve performance testing of the Link. No additional

charges shall be payable by the RISL for carrying out these acceptance tests.

a) UAT request for a particular PO can be raised by the SP/Bidder in parts on monthly basis.

b) After successful establishment of links at all the designated locations, BIDDER/SP shall

inform DoIT&C/RISL designated agency about the same and submit a request for

Acceptance Testing (AT) of each link by DoIT&C/RISL designated agency, at the end of the

month OR on completion of the work order.BIDDER/SP shall assist DoIT&C/RISL in

conducting Acceptance Testing.

c) RISL shall carry out the UAT of established links in the previous month subject to a lot size

of minimum 70% links i.e. Go-Live shall be given in a lot. Since there may be possibility of

some links failing in UAT, the bidder is advised to offer more number of links for UAT. No

more than three lots shall be accepted for UAT for each PO.

d) Bidder shall be required to acquire an acknowledgement letter of establishment of

connectivity from the end-office location.The established connectivity must be detected in

RISL NOC.

e) Acceptance Testing of each link shall include the following tests:-

(a) Ping Test: ping test of the link between end offices.

(b) Link Discovery: Link discovered on NMS of RISL.

(c) Performance Test

A. For MPLS Links

i. Latency (Round-trip): The average round trip delay for 1000 diagnostic

packets of 100 bytes each between respective end offices should be less

than 60 milliseconds.

ii. Packet Loss: Packet loss for 1000 diagnostic packets of 100 bytes each to

transit from end office to DHQ/SHQ equipment should be < 3%. Three such

consecutive tests shall be performed with a time interval of 5 min each to

verify the packet loss/ drop percentage in each link.

iii. Load Test: A file transfer test between respective end offices using FTP may

be done to verify the effective bandwidth/ throughput, if felt necessary by

RISL

B. For P2P Links

i. Latency (Round-trip): The average round trip delay for 1000 diagnostic

packets of 1500 bytes each between respective end offices should be less

than 40 milliseconds.

ii. Packet Loss: Packet loss for 1000 diagnostic packets of 1500 bytes each to

transit from DHQ PoP Equipment to respective Div.HQ PoP and SHQ

equipment should be <1%. Three such consecutive tests shall be performed

Page 20: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 21 of 198

with a time interval of 5 min each to verify the packet loss/ drop percentage

in each link.

iii. Load Test: A file transfer test between respective end offices using FTP may

be done to verify the effective bandwidth/ throughput, if felt necessary by

RISL

C. For ILL

i. Latency (Round-trip): ISP’s Latency will be determined by round trip delay from

ISP’s any edge router in INDIA & terminating point with upstream service provider.

It will be measured by standard 1000 packets of 64-byte ping. Latency, Packet drop

will be under SLA as per the below mentioned table:

Peering Points Round Trip Delay between

ISP Gateway Router and ISP

upstream peering point

Packet

drop

8.8.8.8 ≤ 50 ms ≤ 0.05%

ii. Load Test: A file transfer test between respective end offices using FTP may

be done to verify the effective bandwidth/ throughput, if felt necessary by

RISL.

f) Link(s), if any, not passing the Acceptance Test, shall be rectified by the BIDDER/SP in a

timely manner with a request for re-test by DoIT&C/RISL. If any link fails the AT repeatedly,

it may be got removed by DoIT&C/RISL, without any claim for payment to BIDDER/SP. The

clause related to “Liquidated Damages (LD)” shall be applicable in such a case for the

respective location.

g) On successful AT by DoIT&C/RISL of the link, the event shall be marked as the “Date of

Commissioning” of the lot.

h) A period of one week shall be taken for conduct of UAT for each lot. Any delay, due to

reasons assignable to the purchaser, beyond this period shall not be counted on part of

SP/bidder.

i) In case of delay/ non-completion of work by BIDDER/SP at any designated location(s) due

to reasons not attributable to the BIDDER/SP, the delay shall not be counted on part of

bidder/SP and no LD shall be imposed for such links.

The RISL shall reserve the right to disconnect/terminate any circuit any time by giving One month

prior notice.

As the Links will be declared GO-LIVE in phased manner, there shall be time-gap between

initially commissioned Links/Sites and last commissioned links/ sites. The period of O&M of

links/sites commissioned before last phase may get completed before that of the last

commissioned links/sites. A letter of Go-live of all the circuits/links shall be issued by RISL.The

payment shall be effective from the date of commissioning & Go-Live of each lot.

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

Page 21: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 22 of 198

be borne by purchaser. The SP/bidder shall be required to extend co-ordination to such TPA for

testing/auditing etc.

4. Post-implementation: Network Management Services and FMS

I. Post-implementation i.e. from the “Date of Go-Live”, the Link Management & Maintenance

period of 3 (three) years shall commence. It is clarified that for locations ordered subsequently

or links commissioned after the “Date of Go-Live” of the first lot, the Link Management &

Maintenance period shall be co-terminus with the Link Management & Maintenance period of

the first lot. During this period, the BIDDER/SP: -

a) Since the tickets shall be generated using the existing HP EMS installed under RajNET,

the BIDDER/SP shall ensure with the respective operator that the tickets are closed on

restoration of fault. The BIDDER/SP’s support should coordinate for ticket management

and monitoring of Faulty/Down circuits. Any communication like phone call, email, fax

etc. shall be treated as logging of fault and duration shall be counted till the link is up and

operational.

a) Some Links may be required to be shifted to new location during O&M period. The

Bidder/SP shall be required to uninstall, pack, shift, unpack, re-install and configure at

new site location during contract period without any additional cost to the Purchaser,

RISL will provide the required time to lay OFC to concern bidder/SP in such shifting

cases.Such links will not be more than 1% of order given during contract period

b) Bidder/SP shall proactively monitor and maintain all the commissioned links for desired

uptime and performance as per agreed SLA.

c) RISL may request for discontinuation of a particular link before expiry of Project period

by giving One month notice. The payment to the SP/Bidder for such discontinued link(s)

shall be made on pro-rata basis upto the notified termination date or actual date of

removal of the connectivity whichever is earlier.

d) While removing any link(s), BIDDER/SP shall not cause any damage to Government

buildings/premises/ property and will perform proper restoration of the site at his own

cost.

e) In case, while installing/ removing/ operating/ maintain any established link and/ or

equipment, the BIDDER/SP fails to restore the damage caused in a timely manner then

DoITC/RISL may choose to get the repair/ restoration work done on its own and shall

recover the same from the SP’s payment due payments/ security deposit.

B. Rate Contract for Network Infrastructure

a. Rate Contract for Network Equipments

The selected bidder shall be responsible for the supply, installation and commissioning

of the required Hardware/Accessories as per the BoM (Bill of Material Annexure-1) &

Technical specifications (Annexure-2) of this RFP, at various Government Office location

across the Rajasthan State within the stipulated time period as mentioned in this RFP

and further maintenance of devices as mentioned in the RFP on Rate running contract

(RRC) mode.

Page 22: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 23 of 198

The bidder has to do Earthing (as per order) strictly according to the specifications. The

Earthing shall be provided to power socket where PDU would have been connected. If

there is no power socket available at site, a 3 pin 15 Amp power socket shall be installed

by bidder with no extra cost to purchaser and earthing shall be terminated at the socket

thereafter. The bidder has to repair/replace PDU in warranty duration.

The SFP (Small Form-factor pluggable) required as per Annexure - 1 should be

compatible with below mentioned existing network switches and routers:

Sr. NO Make / Model

1 CISCO ASR 9010

2 CISCO ASR 903 & 7206VXRG2/VSAVPNK9

3 CISCO Catalyst 3560 Switch (CISCO WS-C3560G-24PS-E)

4 CISCO ASR 903 / C2911-VSEC/K9

5 Cisco SRW2024P-K9-NA (Model Name: SG300-28P)

6 Cisco SRW224G4P-K9 V02 (Model Name: SF300-24P)

7 Brocade VDX 6740

8 Brocade ICX 7450

9 HP Aruba 2530

The SPOC provided by bidder shall be responsible for handling support tickets for the

equipment mentioned in the RFP and getting support issues rectified as per the defined

SLA. In case of faults in any of supplied End Office Equipment, tickets shall be raised to

SPOC and SPOC shall get the fault rectified or equipment replaced as required, by

coordinating with respective OEM’s. RISL will arrange the pickup of faulty devices at the

nearest Block level of the location, OEM’s need to deliver devices to the nearest Block

level location for any replacement. However, bidder can arrange its own to meet SLA

timelines, SPOC shall also be responsible for the re-configuration of replaced

devices.The devices supplied shall be compatible with existing NMS system and shall

be discoverable through NMS System. Bidder is responsible to do configuration in

supplied switches and will coordinate with team for discovery in existing HP NMS.

1. Comprehensive Onsite Warranty:

Bidders are required to provide the Comprehensive Onsite Maintenance with spare

parts for all equipment as given in the Annexure-1& Annexure-2 and to maintain

the required SLA. The details of the work to be undertaken are as follows:

Repairing of defective parts/components.

Replacement of parts/components beyond repair with parts/components of

same or better specifications ensuring compatibility.

Providing suitable standby for parts/components with same or better

specifications till the time the original part/component if repaired or replaced so

that daily business is not affected.

Submit a list containing the details of the delivered equipment including Serial

Numbers, Model Name & Make, etc. to RISL during delivery of the equipment

(along with the Delivery Challan). The details of the delivered equipment shall

also be updated in the Warranty Management System of the OEM.

2. Configuration and reconfiguration of equipment/network/services

Page 23: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 24 of 198

The Successful bidder shall be responsible for configuration/re-configuration of

all the equipment/services as and when required.

The Successful bidder shall maintain a record of hardware and software

configurations of all equipment including the details of different policies

implemented on the devices such as VLAN configurations, access control lists,

routing filters, clustering details etc. Successful bidder shall keep regular

backups of soft copies of the configurations of each of the devices mentioned

above.

The Successful bidder shall ensure that these configurations are not accessible

in general and must be kept confidential with the Purchaser and Technical

Resource.

3. User Acceptance Test

The primary goal of Acceptance Testing is to ensure that the work (including all the

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

Project Documentation

The Successful bidder shall inform the department in writing, as and when the

work is completed for a specific work order, with the request to conduct UAT.

DoIT&C/RISL may associate authorized personnel for UAT.

The bidder shall co-ordinate and carry any other required test as desired by

purchaser for demonstrating the asked functionality.

The bidder shall bring all the testing equipment to site as required under the

procedure to carry out testing at no extra cost.

The time taken for approval of UAT acceptance by DoIT&C/ RISL, shall not be

considered as delay on bidder’s part.

The bidder is required to rectify the shortcomings reported, if any, during the

testing. The selected bidder shall make the required changes at no extra cost.

The RISL/GoR may engage third party auditor (TPA) at its own costs to carry

out UAT. The bidder shall be required to extend required cooperation including

carrying at pit holes, Testing of Material/Links etc. for successful UAT by TPA.

Supplies may be subject to inspection to ensure whether they conform to the

specifications. Where necessary or prescribed or practical, tests shall be carried

out in Government laboratories, reputed testing house like STQC (ETDC) etc.

and the like and the supplies will be accepted only when the articles conform to

the standard of prescribed specifications as a result of such tests.

b. Rate Contract for network LAN work

The selected bidder shall be required to conduct the survey, design the network, lay

OFC / Ethernet LAN cables / electrical cables etc. at the selected location (Govt.

organisations/departments) upto Gram Panchayat level and carry out all the activities

to put the LAN infrastructure through. The bidder has to:

a. Lay Structured LAN cabling in the selected buildings as per requirement.

Page 24: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 25 of 198

b. Extend electrical cable & install electrical switches/sockets.

c. Install Rack, UPS, Switch, Router OR other network equipment.

d. Lay new OFC through PLB/PVC etc. conduit or extend existing OFC of RajNET

as per site requirement and Splicing, Termination, Commissioning of intra

campus OFC links.

e. The Successful bidder has to ensure that the installed network equipment like

Switches/End points (access point) etc. which are to be connected in LAN are

reflected in the network monitoring system deployed by DoIT&C/RISL.

f. Conduiting/Wiring/Fixing of Modular accessories for electrical wiring to supply

electric power to LAN points.

1. Survey of Sites/locations and preparing of Final Design Document:

The Selected bidder, when awarded the work order shall do the following activities:

a. The Bidder is required to carry out the survey of the assigned sites/locations

ordered by DoIT&C/RISL on time to time basis in consultation with respective

department and submit the duly signed report to RISL within specified time frame.

The scope of work, deliverables and timelines shall depend upon the specific

work to be done and which will be specified in the work order.

b. The Survey report should include the Line diagram & Network design of the sites

and listing of all the components, route, type of cable etc and submit the same to

the DoIT&C/RISL for approval. The Selected bidder shall indicate the location for

installing Network Racks and UPS, Route marking for fibre cable & Marking of

locations where additional protection is required in the site survey.

c. The Selected bidder shall incorporate the changes (if any) as suggested by

DoIT&C/RISL and submit a final site survey report.

d. On the basis of the final survey reports, Routes/points for Network and Electrical

Switches/cable laying shall be approved by DoIT&C/RISL officials and written

approval shall be given for laying the LAN network and Electrical/Fiber cabling.

e. Should co-ordinate with local DoIT&C/RISL/Nodal Officers and all the required

Stakeholders to resolve any issues related to project.

f. SI shall ensure that no damage is caused to the premises and property and to

restore the property, wherever required, at no cost to purchaser, if any damage

occurs.

2. Installation, Integration and Commissioning of the Local Area Network

The Selected bidder, when awarded the work order shall

a. Design and Commission the Local Area Network with following features:

Network Points shall be marked using proper labels on the faceplates, I/O

Boxes, Patch Panels.

The Selected bidder shall properly deploy the patch panels, I/O boxes, plates,

etc. as per the OEM standard practice.

Page 25: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 26 of 198

OFC/Electrical/LAN cables shall be routed with or without proper casing or

conduits as per requirement specified in the work order.

The Selected bidder shall ensure that all the cabling should be done in proper

weather proof casing, in case, the cable needs to be commissioned outdoor.

b. Lay LAN cable, OFC, Electrical cable, network points and other required items as

given in the work order at the designated locations. This shall include structured

Laying, Crimping, and Termination cabling, passive components of LAN at various

departments/locations.

c. Obtaining all the statutory and regulatory approvals, if required, for the project

implementation.

d. Laying of Flexible Unarmored indoor OFC through Conduits for in-campus work.

Join all the Fibers at all locations and test for end to end connectivity including

splicing, termination etc.

The bidder would be required to lay the OFC cable in casing & fixing of ISI

marked PVC conduit pipes having diameter of minimum 20mm where OFC is

to be laid within a Campus/building to connect different offices/Switches.

The required Jointing kit, Splicing machine, OTDR, Optical talk set, Tool kit etc.

and also any additional accessories required at site shall be arranged by SI.

Supply & Installation of Fibre, pigtail, patch cord and termination at Network.

Supply & Installation of LIU/Fibre Patch Panel/Fibre Distribution Frame at both

the ends along with splicing of all cores and pig tailing at termination point.

Supply & Installation and commissioning of Media Converters (optical to

Ethernet) with patch cord, where ever required.

Supply & Installation of any other item required for successful commissioning

of end to end OFC Network.

e. Prepare Network Diagrams of the commissioned network, in consultation with

DoIT&C/RISL. Network diagrams prepared by the bidder shall have following:

Detailed network design of the site showing the deployment of switches,

network points and racks

Location of LAN Nodes, its interface with the switches.

Electrical cable diagram along with location of Switches/MCB.

f. Obtain installation certificate (Sign-Off) at all the delivery / implementation

locations from the respective nodal /designated officer from the respective Line

Departments along with quantity details.

g. Documentation - Successful bidder should submit following deliverables:

Delivery challans and installation certificate from respective department nodal

offices.

Shall submit a detailed Network Design Report containing following

Test Report for installation & commissioning.

Page 26: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 27 of 198

On receipt of these documents, the entire LAN infrastructure would be deemed

to have been commissioned and UAT letter shall be issued. On receipt of UAT

letter the bidder may raise the invoices.

h. UAT (User Acceptance Test)

Quantity of items supplied and installation reports duly signed by the respective

nodal /designated officer.

Test Report for OFC/LAN cabling signed by the respective nodal /designated

officer.

RISL may authorize Third Party Auditor (TPA) for UAT of the work.

3. Responsibilities of the User Department

a. Provide selected bidder/ system integrator access to premises of its Department

b. Provide support to System Integrator/ selected bidder in getting approvals for

digging and laying the cable/fiber wherever applicable.

c. Conduct periodic meetings with the Selected bidder and monitor the progress of

the project

d. Highlight/ Escalate the issues/ risks in the project and resolve and mitigate the

issues/ risks

e. Review and approve project deliverables as given in the RFP.

C. Shifting of site equipments and connectivity under RajNET/ RajSWAN:

1) The successful bidder/SP may be required to relocate the equipment from one

location to another depending on the requirements of GOR/RISL which also

include all existing site/office available on RAJSWAN/RajNET network. When an

office is shifted from one place to another, the type of connectivity may or may

not change. If there is no change in the type of connectivity, the same equipment

shall be used for the connectivity and the bidder shall do the necessary cabling &

Earthing at new locations.

2) Bidder/SP required to deposit spared equipments (if any) to nearest block office of

DoIT&C/RISL or place directed by RISL.

3) Shifting of the office may be within the premises, Block, District.

4) The successful bidder has to complete the shifting working within 15 days of time,

on receipt of writing approval given by RISL. To complete the shifting work &

establish the connectivity necessary liaising with concerned stack holders to be

done by bidder.

5) Separate work order shall be given for shifting of the office and the shifting charges

shall be paid as per the commercial bid. Safe transportation of the equipment from

one location to other is the responsibility of the bidder. Any damages or faulty

equipment need to be change by successful bidder, no extra charge shall be paid

by RISL for the same.

.

Page 27: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 28 of 198

D. Technical Resources for Dedicated Single Point of Contact (SPOC)

Bidder/SP Shall designate and deploy, a dedicated Single Point of Contact (SPOC),

equipped with all the required tools/ resources, for handling day-to-day issues/

problems/Hardware/monitoring of the links and to co-ordinate with the

RajSWAN/RajNET Operator Team and nodal officers of designated SHQ/Div.

HQ/DHQ PoP locations without any additional cost to purchaser/RISL. The

deployed personnel should remain available at RISL/DoIT&C NoC as per Annexure

-3.

SNo Role Qty Remarks

1 SPOC(Project Manager)

1 Detailed as per Annexure -3.

2 Support Engineer

5 Detailed as per Annexure -3.

Page 28: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 29 of 198

5.2 Project Milestones, Deliverables& Timelines

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 BIDDER/SP shall arrange supplies and provide

the required services within the specified period.

b) It should be noted that any delay in the work order timelines shall attract Liquidated Damages

(LD) to the BIDDER/SP as per the details mentioned in subsequent sections of this bidding

document. Any delay due to reasons not attributable to the bidder shall be excluded from the

delivery timelines for LD/SLA.

c) “T” is the event marking DoIT&C/RISL issuing the work order to the selected bidder/SP (T=0).

d) Payments to the SP, after successful commissioning of links of the work order shall be made on

Quartely basis i.e. Quartely equated instalments as per the agreed rates from the “Date of

Commissioning & Go-Live” of links (As per As per RFP Clause: “A. Scope of Work” (Chapter 5))

on receipt of following deliverables:

SNo Milestone/

Phase Scope of Work Deliverables Time Frame Amount Payable

1 Pre-

Implementation

Agreement

Signing,

Performance

Security Deposit

(PSD)

Signed Agreement

Performance

Security Deposit

(PSD)

Within 15 days

of issue of LOI

Nil

2. Pre-

Implementation

Technical

Resource for

Dedicated

Single Point of

Contact (SPOC)

Deployment

Technical

Resource for

Dedicated Single

Point of Contact

(SPOC) as defined

in Annexure -3

Within 21 days

from issuing of

first work/

feasibility order

Nil

a. For MPLS and P2P & ILL Connectivity

SNo Milestone/

Phase Scope of Work Deliverables Time Frame Amount Payable

1 Pre-

Implementation

Issue of orders

for feasibility

Feasibility Report

As per timelines

defined in below

table

Nil

2 Implementation

Issue of Work

Order by RISL - T = 0 Nil

Implementation Link

Commissioning

As per timelines

defined in below

table

Nil

Bandwidth

Upgradation

Bandwidth

Upgradation T+15 Nil

3

Testing,

Commissioning

and Go-Live

Testing,

Commissioning

and Go-Live

Reports as defined

under clause:

Testing,

Commissioning

and Go-Live of

RFP

One Week Nil

Page 29: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 30 of 198

4. O&M Phase Operations

&Maintenance

Invoices by

SP/Bidder

Quarterly Link-wise

SLA and MIS

Report

3 Years from the

Date of issue of

first work order

Quarterly at the

approved rates over a

period of three years

from the “Date of

Commissioning & Go-

Live” for each lot.

Lot Size and Commissioning timelines

Number of Links Link Feasibility timeline Link Commissioning

timeline (Excluding UAT period)

Upto 10 Links 1 Week 1 Week

Upto 10 Links with equipments

1 Week 4 Week

For more than 10 Links and Upto 50 Links

2 Week 4 Week

For more than 10 Links and Upto 50 Links with end

equipments 2 Week 5 Week

More than 50 Links 3 Week 8 Week

Note:The payment process for the work order shall be start after issuing of Go-live date of last lot.

However, payable amount of links shall be effective from Go-live date of Links.

b. For Network Equipment

c.For LAN Work

SN Project activity Deliverables Timelines Payment

1

Completion of Survey and preparation of Final Design Document/Survey report of Site/Location detailed in SoW.

Final Survey report/Design document

T+2 Weeks

NIL

S. No.

Scope of Work Deliverables Timelines Payment Terms

1.

Supply, Installation and Maintenance of equipment as per the BoM (Annexure-1)

•Delivery Challan •Invoice Copy

•Installation Report & UAT •Warranty certificate issued

by respective OEMs for each hardware/Software.

1.In case of hardware supply along with Link commission, timeline will be as mentioned in above para (a).

2. In case of hardware supply without Link

commission, timeline will be T+60 Days.

85% of total work order value and remaining

15% in equated

installment yearly

Page 30: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 31 of 198

2

Installation and Commissioning of IT infrastructure & cabling as detailed in SoW.

Inventory Details/Delivery Challan, Installation Report, User Acceptance Report, Network Design Report

T+6 Weeks

90% of the actual installed value (including cost of establishing LAN/works as per actuals).Remaining 10% on satisfactory report from OIC after end of warranty.

e) Payment Terms:

i. “T” is the event marking date of issuing the work order to the selected bidder i.e. SI

ii. The Payment for Links shall be effective from the date of Go-live/commissioning of each

lot/Link.

iii. The payment for each lot shall be released Quarterly from commissioning & Go-Live of the

lot/link.

iv. Payment shall be made after adjusting penalties (if any).

v. For any period less than a Quarter for any link, the payment for that link will be made on

pro-rata basis for the respective Quarter.

vi. Payment in case of those goods/services which need testing shall be made only when such

tests have been carried out, test results received conforming to the prescribed specification.

Note:-

a) RISL is working as a Pure Agent and executing the projects on behalf of Government of Rajsthan.

All the invoices should be raised in the name of department for which goods and services will be

taken. The name for which billing will be done, shall be intimated by RISL

b) RISL may involve Third Party Auditor (TPA) to check and verify the installation & commissioning,

deliverables against milestone, any other work & services under the project.

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.

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.

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 (GST, income tax, etc.), as applicable, will be deducted at source, from due payments, as

per the prevalent rules and regulations.

Page 31: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 32 of 198

6. INSTRUCTION TO BIDDERS (ITB) 1) Sale of Bidding/ Tender Documents

a) The sale of bidding documents shall be commenced from the date of publication of Notice Inviting

Bids (NIB) and shall be stopped one day prior to the date of opening of Bid. The complete bidding

document shall also be placed on the State Public Procurement Portal and eProcurement portal.

The prospective bidders shall be permitted to download the bidding document from the websites

and pay its price while submitting the Bid to the procuring entity.

b) The bidding documents shall be made available to any prospective bidder who pays the price for

it in cash or by bank demand draft, banker's cheque.

c) Bidding documents purchased by Principal of any concern may be used by its authorized sole

selling agents/ marketing agents/ distributors/ sub-distributors and authorized dealers or vice

versa.

2) Pre-bid Meeting/ Clarifications

a) Any prospective bidder may, in writing, seek clarifications from the procuring entity in respect of

the bidding documents.

b) 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 intimated to all bidders and where applicable, shall be published on

the respective websites.

c) The period within which the bidders may seek clarifications under (a) above and the period within

which the procuring entity shall respond to such requests for clarifications shall be as under: -

i. Last date of submitting clarifications requests by the bidder as per NIB

ii. Response to clarifications by procuring entity as per 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.

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 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:

e) Provided that the Bid last submitted or the Bid as modified by the bidder shall be considered for

evaluation.

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

Page 32: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 33 of 198

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) 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

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 fill relevant page no.’s of the bid document submitted in 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-11)

1-A Tender Form ANNEXURE-22

Fee Details

2 Bidding document Fee

(Tender Fee)

Proof of submission (PDF)

3 RISL Processing Fee (e-

Procurement)

Instrument/ Proof of submission (PDF)

4 Bid Security Instrument/ Proof of submission (PDF)

Eligibility Documents

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

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

8. Financial: Net Worth

9. Technical Capability

Page 33: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 34 of 198

Sl.

No. Documents Type Document Format

Page

No.

10. Tax registration

11. Certifications

12. Mandatory Undertaking

13. Mandatory requisites

14. Local support in Jaipur

Technical Documents

15 Certificate of Conformity/ No-Deviation As per Annexure-6 (PDF)

16 Undertaking of Authenticity of

Equipment

As per Annexure-8 (PDF)

[On non-judicial stamp

paper of Rs. 100

17 Components Offered + Technical

Specifications compliance sheet for all

items only on OEM Letter Head

As per Annexure-09 + As

per Annexure-2 along with

datasheet {Compliance

sheet as per Annexure 2

from OEM of the product

and bidders both.}

18 Other documents All other Annexures-1,3,..

etc., duly filled (as required)

and signed

19 Covering Letter of Financial bid* As per Annexure-12 (PDF)

20 Certificate Of Conformity/ No Deviation

By OEM

As per Annexure-18

(Scanned copy)

*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.

e) Financial bid shall include the following documents: -

Sr.

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-12 (PDF)

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

Page 34: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 35 of 198

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.

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.

7) Alternative/ Multiple Bids

Alternative/ Multiple Bids shall not be considered at all. The bidder shall quote for single brands/ make/

model for each item in the technical Bid and should also mention the details of the quoted make/ model

in the “Annexure-09: Components Offered”.

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.

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;

Page 35: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 36 of 198

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.

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.

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.

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.

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 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).

Page 36: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 37 of 198

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.

12) Selection Method

The selection method is Least Cost Based Selection (LCBS or L1). One Lowest evaluated technically

responsive bidder shall be selected for award of contract on cumulative total amount of all the BOQas

per his financial bids.

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/email/letter.

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.

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.

Page 37: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 38 of 198

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, ISO/ CMMi 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 Bids shall be evaluated based on the documents submitted as part of technical bid. Technical bid shall contain all the documents as asked in the clause “Format and signing of Bids”. POC may be conducted for any item asked in tender document and if not found technically qualified, complete bid will be rejected.

d) Tabulation of Technical Bids a. If Technical Bids have been invited, they 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.

a. The number of firms qualified in technical evaluation, if less than three and it is considered necessary by the procuring entity to continue with the procurement process, reasons shall be recorded in writing and included in the record of the procurement proceedings.

b. The bidders who qualified in the technical evaluation shall be informed in writing about the date, time and place of opening of their financial Bids.

15) Evaluation & Tabulation of Financial Bids

a) The financial bids/ cover of bidders who qualify in technical evaluation shall be opened 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;

e) In order to decide the L1 bidder, Refer “Selection Method” at Point 12.

f) To evaluate a bid, the tendering authority shall consider the following:-

a. the bid price as quoted in accordance with bidding document.

b. price adjustment for correction of arithmetic errors in accordance with bidding document.

g) The evaluation shall include all costs and all taxes and duties applicable to the bidder as per law

of the Central/ State Government/ Local Authorities.

h) The offers shall be evaluated and marked L1, L2, L3 etc. based “Selection Method” as above. L1

being the lowest offer and then others in ascending order.

Page 38: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 39 of 198

i) 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.

j) The members of bids evaluation committee shall give their recommendations below the table

regarding lowest Bid and sign it.

k) 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.

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.

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 GST 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.

a) The firms which have GST registration with department of commercial tax of Govt. of Rajasthan

(GoR);

b) GST clearance certificate should be from Govt. of Rajasthan (GoR)

c) The billing by the firm should be from their registered office in Rajasthan.

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.

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.

Page 39: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 40 of 198

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.

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 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.

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.

Page 40: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 41 of 198

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.

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 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.

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.

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.

Page 41: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 42 of 198

25) Right to Vary Quantities

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.

b) The rates quoted by the bidder shall be valid for two years from the date of agreement and

purchaser may place purchase orders during this period.

c) Repeat orders for extra items or additional quantities may be placed 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.

iii. Such orders shall not be given for a period exceeding one month from the date of expiry

of last supply* (delivery) made and also subject to the condition that price have since not

reduced and purchase were not made on urgent basis.

*Last supply mean supply made under clause (b) above.

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. Bank Draft or Banker’s Cheque of a scheduled bank;

ii. 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;

iii. 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;

iv. 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 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 (C) 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.

Page 42: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 43 of 198

ii. When the bidder fails to make complete supply 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.

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 15 days from the date on which

the letter of acceptance or letter of intent is despatched to the successful bidder.

c) If the bidder, who’s 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.

d) The bidder will be required to execute the agreement on a non-judicial stamp of specified value

at its cost and to be purchase from anywhere in Rajasthan only.

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;

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.

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) and (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.

Page 43: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 44 of 198

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.

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;

vi. debarment of the bidder from participation in future procurements of the procuring entity

for a period not exceeding three years.

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,

Page 44: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 45 of 198

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.

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.

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: Technical Director & Joint Secretary, IT&C, GoR>

<Second Appellate Authority: Commissioner,IT&C, GoR>

f) Form of Appeal:

i. Every appeal under (a) and (c) above shall be as per Annexure-16 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.

Page 45: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 46 of 198

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 under (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.

33) Stay of procurement proceedings

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.

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.

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:

b) 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.

c) 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.

d) 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.

e) 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.

36) Debarment from Bidding

a) A bidder shall be debarred by the State Government if he has been convicted of an offence:

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.

Page 46: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 47 of 198

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.

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.

f) The selected bidder shall not assign or sub-let his contract or any substantial part thereof to any

other agency without the permission of procuring entity.

Page 47: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 48 of 198

7. 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.

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.

Page 48: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 49 of 198

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.

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.

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.

b) The successful/ selected bidder shall bear all costs of translation to the governing language and

all risks of the accuracy of such translation.

4. Joint Venture, Consortium or Association

Joint venture, consortium, or association is not allowed for this bid.

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 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.

Page 49: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 50 of 198

d) The OEM/ Vendor of the quoted product should also have its direct representation in India in

terms of registered office for at least past 4 years. The presence through any Distribution/ System

Integration partner agreement will not be accepted.

e) Bidder must quote products in accordance with above clause “Eligible goods and related

services”.

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.

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.

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.

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 to his satisfaction 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.

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.

Page 50: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 51 of 198

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.

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.

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.

14. Taxes & Duties

a) The TDS, GST 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.

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.

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.

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.

Page 51: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 52 of 198

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.

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.

17. Sub-contracting

a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other

agency 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.

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.

Page 52: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 53 of 198

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 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.

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.

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.

c) The successful bidder shall be responsible for storage, security and insurance of the all the

material / equipment’s under VC infrastructure. In case of any theft / burnt / damage etc. cases,

the bidder has to replace the equipment in working conditions without any extra cost to purchaser.

If any equipment’s are beyond repairable / burnt case, the bidder shall either repair or replace

the item with the same or higher capacity at no extra cost to the purchaser. The specifications,

make and model of the equipment’s shall be submitted to RISL for approval, before deploying

the same.

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.

22. Inspection

a) The Purchase Officer or his duly authorized representative shall at all reasonable time have

access to the supplier’s/ selected bidder’s 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.

Page 53: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 54 of 198

b) The supplier/ selected bidder shall furnish complete address of the premises of his factory,

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.

c) After successful inspection, it will be suppliers/ selected bidder’s responsibility to dispatch

and install the equipment at respective locations without any financial liability to the

Purchaser. However, supplies when received at respective locations shall be subject to

inspection to ensure whether they conform to the specification.

23. Samples

a) When notified by the Purchaser to the supplier/ bidder/ selected bidder, Bids for articles/

goods marked in the BoM shall be accompanied by four sets of samples of the articles quoted

properly packed. Such samples if submitted personally will be received in the office. A receipt

will be given for each sample by the officer receiving the samples. Samples if sent by train,

etc., should be despatched freight paid and the R/R or G.R. should be sent under a separate

registered cover. Samples for catering/ food items should be given in a plastic box or in

polythene bags at the cost of the bidder.

b) Each sample shall be marked suitably either by written on the sample or on a slip of durable

paper securely fastened to the sample, the name of the bidder and serial number of the item,

of which it is a sample in the schedule.

c) Approved samples would be retained free of cost upto the period of six months after the

expiry of the contract. RISL shall not be responsible for any damage, wear and tear or loss

during testing, examination, etc., during the period these samples are retained.

The Samples shall be collected by the supplier/ bidder/ selected bidder on the expiry of

stipulated period. RISL shall in no way make arrangements to return the samples. The

samples uncollected within 9 months after expiry of contract shall be forfeited by RISL and

no claim for their cost, etc., shall be entertained.

d) Samples not approved shall be collected by the unsuccessful bidder. RISL will not be

responsible for any damage, wear and tear, or loss during testing, examination, etc., during

the period these samples are retained. The uncollected samples shall be forfeited and no

claim for their cost, etc., shall be entertained.

e) Supplies when received may be subject to inspection to ensure whether they conform to the

specifications or with the approved samples. Where necessary or prescribed or 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 when the articles conform to the

standard of prescribed specifications as a result of such tests.

f) The supplier/ selected bidder shall at its own expense and at no cost to the Purchaser carry

out all such tests and/ or inspections of the Goods and Related Services as are specified in

the bidding document.

24. Drawl of Samples

In case of tests, wherever feasible, samples shall be drawn in four sets in the

presence of supplier/ bidder/ selected bidder or his authorised representative and

properly sealed in their presence. Once such set shall be given to them, one or two will

be sent to the laboratories and/ or testing house and the third or fourth will be retained

in the office for reference and record.

25. Testing charges

Testing charges shall be borne by the Government. In case, test results showing that supplies

are not upto the prescribed standards or specifications, the testing charges shall be payable by

the selected bidder.

26. Rejection

Page 54: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 55 of 198

a) Articles not approved during inspection or testing shall be rejected and will have to be

replaced by the selected bidder at his own cost within the time fixed by the Purchase Officer.

b) If, however, due to exigencies of work, such replacement either in whole or in part, is not

considered feasible, the Purchase Officer after giving an opportunity to the selected 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 supplier/ bidder/ selected bidder within 15 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 selected bidder’s risk and on his account.

27. Payments

a) Unless otherwise agreed between the parties, payment for the delivery of the stores will be

made on submission of bill in proper form by the bidder to the Purchase Officer in accordance

with G.F.& A.R all remittance charges will be bourne by the bidder.

b) In case of disputed items, disputed amount shall be withheld and will be paid on settlement

of the dispute.

c) Payment in case of those goods which need testing shall be made only when such tests

have been carried out, test results received conforming to the prescribed specification.

28. Liquidated Damages (LD)

a) In case of extension in the delivery period with liquidated damages the recovery shall be

made on the basis of following percentages of value of which the bidder has failed to

supply/commence services:-

delay up to one fourth period of the prescribed delivery period: 2.5%

delay exceeding one fourth but not exceeding half of the prescribed period: 5.0%

delay exceeding half but not exceeding three fourth of the prescribed period: 7.5%

delay exceeding three fourth of the prescribed period: 10%

b) Fraction of a day in reckoning period of delay in supplies shall be eliminated if it is less than

half a day.

c) The maximum amount of liquidated damages shall be 10% of the contract value.

d) If the supplier requires an extension of time in completion of contractual supply on account

of occurrence of any hindrance, he shall apply in writing to the authority, which has placed

the supply order, for the same immediately on occurrence of the hindrance but not after the

stipulated date of completion of supply.

e) Delivery period may be extended with or without liquidated damages if the delay in the supply

of goods is on account of hindrances beyond the control of the bidder.

f) Bidders must make their own arrangements to obtain import license, if necessary. If a bidder

imposes conditions which are in addition to or in conflict with the conditions mentioned

herein, his bid is liable to summary rejection. In any case none of such conditions will be

deemed to have been accepted unless specifically mentioned in the letter of acceptance of

bid issued by the Purchase Officer.

29. Authenticity of Equipment

a) The selected bidder shall certify (as per Annexure-8) 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.

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

Page 55: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 56 of 198

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.

30. Warranty

a) The bidder must supply all items of BoM (Annexure-1) with comprehensive on-site valid

warranty for the period of as mentioned in Technical Specification (Annexure –2). And all

other items (including passive components) where warranty period not mentioned, are to

be supplied with 3 years on site warranty/ maintenance.

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.

31. 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.

Page 56: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 57 of 198

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.

32. 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.

33. 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 RISLmay take

the case with the supplier/ selected bidder on similar lines.

34. 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;

Page 57: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 58 of 198

ii. the method of shipment or packing;

iii. the place of delivery; and

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.

35. 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.

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

Page 58: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 59 of 198

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.

36. Exit Management

a) Preamble

i. The word ‘parties’ include the procuring entity and the selected 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 bidder may continue work on the assets for the duration of the exit

management period which may be a <six months> period from the date of expiry or

termination of the agreement, if required by RISL to do so. During this period, the

selected 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 bidder will only be returned after the successful transfer of the entire project

including its infrastructure.

ii. The selected bidder, if not already done, will transfer all the Software Licenses under the

name of the department as desired by the procuring entity during the exit management

period.

iii. RISL during the project implementation phase and the operation and management

phase shall be entitled to serve notice in writing to the selected bidder at any time during

the exit management period requiring the selected bidder to provide DoIT&C/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 bidder, the selected 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

bidder.

c. That on the expiry of this clause, the selected 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

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 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 bidder for RISL shall be the

legal properties of RISL.

c) Cooperation and Provision of Information during the exit management period

Page 59: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 60 of 198

i. The selected 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 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 bidder. RISL or its nominated agencies

shall be entitled to copy all such information comprising of details pertaining to the

services rendered and other performance data. The selected 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 bidder

and to assist appropriate knowledge transfer.

d) Confidential Information, Security and Data

The selected 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 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 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 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 bidder shall effect

such assignments, transfers, innovations, licenses and sub-licenses as Procuring entity

or its nominated agencies may require in favor of procuring entity or its nominated

agencies, or its replacement operator in relation to any equipment lease, maintenance

or service provision agreement between selected 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 bidder’s premises, the selected bidder will be obliged to give reasonable

rights of access to (or, in the case of assets located on a third 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.

f) General Obligations of the selected bidder

i. The selected 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 bidder shall commit adequate resources to comply with its obligations

under this Exit Management Clause.

Page 60: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 61 of 198

g) Exit Management Plan

i. The selected bidder shall provide RISL or its nominated agencies with a recommended

exit management plan ("Exit Management 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 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 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 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 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 bidder to support new operator during the

transition period.

37. Settlement of Disputes

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 (Amendment) Act, 2015 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.

Page 61: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 62 of 198

8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT

RISL reserves the right to verify all statements, information and documents submitted by

the bidder in response to tender document. The bidder shall, when so required by RISL,

make available all such information, evidence and documents as may be necessary for

verification. Any such verification or lack of verification by RISL shall not relieve the bidder

of its obligations or liabilities hereunder nor will it affect any rights of RISL thereunder. If any

statement, information and document submitted by the bidder is found to be false,

manipulated or forged during verification process, strict action shall be taken as per RTPP

Act 2012.

1. Service Level Standards/ Requirements/ Agreement:

a) Service Levels play an important role in defining the Quality of Services (QoS). The

prime objective of service levels is to ensure quality video conference services

available, in a efficient mannner to the identified users.

b) It is acknowledged that service levels may change. 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 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.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) Though that bidder is expected to maintain the solution to the highest possible

efficiency, the first month after commissioning (Go-Live) of each site shall be treated

for prove–in period and no penalty shall be imposed for any SLA defaults in order to

facilitate stabilization of operations.

d) In case penalty reaches maximum for three consecutive quarters, the purchaser may

invoke termination clause as per RFP.

e) No penalty shall be levied, due to reasons not attributable to the SP/Bidder.

SLA for MPLS Connectivity:

1. SLA Duration (Timing for Service Window):

Timings 24x7

Prime Hours 8:00 AM to 8:00 PM

Non-Prime Hours: 8:00 PM to 8:00 AM

2. SLA Matrix: Initial Response Time (IRT) to rectify and restore the services will be

calculated from the time of detection of non-availability of services either through

Page 62: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 63 of 198

HDMS/ NMS/ or registration of complaints at Help Desk/Service Window or any other

mechanism adopted under the project (by DoITC/RISL), whichever is earlier. IRT as

below shall be permitted and excluded from SLA breach:

Location Prime Hours Non-Prime Hours

HUB Sites at SHQ 15 Minutes 30 Minutes

End Office at SHQ/DHQ level 30 Minutes 60 Minutes

End Office at BHQ/GP level 60 Minutes 90 Minutes

The duration beyond IRT shall be counted into SLA breach and penalty shall be

imposed accordingly.

3. Service Level Requirement for each link:The BIDDER/SP has to maintain the

network uptime at each of the locations as per the table given below:

Location

Desired Network Uptime (MPLS)

Desired Network Uptime (P2P& ILL)

Prime Hours

Non-Prime Hours

Prime Hours

Non-Prime Hours

HUB Sites at SHQ 99% 98% 99.5% 99%

End Office at SHQ/DHQ level 98% 95% 99% 98%

End Office at BHQ/GP level 96% 92% 99% 98%

4. Uptime and SLA exclusion time calculation shall be done as below:

1) Uptime calculation for each Link: ‘Uptime’ refers to the availability of bandwidth for

each link and shall be calculated separately for Prime Hours and Non-Prime Hours,

based on the formula given below:

Uptime (in

percentage) = 100 x [{Total Available time per Quarter} - Downtime of a Link]

[Total Available time per Quarter]

Note:

1. Total Available time per month = (12 hrs * N days) – SLA Exclusion Time

2. N = Number of calendar days in a Quarter

3. SLA Exclusion Time = IRT + scheduled downtime as permitted in RFP

2) In addition to IRT, following shall be excluded from fault duration (SLA Exclusion

time):

i. Unavailability of circuit due to power failure at purchaser end.

Page 63: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 64 of 198

ii. Unavailability of circuit due to force majeure.

iii. Scheduled Downtime: Scheduled downtime for preventive maintenance or up-

gradation shall be considered with prior permission. Preventive maintenance

window of 3 hours per quarter per link shall be permitted between 9:00 PM to 6: 00

AM.

5. Measurement of Service Level Parameter:

i. The measurement of SLA shall be performed, calculated & audited by DoITC/RISL/third

party auditor nominated by the purchaser. The logs/ data generated by NMS and HDMS

shall be open for reference to the SP/Bidder.

ii. The uptime shall be calculated on quarterly basis during the entire project period by

DoIT&C/RISL/ designated agency using EMS/ NMS tool and penalty if any would be

charged per Quarter. Downtime of any one of the services (Voice, Video and Data) would

result in deduction of that downtime from the total time in the Quarter.

iii. In case of any difference in downtime calculations based on the data of purchaser

EMS/NMS, the SP/Bidder may supply their own EMS/NMS data for reference.

iv. Committed Interface Rate (CIR): The Committed Interface Rate (CIR) is a QoS type

arrangement. It is basically an agreement that the Bandwidth Service Provider/Bidder

ensures that the purchaser has a guaranteed minimum data rate across the network.

Failure to provide this rate could result in a breach of contract. The bandwidth to be provided

shall be non-shared bandwidth. CIR shall be measured at all times. The link shall be treated

as down if the CIR for that particular link is below 95% of ordered bandwidth. Penalties

would be calculated accordingly. If a link found bandwidth below than CIR at any moment

after go-live in O&M, the link will be treated down for the entire quarter.

6. Penalty for non-achievement of Service Level Requirements:

Penalty which shall be deducted from Quarterly Equated Instalment payable against the

links shall be as below:

For MPLS connectivity:

Network Level

Parameter

Penalty

End

Office % Drop from

defined Uptime

Equal % of deduction from payable amount for each link for uptime upto 80%(20% would be sealing Penalty). With following exceptions:

1.In case of user complaints to department, No payment shall be made for links having uptime

less than 80%. 2. If a link found bandwidth below than CIR at any

moment after go-live in O&M, the link will be treated down for the entire quarter.

Throughp

ut at SHQ

% drop from sum total of bandwidth

of all links

Equal % of deduction from payable amount for all links.

Page 64: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 65 of 198

For P2P and ILL connectivity:

Network

Level

Availability

During

Prime Hours

Penalty Availability

During Non-

Prime Hours

Penalty

SHQ to

respective

Div.HQ/DHQ

Link

>= 99.5% Nil >= 99% Nil

>=96% and

<99.5%

(10% of quarterly

equated

instalments for

that link)

>=95%

and < 99%

(5% of quarterly

equated

instalments for that

link)

>=93% and

<96%

(15% of quarterly

equated

instalments for

that link)

>=90%

and <95%

(10% of quarterly

equated

instalments for that

link)

>=90% and

<93%

(25% of quarterly

equated

instalments for

that link)

>=88%

and <90%

(15% of quarterly

equated

instalments for that

link)

<90%

(100% of

quarterly equated

instalments for

that link)

<88%

(100% of quarterly

equated

instalments for that

link)

Each

Div.HQ to

respective

DHQ Link

>= 99% Nil >=98% Nil

>=95% and

<99%

(10% of quarterly

equated

instalments for

that link)

>=94%

and <98%

(5% of quarterly

equated

instalments for that

link)

>=93% and

<95%

(15% of quarterly

equated

instalments for

that link)

>=90%

and <94%

(10% of quarterly

equated

instalments for that

link)

>=88% and

<93%

(25% of quarterly

equated

instalments for

that link)

>=85%

and <90%

(15% of quarterly

equated

instalments for that

link)

<88%

(100% of

quarterly equated

instalments for

that link)

<85%

(100% of quarterly

equated

instalments for that

link)

Penalty for non-achievement of Latency for P2P connectivity shall be deducted as below:

Latency Penalty per Quarter Per circuit

<=40ms NIL

>40ms and <=50ms 5% of quarterly payment

>50ms and <=75ms 10% of quarterly payment

>75ms 25% of quarterly payment

Page 65: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 66 of 198

7. Penalty for non-commissioning of links:

If a SP/Bidder fails to commission the link after declaring the site feasibility within the

stipulated time period provided in the work-order issued by RISL, a penalty of 100% of

the link rental of a year of the link, shall be deducted from the payable amount to

SP/bidder for commissioned links.Such links shall be offered to other SP/Bidder for

commissioning.

Note: The penalty shall be calculated separately for Prime Hours and Non-Prime Hours

and for each parameter defined above, on quarterly basis. Penalty imposed shall be

sum of both (i.e. Prime Hours and Non-Prime Hours). However, for any given link,

penalty shall not exceed 100% of Quarterly equated instalments (i.e. rental) for that link.

SLA for Network Equipment:

1. SLA Objectives

Sucessful bidder shall provide services as per SLA matrix, which defines maximum acceptable response as well as rectification time for resolving the problem.

2. SLA Duration

Timings : 24x7

3. SLA Matrix

The Sucessful bidder shall provide the required services as per SLA matrix given

below:-

SLA Matrix

Category Severity Level Max. Rectification Time

In Case of faulty

Hardware replacement 1 One Business Day

Other than hardware

replacement 1 Max. 4 Hours

Downtime shall starts from the date and time of reporting of problem to Helpdesk or identified by the Sucessful bidder. Penalty shall start after 1 Business Day from reporting of fault.

4. Planned Down Time:

(i) The Sucessful bidder has to seek prior approval from the purchaser/ designated agency for the planned downtime required, if any.

(ii) The planned downtime would not be added to the SLA downtime.

5. SLA Severity Levels Defined

The severity level of each component defines by its importance in the infrastructure

and its impact in case of failure as detailed below.

Page 66: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 67 of 198

(i) Severity Level-1 : All components will be covered under severity level 1 are as under-

All Equipment Mentioned in RFP

6. SLA for the Hardware component

Sr. No.

Performance Indicator

Service Level Metric Penalty on breach of Service Level

1. Onsite warranty Support

The successful bidder will provide on-site warranty support as specified in RFP for all hardware parts supplied by the bidder. If any part/component is found defective during the contract period, the successful Bidder shall repair/ replace the defective device Next Business Day of complaint received from Purchaser.

As mentioned in Penalty for non-achievement of Service Level Requirements

2. Replacement due to repeated failure

If, during the warranty period, any equipment has any failure on two or more occasions.

It shall be replaced by equivalent new equipment / by the successful bidder at no cost to the Purchaser.

7. Penalty for non-achievement of Service Level Requirements

(i) A penalty on non-achievement of SLA requirements would be levied as per following table:

Note:-TThe Downtime would be calculated for each item from the time ticket through NMS or by raising ticket on OEM / SI portal.

SLA for LAN Work:

S. no.

Category Downtime of equipments (As mentioned in RFP)

Penalty

1. In Case of faulty Hardware replacement

Up to Next Business Day Nil

More than Next Business Day

2% of Device Cost Per Day, Up to maximum of device

cost.

2.

Other than hardware replacement

Upto four hours Nil

More than four Hours 2% of Device Cost Per Day, Up to maximum of device

cost.

Page 67: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 68 of 198

1. Service level plays an important role in defining the Quality of Services (QoS). The

prime objective of service levels is to ensure high quality of services from selected

bidder, in an efficient manner to the identified users under this procurement.

2. The service level shall be tracked on a periodic basis i.e. quarterly and have penalty

clauses on non-adherence to any of them. The bidder shall submit reports 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.

A. Delay in Time for LAN Connectivity work:-

S. No. Measurement Parameter Service Level Penalty

1 Delay in time for providing Final Survey report to DoIT&C/RISL

Beyond T+2 weeks from the issue of survey work order

Rs.2500 per day

2

Delay in time for installation of required IT Infrastructure at government office/premises/GPs

Beyond T+6 weeks from the issue of work order

As per RFP Clause 7.28

3. The maximum total penalty in any event shall not be more than 25% of the total

amount due for the event. Imposition of maximum penalty for continuous 2 events

shall be treated as non-performance and beyond which the tendering authority may

terminate the contract and forfeit the PSD.

4. SI has to provide Escalation Matrix with the Name, Contact Number and E-mail id with

responsibilities. Successful bidder needs to share revised list of Contacts in case of

any changes to avoid SLAs.

Change Requests/Management: 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 agency and the selected bidder. If it is unable to reach an agreement, the decision

of the Purchase Committee will be final.

a) 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: -

Designs, specifications, requirements which software or service to be provided under

the Agreement are to be specifically developed and rendered for RISL.

The method of deployment, shipping or packing.

Schedule for Installation Acceptance.

The place of delivery and/or the services to be provided by the bidder.

b) The change request/ management procedure will follow the following steps: -

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.

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 analysed and

documented by the bidder.

Page 68: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 69 of 198

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 specialisation, the quoted man-month rate shall be used. Efforts

of support staff shall not be taken into consideration for this purpose.

Implementation of the change – The change will be implemented in accordance to the

agreed cost, effort, and schedule by the selected bidder.

Verification of the change - The change will be verified by RISL on implementation of

the change request.

c) 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 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.

d) While approving any change request, if required, RISL may ask the bidder to deploy the

required resources on-site.

e) 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.

Page 69: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 70 of 198

2. Personnel Deployment:

a) The selected bidder has to deploy the minimum number of dedicated skilled

personnel as mentioned in Annexure-3 of the RFP along with required tools,

equipments and facilities to carry out the scope of work.

b) The selected bidder, if required, may also deploy additional personnelwith required machines

and tools for smooth implementation /functioning of the project, at no extra cost to purchaser.

c) The personnel will be deployed exclusively for the Rajasthan Network project and

cannot be shared by the bidder for other purposes.

d) In the event of non availability of the committed personnel on account of attrition or

other cause, the bidder must inform the same in writing to RISL for a suitable

replacement person with equivalent qualification and experience as per Annexure-3

of RFP.

e) The Project Manager should necessary be on roles of the Bidder and is deputed for

entire project duration. The field engineers/helpdesk engineers may be outsourced

by the bidder however the sole responsibility towards proper discharge of assigned

duties and fullfillment of regulatory requirements shall be owned by the bidder.

1) Penalty on non-availability of manpower resources

The penalty for non-availability of resources will be as per Annexure-3

Page 70: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 71 of 198

ANNEXURE-1: BILL OF MATERIAL (BOM)

PART – A: MPLS,P2P and ILL Connectivity (Rate Contract):

Item No. Item Qty.

1 MPLS 4 Mbps (for Two years) 1200

2 MPLS 8 Mbps (for Two years) 500

3 MPLS 16 Mbps (for Two years) 300

4 MPLS 32 Mbps (for Two years) 30

5 8 MBPS P2P connectivity upto 100 KM 230

6 8 MBPS P2P connectivity upto 250 KM 10

7 50 Mbps P2P connectivity upto 250 KM (for Two years) 2

8 50 Mbps P2P connectivity more than 250 KM (for Two years) 2

9 100 Mbps P2P connectivity upto 100 KM (for Two years) 230

10 100 Mbps P2P connectivity more than 100 KM (for Two years) 10

11 200 Mbps P2P connectivity upto 100 KM (for Two years) 10

12 200 Mbps P2P connectivity more than 100 KM (for Two years) 4

13 500 Mbps P2P connectivity upto 250 KM (for Two years) 20

14 500 Mbps P2P connectivity more than 250 KM (for Two years) 4

15 1 Gbps P2P connectivity upto 250 KM (for Two years) 15

16 1Gbps P2P connectivity more than 250 KM (for Two years) 7

17 2 Gbps P2P connectivity upto 250 KM (for Two years) 2

18 50 Mbps Internet Lease Line 4

19 1 Gbps Internet Lease Line 4

20 2 Mbps Internet Lease Line 4

Page 71: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 72 of 198

PART – B: Network Equipments, LAN Work& Site Shifting (Rate Contract):

Item No. Item Qty. MAF Required

21 6U Wall Mount indoor Network Rack 2500 Yes

22 6U Poll/Tower Mount Outdoor Rack 100 Yes

23 1 KVA UPS 2500 Yes

24 Universal SFP 1250 Yes

25 SFP -1G-LR for CISCO Routers of same OEM

80 NO

26 SFP -1G-ER for CISCO Routers of same OEM

20 NO

27 SFP -10G-LR for CISCO Routers of same OEM

10 NO

28 SFP -10G-ER for CISCO Routers of same OEM

6 NO

29 L3 Switch 1250 Yes

30 L3 Outdoor Switch 50 Yes

31 L2 Switch(With 2 SFP port) 1200 Yes

32 L2 Switch(With 4 SFP port) 250 Yes

33 Power Strip 500 NO

34 Earthing 2500 NO

35 Cat 6 Ethernet cable in casing and conduiting (with laying) (in meters)

180000 Yes

36 Cat 6 Ethernet cable (in meters) 10000 Yes

37 Information Outlet with surface mount box, face plates, back box for single IO

2000 Yes

38 8 port patch panel 400 Yes

39 24 port patch panel 300 Yes

40 Cat 6 Patch Chord (1 meter) 4000 Yes

41 Cat 6 Patch Chord (2 meters) 2000 Yes

42 Cat 6 Patch Chord (5 meter) 2000 Yes

43 Cat 6 Patch Chord (10 meters) 3000 Yes

44 6 core ADSS OFC (with laying including splice and making termination at ends in casing and counduit) in Meters

5000 Yes

45 LIU/JC Box with LC connector 200 Yes

46 2 meter Duplex fiber patch chords (LC-LC/SC-LC)

2000 Yes

Page 72: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 73 of 198

47 10 meter Duplex fiber patch chords (LC-LC/SC-LC)

1000 Yes

48 Media Convertor ( 1Gbps) with power adaptor

200 Yes

49 Shifting of site equipments & connectivity

200

Note:The payment shall be done as per actual.

ANNEXURE-2: TECHNICAL SPECIFICATIONS

Bidder/SI/SP 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 SI at no additional cost.

General Specification

1. All the specifications below are minimum specifications and higher specifications shall be used wherever necessary/ required. Deviation on higher side shall only be considered and no extra weightage shall be awarded for such deviations.

2. The bidder is required to submit the technical compliance statement for each item on the respective OEM’s letter-head, duly signed by both OEM and Bidder.

3. Bidder has to quote/ propose only one make/ model against the respective item.

Item No. 21: - 6U Wall Mount indoor Network Rack

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations

, if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3 Height 6 U usable space for 19" equipment’s

4 Type Single Section Wall mount rack

5 Wire managers One horizontal

6 Power distribution

(4 points – 5Amp sockets and 2 points – 15Amps sockets) power distribution Indian round pin

7 Door

Perforated metallic/glass door in front with lock

8 Fan trays With 2 fans

9 Metal Aluminum/Steel

10 Side panels

Detachable/ non-detachable side panels

11 Width x Depth 550mm * 600 mm

Page 73: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 74 of 198

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations

, if Any

Pg. No. of specs

attached

12

Certifications

Rack should be from ISO 9001:2008 & ISO14001:2004 & 18001:2007 Certified Company & UL Listed

13

Standards Rack should Conforms to DIN 41494 or Equivalent EIA /ISO / EN Standard.

14

Warranty Rack should carry 3 years warranty

15 Make Product should be Make in India

Item No. 22: - 6U Poll/Tower Mount Outdoor Rack

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3 Height 6U usable Space

4 Type Pole / Tower mountable rack

5

Power distribution

Strip Type Rack mountable (19 inch), ISI Marked

6

(minimum 3 points – 5Amp sockets and 1 points – 15Amps sockets) power distribution Indian round pin

7 Spike Suppressor PDU strip with Circuit breaker, MOV and fuse.

8 Door

Rack with front metal door with Knob lock & key

9 Fan For Heat dissipation

Fan with minimum IP 55 category to eliminate cabinet hot air.

10

Metal Galvanized Steel of not less then 1.2 MM Thickness

Page 74: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 75 of 198

11

Weight bearing components and mounting angles should be of thickness not less than 1.5 mm, 19” equipment mounting angle should be of thickness not less than 1.5 mm.

12 Powder coated color meeting Standards of Outdoor & IP55 Requirement or higher.

13 Load Bearing Capacity (Kgs)

40 kilogram or more

14

Side panels Rack should be fully welded frame with integrated side panel

15 Width x Depth 550 mm * 500 mm or higher

16

Certifications Rack should be from ISO 9001:2008 Certified Company.

17

Standards Rack should conform, IP 55 certified by NABL accredited lab.

18

Warranty Rack and other items supplied with rack should carry 3 year warranty.

19

Make Product should be Make in India

Item No. 23: - 1 KVA UPS with Battery

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make offered

2 Model offered

3 UPS Capacity in KVA

1 KVA (Line interactive)

Input

4 Nominal input voltage

160-280 V (single phase)

5 Input frequency 50 Hz +/- 3 Hz Output

Page 75: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 76 of 198

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

6 Output power capacity (VA)

1000 VA

7 Power factor 0.6

8 Output power capacity (W)

600 W at 1 pf

9 Nominal output voltage

230 V (single phase)

10 Output voltage distortion

less than +/- 5% at full load

11 Output frequency

47 to 53 Hz

12 Crest factor 03:01

13 Waveform type Pure sine wave

14 UPS Warranty 3 years Batteries

15 Battery type Sealed maintenance free VRLA type provided with battery stand

16 Battery Make Exide/ Amar Raja/ Panasonic/ Numeric/ HBL/ Amaron/ Okaya

17 VAH Required in each battery set

Min. 1600

18 Battery Warranty

3 years

19 Battery charging time

10 to 12 Hrs.

20 Charger capacity Minimum 10% of battery AH

21 Overall Efficiency

80%

22 Cold Start capability

Required

23 Generator compatibility

To provide Clean uninterrupted power when Generator is used.

24 LED /LCD display A) Online

B) On Battery

25

Alarms A) On battery

B) low battery

Environmental Operating Temperature

0 to 40 degree Celsius

26 Humidity 95% non-Condensing at 40deg.C

27 Approvals CE/ EN 50091-1/ EN 50091-2 compliant UPS and BIS Certificate

Protections

28 Protection The unit should trip and protect the UPS beyond upper range of

Page 76: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 77 of 198

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

nominal input voltage (Over Voltage Protection)

29 Make Product should be Make in India

Item No. 24: - Universal SFP

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Type Gigabit Ethernet, Single Mode Fiber Transreceiver Compatible with SFP MSA

4 Data Rate Minimum 1 Gbps,

5 Path Length Minimum 10 Kilometer

6 Wave Length 1310nm

7 Operating Temperature

-10˚ C to + 60˚ C

8 Standard Compliance

IEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1

9 Warranty

The product should have 5 year OEM comprehensive warranty.

Item No. 25: - SFP -1G-LR for CISCO Routers of same OEM

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Type Gigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA

4 Data Rate Minimum 1 Gbps,

5 Path Length Minimum 10 Kilometer

Page 77: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 78 of 198

6 Wave Length 1310nm

7 Operating Temperature

-0˚ C to + 60˚ C

8 Standard Compliance

IEEE 802.3, ITU-T G.652, EN 60825-1

9 Warranty

The product should have 5 year Bidder comprehensive warranty.

10 Hardware Support

Should support CISCO ASR 9010/903 Routers

Item No. 26: - SFP -1G-ER for CISCO Routers of same OEM

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Type Gigabit Ethernet, Single Mode Fiber Transceiver Compatible

4 Data Rate Minimum 1 Gbps,

5 Path Length Minimum 40 Kilometer

6 Wave Length 1310/1550nm

7 Operating Temperature

-0˚ C to + 60˚ C

8 Standard Compliance

IEEE 802.3, ITU-T G.652, EN 60825-1

9 Warranty

The product should have 5 year Bidder comprehensive warranty.

10 Hardware Support

Should support CISCO ASR 9010/903 Routers

Item No. 27: - SFP -10G-LR for CISCO Routers of same OEM

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

Page 78: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 79 of 198

3

Type Gigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA

4 Data Rate Minimum 10 Gbps,

5 Path Length Minimum 10 Kilometer

6 Wave Length 1310nm

7 Operating Temperature

-0˚ C to + 60˚ C

8 Standard Compliance

IEEE 802.3, ITU-T G.652, EN 60825-1

9 Warranty

The product should have 5 year Bidder comprehensive warranty.

10 Hardware Support

Should support CISCO ASR 9010/903 Routers

Item No. 28: - SFP -10G-ER for CISCO Routers of same OEM

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3 Type

Gigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA

4 Data Rate Minimum 10 Gbps,

5 Path Length Minimum 40 Kilometer

6 Wave Length 1310/1550nm

7 Operating Temperature

-0˚ C to + 60˚ C

8 Standard Compliance

IEEE 802.3, ITU-T G.652, EN 60825-1

9 Warranty

The product should have 5 year Bidder comprehensive warranty.

10 Hardware Support

Should support CISCO ASR 9010/903 Routers

Item No. 29: - L 3 Switch

Particulars Description of minimum

requirement Compliance (Yes/No)

Deviations, if Any

Pg. No. of specs attached

Page 79: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 80 of 198

Make Offered

Model Offered

1 General

1.1

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019"

2 Architecture

2.1 Shall be 1RU, 19" Rack Mountable fully managed switch

2.2

Should have 24 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink ports populated with 1G single mode transceivers.

2.3 The Gigabit SFP ports must support IEEE defined for 850nm, 1310nm and 1550nm pluggable optics.

2.4 Should have 1 RJ-45 (serial RS-232C) or USB micro-B console port

2.5 Should have minimum 128 MB flash, 512 MB DRAM

2.6 Shall have switching capacity of 32 Gbps for providing non-blocking performance on all Gigabit ports

2.7

Shall have up to 26 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

2.8

All necessary SFP's, interfaces, connectors, patch cords (if any) & licenses must be delivered along with the switch from day one

2.9 Should support Non-blocking hardware architecture

2.10

The switch should support Auto-MDIX to provide automatic adjustments for straight-through or crossover cables on all 10/100 and 10/100/1000 ports

2.11 The switch should have PoE/PoE+ output and should have minimum 120 watt power.

3 Resiliency

Page 80: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 81 of 198

3.1

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol

3.2 IEEE 802.3ad Link Aggregation Control Protocol (LACP) up to eight links (ports) per group

3.3 The switch should provide easy-to-configure link redundancy of active and standby links

3.4

The Switch should support

stacking or virtual switching

fabric creation with stacking

cable or standard optical fiber

connectivity as per the

requirements.

4 Layer 2 Features

4.1 MAC address table size of 16000 entries

4.2 Shall support Jumbo frames to improve the performance of large data transfers

4.3 Internet Group Management Protocol (IGMP)

4.4 Multicast Listener Discovery (MLD) snooping

4.5 IEEE 802.1AB Link Layer Discovery Protocol (LLDP)

4.6

IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6

5 Layer 3 Features

5.1 The switch should support DHCP server

5.2 The switch should support minimum 256 static IP routing/1000 IPv4 routes

5.3 The switch should support Routing Information Protocol (RIPv1, RIPv2, and RIPng routing)

5.4 The switch should have to support OSPFv2 and OSPFv3 protocols for routing from day 1

Page 81: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 82 of 198

5.5 The switch should support IPv4 and IPv6 Routing from day one

5.6

The switch should support Dual stack (IPV4 and IPV6) to transition from IPv4 to IPv6, supporting connectivity for both protocols

5.7 The switch should support IPV6 host to enable switches to be managed in an IPv6 network

5.8 The switch should support ACL and QoS for IPv6 network traffic

5.9 The switch should support static and RIPng protocols for IPV6

6 QoS and Security Features

6.1 Should have Access Control Lists for traffic filtering

6.2

Source-port filtering or equivalent feature to allow only specified ports to communicate with each other

6.3

Traffic prioritization based on IP address, IP Type of Service (ToS), Layer 3 protocol, TCP/UDP port number, source port, and DiffServ

6.4 Shall support traffic rate-limiting per port

6.5

IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port

6.6

Media access control (MAC) authentication to provide simple authentication based on a user's MAC address

6.7

Web-based authentication to provide a browser-based environment to authenticate clients that do not support the IEEE 802.1X supplicant

6.8 Concurrent IEEE 802.1X and Web or MAC authentication schemes per port

6.9 Port security to allow access only to specified MAC addresses

6.10

MAC address lockout to prevent particular configured MAC addresses from connecting to the network

Page 82: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 83 of 198

6.11 STP BPDU port protection to prevent forged BPDU attacks

6.12 STP Root Guard to protect the root bridge from malicious attacks or configuration mistakes

6.13

The switch should support Traffic prioritization (IEEE 802.1p) to allows real-time traffic classification into eight priority levels mapped to eight queues

6.14

The switch should support Layer 4 prioritization to enable prioritization based on TCP/UDP port numbers

7 Management Features

7.1 Configuration through the CLI, console, Telnet, SSH and browser-based management GUI (SSL)

7.2 SNMPv1, v2, and v3 and Remote monitoring (RMON) support

7.3 sFlow (RFC 3176) or equivalent for traffic analysis

7.4 TFTP and Secure FTP support TFTP, FTP /Secure FTP/ Secure Copy support

7.5 RADIUS/TACACS+ for switch security access administration

7.6 Network Time Protocol (NTP) or equivalent support

8 Security

8.1 The switch should support IEEE 802.1X

8.2 The switch should support MAC-based authentication

8.3 The switch should support Access control lists (ACLs)

8.4

The switch should provide IP Layer 3 filtering based on source/destination IP address/subnet and source/destination TCP/UDP port number

8.5 The switch should support RADIUS/TACACS+

8.6 The switch should support Secure shell

Page 83: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 84 of 198

8.7 The switch should support Secure Sockets Layer (SSL)

8.8 The switch should support Port security

8.9 TFTP, FTP /Secure FTP/ Secure Copy support

8.10 The switch should support STP BPDU port protection

8.11 Dynamic Host Configuration Protocol (DHCP) snooping

8.12 Switch should support Dynamic ARP inspection (DAI)

8.13 The switch should support STP root guard

8.14 The switch should support Private VLAN

8.15 The switch should support IPv6 Guard, Source-Guard features

9 Environmental Features

9.1 Shall support IEEE 802.3az Energy-efficient Ethernet (EEE) to reduce power consumption

9.2 Operating temperature of 0°C to 45°C

9.3 The product should have 5 year OEM comprehensive warranty.

Item No. 30: - L 3 Outdoor Switch

Particulars Description of minimum requirement Compliance (Yes/No)

Deviations, if Any

Pg. No. of specs attached

Make Offered

Model Offered

Type Managed Outdoor Industrial grade switch

Total Ports

8 Ethernet 10/100/1000 ports and 2 SFP-based

Gigabit Ethernet uplink port with populated

single mode transceiver

Ring Support

Switch Should support the Ring connectivity in uplink port (IEEE802.17/Equivalent), LLDP/Equivalent, UDLD/Equivalent

Page 84: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 85 of 198

PoE Standard

IEEE 802.3at on minimum 4 10/100 ports or better POE Budget : min. 120w

PoE Power per port

Sufficient to operate the CCTV cameras connected

Protocols

Support 802.1Q VLAN HTTPS/SSH DHCP support SNMP Management IGMP Support IPv6 protocol support

Multi Cast Support

MLD snooping (v1 and v2) and IGMP ( v2 and v3)

Topology Selection

Bidder has to make sure that spanning tree related loops are prevented at each and every layer.

Security Features

DHCP Snooping Dynamic ARP Inspection IP Source Guard ARP Snooping/Spoofing Access Control List

Remote Management

Shall Support remote management through SNMP traps

Access Control

Support port security Support 802.1x (Port based network access control). Support for MAC filtering

Industrial Rating

IP 30 and NEMA TS-2

EN/IEC Standard Ratings

EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-1,ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6, EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS and EMC as FCC Part 15, Class A

Surge Protection

Yes, EN/IEC 61000-4-5

Operating Temperature

(-)10 to 70 degrees C or better

Certification to be provided by bidder

UL,CE and NEMA TS-2

Page 85: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 86 of 198

Cables All necessary data and power cables and industrial grade power adaptor to be provided

Warranty 5 Years Comprehensive OEM Warranty

Item No. 31: - L 2 Switch(2 Fiber Port)

Particulars Description of minimum

requirement

Compliance (Yes/No)

Deviations, if Any

Pg. No. of specs attached

Make Offered

Model Offered

General

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019"

1 Architecture

1.1 Shall be 1RU, 19" Rack Mountable fully managed switch

1.2

16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP ports populated with 1G single mode transceivers.

1.3 1 RJ-45 (serial RS-232C) or USB micro-B console port

1.4 128 MB flash, 256 MB DRAM

1.5 Shall have switching capacity of 36 Gbps for providing non-blocking performance on all Gigabit ports

1.6

Shall have up to 26 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

1.7 The switch should have PoE/PoE+ output and should have minimum 120 watt power.

2 Resiliency

Page 86: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 87 of 198

2.1

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol

2.2 IEEE 802.3ad Link Aggregation Control Protocol (LACP) up to eight links (ports) per group

3 Layer 2 Features

3.1 MAC address table size of 4000 entries

3.2 Shall support Jumbo frames to improve the performance of large data transfers

3.3 Internet Group Management Protocol (IGMP)

3.4 Multicast Listener Discovery (MLD) snooping

3.5 IEEE 802.1AB Link Layer Discovery Protocol (LLDP)

3.6 IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6

4 QoS and Security Features

4.1 Access Control Lists for traffic filtering

4.2

Source-port filtering or equivalent feature to allow only specified ports to communicate with each other

4.3

Traffic prioritization based on IP address, IP Type of Service (ToS), Layer 3 protocol, TCP/UDP port number, source port, and DiffServ

4.4 Shall support traffic rate-limiting per port

4.5

IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port

4.6

Media access control (MAC) authentication to provide simple authentication based on a user's MAC address

Page 87: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 88 of 198

4.7

Web-based authentication to provide a browser-based environment to authenticate clients that do not support the IEEE 802.1X supplicant

4.8 Concurrent IEEE 802.1X and Web or MAC authentication schemes per port

4.9 Port security to allow access only to specified MAC addresses

4.1

MAC address lockout to prevent particular configured MAC addresses from connecting to the network

4.11 STP BPDU port protection to prevent forged BPDU attacks

4.12 STP Root Guard to protect the root bridge from malicious attacks or configuration mistakes

5 Management Features

5.1 Configuration through the CLI, console, Telnet, SSH and browser-based management GUI (SSL)

5.2 SNMPv1, v2, and v3 and Remote monitoring (RMON) support

5.3 sFlow (RFC 3176) or equivalent for traffic analysis

5.4 TFTP, FTP /Secure FTP/ Secure Copy support

5.5 RADIUS/TACACS+ for switch security access administration

5.6 Network Time Protocol (NTP) or equivalent support

6 Environmental Features

6.1 Shall support IEEE 802.3az Energy-efficient Ethernet (EEE) to reduce power consumption

6.2 Operating temperature of 0°C to 45°C

6.3 The product should have 5 year OEM comprehensive warranty.

Page 88: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 89 of 198

Item No. 32: - L 2 Switch(4 Fiber Port)

Particulars Description of minimum

requirement

Compliance (Yes/No)

Deviations, if Any

Pg. No. of specs attached

Make Offered

Model Offered

General

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019"

1 Architecture

1.1 Shall be 1RU, 19" Rack Mountable fully managed switch

1.2

16 RJ-45 autosensing 10/100/1000 ports with 4 open SFP ports populated with 1G single mode transceivers.

1.3 1 RJ-45 (serial RS-232C) or USB micro-B console port

1.4 128 MB flash, 256 MB DRAM

1.5 Shall have switching capacity of 40 Gbps for providing non-blocking performance on all Gigabit ports

1.6

Shall have up to 26 million pps switching throughput to achieve wire-speed forwarding on all Gigabit ports

1.7 The switch should have PoE/PoE+ output and should have minimum 120 watt power.

2 Resiliency

2.1

IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree Protocol

2.2 IEEE 802.3ad Link Aggregation Control Protocol (LACP) up to eight links (ports) per group

Page 89: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 90 of 198

3 Layer 2 Features

3.1 MAC address table size of 4000 entries

3.2 Shall support Jumbo frames to improve the performance of large data transfers

3.3 Internet Group Management Protocol (IGMP)

3.4 Multicast Listener Discovery (MLD) snooping

3.5 IEEE 802.1AB Link Layer Discovery Protocol (LLDP)

3.6 IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6

4 QoS and Security Features

4.1 Access Control Lists for traffic filtering

4.2

Source-port filtering or equivalent feature to allow only specified ports to communicate with each other

4.3

Traffic prioritization based on IP address, IP Type of Service (ToS), Layer 3 protocol, TCP/UDP port number, source port, and DiffServ

4.4 Shall support traffic rate-limiting per port

4.5

IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port

4.6

Media access control (MAC) authentication to provide simple authentication based on a user's MAC address

4.7

Web-based authentication to provide a browser-based environment to authenticate clients that do not support the IEEE 802.1X supplicant

4.8 Concurrent IEEE 802.1X and Web or MAC authentication schemes per port

Page 90: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 91 of 198

4.9 Port security to allow access only to specified MAC addresses

4.1

MAC address lockout to prevent particular configured MAC addresses from connecting to the network

4.11 STP BPDU port protection to prevent forged BPDU attacks

4.12 STP Root Guard to protect the root bridge from malicious attacks or configuration mistakes

5 Management Features

5.1 Configuration through the CLI, console, Telnet, SSH and browser-based management GUI (SSL)

5.2 SNMPv1, v2, and v3 and Remote monitoring (RMON) support

5.3 sFlow (RFC 3176) or equivalent for traffic analysis

5.4 TFTP, FTP /Secure FTP/ Secure Copy support

5.5 RADIUS/TACACS+ for switch security access administration

5.6 Network Time Protocol (NTP) or equivalent support

6 Environmental Features

6.1 Shall support IEEE 802.3az Energy-efficient Ethernet (EEE) to reduce power consumption

6.2 Operating temperature of 0°C to 45°C

6.3 The product should have 5 year OEM comprehensive warranty.

Item No. 33: - Power Strip

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

Page 91: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 92 of 198

2 Model Offered

3 Type

Strip Type Wall & Rack (19 inch)

mountable, ISI Marked

4

Sockets

(5 points – 5Amp sockets and 2

points – 15Amps sockets) power

distribution Indian round pin

5 Security

Spike Suppressor PDU strip with

Circuit breaker, MOV and fuse

6 Warranty Should carry 3 year warranty

7 Make Product should be Make in India

Item No. 34: - Earthing

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

Make Offered

Model Offered

1

Earth Electrode

The material should have good electrical conductivity & should not corrode in a wide range of soil conditions.

2 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.

3 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.

Page 92: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 93 of 198

4 The voltage between Neutral & Earth should not exceed more than 2 volts.

5 Electrode size – 3mtrs.

6

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.

7 It shall be placed around earth electrode in the earth pit to improve the conductivity of earth electrode & ground contact area.

8 The material shall be supplied in sealed moisture proof bags.

9 These bags shall be marked with the name of the manufacturer or trade name, quantity, batch no., date of manufacture etc.

10

It shall not depend on the continuous presence of water to maintain its conductivity.

11 Material shall be nontoxic, nonreactive, non-explosive & noncorrosive

12 Temp. Range 0ºC to 60ºC

13

Resistivity

Below 2 ohm at PoP rooms, HO sites, VSAT remote locations & terrestrial link locations

14 Moisture

Retain more than 10% moisture at 105ºC

15

Material Type

Should be a little alkaline in nature with pH value of > 7 &< 9

16 Material shall not decompose or leach out with time

17

Environment

It shall not pollute the soil or local water table & shall meet environmental friendly requirement for landfill.

18 Pit Cover Cement Removable Cover

Page 93: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 94 of 198

19 Standards IS: 3043/ 1987

20 Certification

OEM certificates should be provided for verification of specifications/parameters.

Item No.35: - Cat 6 Ethernet Cable in casing and conduiting (with laying)

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CM/CMR rating) 23 AWG solid bare copper conductor

4 Polyethylene insulation/LSZH, CM/CMR rated jacket as per UL 1666 or IEC 60332-3

5

Cross- member/ fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, (ETL report should be submitted)

6 -20 Deg. C to +60 Deg. C Operating temperature, Frequency tested up to Minimum 250 MHz

7 Box of 305/500 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

8 Impedance, Pair- to- pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR Performance characteristics to be provided

9

Attenuation(dB/100m) - 32.8MAX. At 250MHz

Page 94: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 95 of 198

10 ISI Mark PVC 10 mm Conduits (in Mtr.)

PVC conduit/ casing 10 mm ISI mark including all accessories

11

Make Product should be Make in India

12

Warranty Should carry 2 year warranty

Item No.36: - Cat 6 Ethernet Cable

S No. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CM/CMR rating) 23 AWG solid bare copper conductor

4 Polyethylene insulation/LSZH, CM/CMR rated jacket as per UL 1666 or IEC 60332-3

5

Cross- member/ fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, (ETL report should be submitted)

6 -20 Deg. C to +60 Deg. C Operating temperature, Frequency tested up to Minimum 250 MHz

7 Box of 305/500 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

Page 95: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 96 of 198

8 Impedance, Pair- to- pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR Performance characteristics to be provided

9

Attenuation(dB/100m) - 32.8MAX. At 250MHz

10

Make Product should be Make in India

11

Warranty Should carry 2 year warranty

Item No. 37: - Information Outlets

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

I/O with Surface Mount Box Features

Should meet for exceed the TIA/EIA-568-C.2 Component Compliant (1Gigabit) standard

4 Surface mount box with single RJ45 socket to terminate UTP CAT 6 Cable

5 Accessories Strain relief and bend-limiting boot for cable , Approval UL or ETL or 3P

6 Housing Polyphenylene oxide, 94V-0 rated Wiring blocks Polycarbonate, 94V-0 rated

7 Jack contacts : Beryllium copper/

phosphor bronze with thick gold and minimum thick nickel under plate, Performance Characteristics Attenuation, NEXT, PS NEXT, FEXT and Return Loss, IDC Contact: Phosphor bronze 50micron" gold plated contact surface

Page 96: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 97 of 198

8 Provision for protection against dust

9 ROHS Compliant , 3rd party from bodies like ETL verified (ETL report should be submitted)

10

Faceplate Features

Single Gang square plate, 86 mmX 86mm or higher

11 1-port with shutter , High Impact Plastic Body ABS material

12 Write on labels– supplied with plate

13 Screw hole covers – to be supplied with plate

14 Plug in Icons – Icon tree – to be supplied with plate

15 Provisions for labeling icons and strips

16 Make Product should be Make in India

17 Warranty Should carry 2 year warranty

Item No. 38: - 8 Port Patch Panel

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Should conform to TIA / EIA 568-C.2 Component Compliant

4 Should terminate 8 UTP CAT 6 (4 pair) Cables at 110 type wiring block at the rear end and RJ45 jack on the front panel

5 Have port identification numbers on the front of the panel.

6 Ports should be with individual dust cover & individually replaceable

7 19" rack mountable

8 Should confirm to EIA/TIA wiring Pattern

9 Should have labeling strips for identification

Page 97: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 98 of 198

10 Should have integral cable management shelf

11 The modules should be UL94 VO rated

12 Modules should be 110 IDC Termination 180 or 90 or 45 degree Punch, allowing wires between 22 – 26 AWG sizes

13 Cable Guide way or support bar to guide the cable on the rear side

14 Jack Panel should be RoHS Complaint

15 Make Product should be Make in India

16 Warranty Should carry 2 year warranty

Item No. 39: - 24 Port Patch Panel

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Should conform to TIA / EIA 568-C.2 Component Compliant

4 Should terminate 8 UTP CAT 6 (4 pair) Cables at 110 type wiring block at the rear end and RJ45 jack on the front panel

5 Have port identification numbers on the front of the panel.

6 Ports should be with individual dust cover & individually replaceable

7 19" rack mountable

8 Should confirm to EIA/TIA wiring Pattern

9 Should have labeling strips for identification

10 Should have integral cable management shelf

Page 98: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 99 of 198

11 The modules should be UL94 VO rated

12 Modules should be 110 IDC Termination 180 or 90 or 45 degree Punch, allowing wires between 22 – 26 AWG sizes

13 Cable Guide way or support bar to guide the cable on the rear side

14 Jack Panel should be RoHS Complaint

15 Make Product should be Make in India

16 Warranty Should carry 2 year warranty

Item No. 40 - Cat 6 Patch Chord (1 meter)

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Should confirm / comply or exceed the ISO/IEC 11801:2002, TIA-568-C.2 Cat 6 for physical & Electrical specifications / standards

4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

5 Slim line transparent snag-less, boot to maintain bend radius, Tensile strength 50 Newton

6 Plug Housing Clear polycarbonate 94V-0 rate

7 Terminals Phosphor Bronze with gold plating , 50 micron'' gold over nickel

8 Load bar polycarbonate, Jacket FRPVC

Page 99: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 100 of 198

9 Insulation Flame Retardant Polyethylene, End point connector Factory crimp standard connector

10 Approvals UL (UL certificate should be submitted), ETL or 3P certificates. Material ROHS compliant (ETL report should be submitted)

11

Make Product should be Make in India

12

Warranty Should carry 2 year warranty

Item No. 41: - Cat 6 Patch Chord (2 meter)

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Should confirm / comply or exceed the ISO/IEC 11801:2002, TIA-568-C.2 Cat 6 for physical & Electrical specifications / standards

4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

5 Slim line transparent snag-less, boot to maintain bend radius, Tensile strength 50 Newton

6 Plug Housing Clear polycarbonate 94V-0 rate

7 Terminals Phosphor Bronze with gold plating , 50 micron'' gold over nickel

Page 100: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 101 of 198

8 Load bar polycarbonate, Jacket FRPVC

9 Insulation Flame Retardant Polyethylene, End point connector Factory crimp standard connector

10 Approvals UL (UL certificate should be submitted), ETL or 3P certificates. Material ROHS compliant (ETL report should be submitted)

11

Make Product should be Make in India

12

Warranty Should carry 2 year warranty

Item No. 42: - Cat 6 Patch Chord (5 meter)

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Should confirm / comply or exceed the ISO/IEC 11801:2002, TIA-568-C.2 Cat 6 for physical & Electrical specifications / standards

4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

5 Slim line transparent snag-less, boot to maintain bend radius, Tensile strength 50 Newton

6 Plug Housing Clear polycarbonate 94V-0 rate

Page 101: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 102 of 198

7 Terminals Phosphor Bronze with gold plating , 50 micron'' gold over nickel

8 Load bar polycarbonate, Jacket FRPVC

9 Insulation Flame Retardant Polyethylene, End point connector Factory crimp standard connector

10 Approvals UL (UL certificate should be submitted), ETL or 3P certificates. Material ROHS compliant (ETL report should be submitted)

11 Make Product should be Make in India

12 Warranty Should carry 2 year warranty

Item No. 43: - Cat 6 Patch Chord (10 meter)

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

3

Features

Should confirm / comply or exceed the ISO/IEC 11801:2002, TIA-568-C.2 Cat 6 for physical & Electrical specifications / standards

4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

5 Slim line transparent snag-less, boot to maintain bend radius, Tensile strength 50 Newton

6 Plug Housing Clear polycarbonate 94V-0 rate

7 Terminals Phosphor Bronze with gold plating , 50 micron'' gold over nickel

8 Load bar polycarbonate, Jacket FRPVC

Page 102: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 103 of 198

9 Insulation Flame Retardant Polyethylene, End point connector Factory crimp standard connector

10 Approvals UL (UL certificate should be submitted), ETL or 3P certificates. Material ROHS compliant (ETL report should be submitted)

11 Make Product should be Make in India

12 Warranty Should carry 2 year warranty

Item No. 44: - 6 core ADSS OFC (with laying including splice and making termination at ends in casing

and counduit)

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs attached

1 Make Offered

2 Model Offered

13

Features

Compliance to TEC/GR/TX/OAF-001/03 MAR 2017 and GR No. GR/OAF-01/02. JUL 2005 and subsequent amendments, if any.

4 Make Product should be Make in India

5 Warranty Should carry 2 year warranty

Item No. 45: - LIU/JC Box with LC connector

SNo.

Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

13

Features

minimum 6 port duplex connector Fibre management rackmount/outdoor enclosures loaded with required Adapters, adapter plates, pigtails, splice trays & labels

4 Height 1 U (Rack/Wall mountable)

Page 103: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 104 of 198

Cable Management rings: Management rings within the system to accommodate excess fibre cordage behind the through adapters and maintain fibre bend radius

5 Drawer/Sliding Style: The LIU must be of Drawer/ Sliding style for easy maintenance and troubleshooting

6 Make Product should be Make in India

7 Warranty Should carry 2 year warranty

Item No. 46: - 2 meter fiber patch chords (LC-LC/SC-LC)

SNo.

Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

13

Features

All optical fiber patch leads shall comprise of Single-mode 9/125µm fiber OS2

4 Jacket should be LSZH

Connector: Zirconia ceramic ferrule

5 Cable: 9/125, OS2 Strength member: Aramid Yarn

6 Make Product should be Make in India

7 Warranty Should carry 2 year warranty

Item No.47: - 10 meter fiber patch chords (LC-LC/SC-LC)

SNo.

Particulars Minimum Specifications Compliance

(Yes/No) Deviations, if

Any

Pg. No. of specs

attached

1 Make Offered

2 Model Offered

13

Features All optical fiber patch leads shall comprise of Single-mode 9/125µm fiber OS2

Page 104: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 105 of 198

4 Jacket should be LSZH

Connector: Zirconia ceramic ferrule

5 Cable: 9/125, OS2 Strength member: Aramid Yarn

6 Make Product should be Make in India

7 Warranty Should carry 2 year warranty

Item No.48: - Media Convertor ( 1 Gbps) with adaptor

SNo. Particulars Minimum Specifications Compliance

(Yes/No) Deviations,

if Any

Pg. No. of specs attached

1 Make Offered

2 Model Offered

13 Fiber Connector

LC type

4 Fiber Mode Single Mode

Copper UTP Port

RJ-45

5 Support Distance

20Kms

6 Wavelength 1310nm

7 Fibre Cable 9/125Micron

8 Operating Temperature

0°C to +60°C

9 Humidity: 5%~90% Non-condensing

10 Certifications CE , FCC

11 Make Product should be Make in India

12 Warranty Should carry 2 year warranty

Page 105: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 106 of 198

ANNEXURE-3: TECHNICAL RESOURCES(SPOC)/PERSONNEL

Sr.

No.

Role Project

stage

Working Hours Desirable

Qualification and

Experience

Remarks

1 Project

Manager

(1)

Implementatio

n, O&M, Exit

Management

Office hours of

Government of

Rajasthan/RISL

(Six days in a Week)

And also on demand.

In addition to above,

maximum 12 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

1. B.E/ B.Tech (IT /

CSE/ ECE) With

PMP certified.

2. Fluency in

English/ Hindi

3. 8+ years of post-

qualification work

experience in

deployment of

network

infrastructure/

project

management/Tele

com.

Shall be responsible for

overall management of the

Project and shall be posted

within 21 days from the

date of issue of first work

order till 30 days after

project period. The Project

manager shall be

responsible for timely

commissioning &

execution of the

project/Links. He will also

be responsible for Liaison

with RajSWAN, SECLAN,

GRAMSAT, RSDC Operator

and Transfer of assets in

proper working condition

etc. The Project Manager

deputed at RISL/DoIT&C,

Jaipur shall be the single

point of contact (SPOC).

1 Support

Engineer

(5)

Implementatio

n, O&M, Exit

Management

1. BCA/ PGDCA /

Diploma in

Electronics / IT/

CSor higher in

same domain.

2. Fluency in

English/Hindi

3. 2+ years of

relevant post-

qualification

work experience

in

Shall be responsible

toassist Project Manager

for day to day operations

&management of the

Project and shall be posted

within 21 days from the

date of issue of first work

order till 30 days after

project period.

Page 106: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 107 of 198

Note:

2) The manpower will be deployed exclusively for the project only and cannot be shared by

the bidder for other purposes.

3) 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.

4) The Bidder shall be required to ensure availability of personnel and submit the attendance

certified by concerned government official along with bills.

5) The resources deployed may be utilized for other IT activities of GoR.

6) Penalty on non-availability of manpower resources

a) The penalty for non-availability of resource shall be Rs 2500/- per day for Project

Manager and Rs1500/- per day for Support Engineer.

b) Non-deployment of manpower and leaves availed beyond permitted leave shall

attract penalty and these days shall not be taken into account for payment.

c) Penalty for non-deployment/non-availability of manpower shall be in addition to the

otherpenalties define in the RFP and shall be excluded from the overall limit.

Page 107: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 108 of 198

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:

S. No. RFP

Page No.

RFP Rule

No.

Rule Details Query/ Suggestion/

Clarification

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

procuring entity. Also, kindly attach the colored scanned copy of the receipt towards the

submission of the bidding/ tender document fee.

Page 108: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 109 of 198

ANNEXURE-5: BIDDER’S AUTHORIZATION CERTIFICATE

{to be filled by the bidder}

To,

Managing Director

RISL, Yojana Bhawan Campus,

Tilak Marg, C-Scheme, Jaipur (Rajasthan)

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:

Page 109: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 110 of 198

ANNEXURE-6: CERTIFICATE OF CONFORMITY/ NO DEVIATION

{To be filled by the bidder}

To,

Managing Director

RISL, Yojana Bhawan Campus,

Tilak Marg, C-Scheme, Jaipur (Rajasthan)

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 technical 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 and assumptions.

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:

Page 110: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 111 of 198

ANNEXURE-7: 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

abovefor 3/5 Years.

We hereby confirm that the offered Hardware/ Software is not likely to be declared as End-

of-Sale within next 3years 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 3 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 durationas 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:

Page 111: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 112 of 198

ANNEXURE-8: 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 bidder.

Page 112: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 113 of 198

ANNEXURE-09: 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.

S.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}

** Please attach Technical specifications compliance sheet (only on OEM’s letter-head) and

provide reference number in this column. (Deviations, if any, should be appropriately

mentioned & highlighted in the compliance/ deviation column of the respective table as

provided in Annexure-2: Technical Specifications of this bidding document)

Page 113: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 114 of 198

ANNEXURE-10: SELF-DECLARATION

(To be submitted only on Letter Head duly signed by Auth. Sign.)

To

Managing Director

RISL, Yojana Bhawan Campus,

Tilak Marg, C-Scheme, Jaipur (Rajasthan)

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:

Page 114: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 115 of 198

ANNEXURE-11: 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 awa rd is made to

us) and within 1 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:

Page 115: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 116 of 198

..........................................................................................................................

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:

Page 116: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 117 of 198

ANNEXURE-12: 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:

Page 117: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 118 of 198

Financial Bid Format( Indicative )

{To be submitted by the bidder only in BoQ format (.XLS) available at eProc portal}

Sl. No.

Item Description

Item Code / Make

Quantity Units

Base Unit

Cost in INR (incl.

all incidental charges

and all Taxes

but excl. GST)

GST in INR

Amount in INR

(including all

taxes) per Unit

Total Cost in INR

1 2 3 3 4 5 6 7 8

1 PART – A: MPLS, P2P and ILL Connectivity (Rate Contract):

2 MPLS 4 Mbps (for Two years)

Item1 1200.00

Nos 0.00 0.00

3 MPLS 8 Mbps (for Two years)

Item2 500.00

Nos 0.00 0.00

4 MPLS 16 Mbps (for Two years)

Item3 300.00

Nos 0.00 0.00

5 MPLS 32 Mbps (for Two years)

Item4 30.00

Nos 0.00 0.00

6 8 Mbps P2P connectivity upto 100 KM (for Two years) Item5 230.00

Nos 0.00 0.00

7 8 Mbps P2P connectivity upto 250 KM (for Two years) Item6 10.00

Nos 0.00 0.00

8 50 Mbps P2P connectivity upto 250 KM (for Two years) Item7 2.00

Nos 0.00 0.00

9 50 Mbps P2P connectivity more than 250 Item8 2.00

Nos 0.00 0.00

Page 118: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 119 of 198

KM (for Two years)

10 100 Mbps P2P connectivity upto 100 KM (for Two years) Item9 230.00

Nos 0.00 0.00

11 100 Mbps P2P connectivity more than 100 KM (for Two years)

Item1

0 10.00

Nos 0.00 0.00

12 200 Mbps P2P connectivity upto 100 KM (for Two years)

Item1

1 10.00

Nos 0.00 0.00

13 200 Mbps P2P connectivity more than 100 KM (for Two years)

Item1

2 4.00

Nos 0.00 0.00

14 500 Mbps P2P connectivity upto 250 KM (for Two years)

Item1

3 20.00

Nos 0.00 0.00

15 500 Mbps P2P connectivity more than 250 KM (for Two years)

Item1

4 4.00

Nos 0.00 0.00

16 1 Gbps P2P connectivity upto 250 KM (for Two years)

Item1

5 15.00

Nos 0.00 0.00

17 1 Gbps P2P connectivity more than 250 KM (for Two years)

Item1

6 7.00

Nos 0.00 0.00

18 2 Gbps P2P connectivity more than 250 KM (for Two years)

Item1

7 2.00

Nos 0.00 0.00

19 50 Mbps Internet Lease Line (for Two years)

Item1

8 4.00

Nos 0.00 0.00

20 1 Gbps Internet Lease Line (for Two years)

Item1

9 4.00

Nos 0.00 0.00

Page 119: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 120 of 198

21 2 Mbps Internet Lease Line (for Two years)

Item2

0 4.00

Nos 0.00 0.00

22 PART – B: Network Equipments, LAN Work & Site Shifting (Rate Contract):

23 6U Wall Mount indoor Network Rack

Item2

1 2500.00

Nos 0.00 0.00

24 6U Poll/Tower Mount Outdoor Rack

Item2

2 100.00

Nos 0.00 0.00

25 1 KVA UPS

Item2

3 2500.00

Nos 0.00 0.00

26 Universal SFP

Item2

4 1250.00

Nos 0.00 0.00

27 SFP -1G-LR for CISCO Routers of same OEM

Item2

5 80.00

Nos 0.00 0.00

28 SFP -1G-ER for CISCO Routers of same OEM

Item2

6 20.00

Nos 0.00 0.00

29 SFP -10G-LR for CISCO Routers of same OEM

Item2

7 10.00

Nos 0.00 0.00

30 SFP -10G-ER for CISCO Routers of same OEM

Item2

8 6.00

Nos 0.00 0.00

31 L3 Switch

Item2

9 1250.00

Nos 0.00 0.00

32 L3 Outdoor Switch Item3

0 50.00

Nos 0.00 0.00

33 L2 Switch ( with 2 SFP port) Item3

1 1200.00

Nos 0.00 0.00

34 L2 Switch ( with 4 SFP port) Item3

2 250.00

Nos 0.00 0.00

35 Power Strip

Item3

3 500.00

Nos 0.00 0.00

Page 120: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 121 of 198

36 Earthing

Item3

4 2500.00

Nos 0.00 0.00

37 Cat 6 Ethernet cable in casing and conduiting (with laying) (in meters)

Item3

5

180000.00

Nos 0.00 0.00

38 Cat 6 Ethernet cable(in meters) Item3

6 10000.00

Nos 0.00 0.00

39 Information Outlet with surface mount box, face plates, back box for single IO

Item3

7 2000.00

Nos 0.00 0.00

40 8 port patch panel Item3

8 400.00

Nos 0.00 0.00

41 24 port patch panel Item3

9 300.00

Nos 0.00 0.00

42 Cat 6 Patch Chord (1 meter) Item4

0 4000.00

Nos 0.00 0.00

43 Cat 6 Patch Chord (2 meters)

Item4

1 2000.00

Nos 0.00 0.00

44 Cat 6 Patch Chord (5 meter) Item4

2 2000.00

Nos 0.00 0.00

45 Cat 6 Patch Chord (10 meters)

Item4

3 3000.00

Nos 0.00 0.00

46 6 core ADSS OFC (with laying including splice and making termination at ends in casing and counduit) in Meters

Item4

4 5000.00

Nos 0.00 0.00

47 LIU/JC Box with LC connector Item4

5 200.00

Nos 0.00 0.00

48 2 meter Duplex fiber patch chords (LC-LC/SC-LC)

Item4

6 2000.00

Nos 0.00 0.00

Page 121: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 122 of 198

49 10 meter Duplex fiber patch chords (LC-LC/SC-LC)

Item4

7 1000.00

Nos 0.00 0.00

50 Media Convertor ( 1Gbps) with power adaptor

Item4

8 200.00

Nos 0.00 0.00

51 Shifting of site equipments & connectivity

Item4

9 200.00

Nos 0.00 0.00

Total in Figures

0.00 0.00

Page 122: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 123 of 198

ANNEXURE-13: 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 at…………………... (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.

Page 123: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 124 of 198

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) ………………………….

In presence of:

WTTNESS (with full name, designation, address & official seal, if any)

(1) ………………………………………

………………………………………

Page 124: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 125 of 198

(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:

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan, C-Block,

Tilak Marg, C-Scheme, Jaipur-302005 (Raj).

Page 125: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 126 of 198

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

Page 126: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 127 of 198

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

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)

Page 127: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 128 of 198

ANNEXURE-14: DRAFT AGREEMENT FORMAT

{To be mutually signed by selected bidder and procuring entity}

This agreement is being executed on behalf of Department of Information Technology and

Communication, to procure defined goods and services, RISL is acting merely as a Pure Agent

who neither intends to hold or holds any title to the goods and services being procured or

provided. So all the goods and services are required to be delivered in the name of Department

of Information Technology and Communication along with invoices of supplied items, although

payment will be made by RISL on behalf of said department.

This Contract is made and entered into on this ______day of ________, 2020 by and between

RajCOMP Info Services Limited (RISL), having its head office at First Floor, Yojana Bhawan,

Tilak Marg, 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 agency for _________<project title>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 supplier and has placed the Letter of Intent vide Letter No.

__________________dated _______, on which supplier has given their acceptance vide their

Letter No._____________ dated ____________.

And whereas

Page 128: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 129 of 198

The supplier 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: -

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 supplier at the rates set forth in the

Letter of Intent no. ____________________ dated _________ 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 clarifications submitted by supplier.

3. The RISL do hereby agree that if supplier 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 supplier, 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 and completed by

supplier 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 supplier has failed to supply/ install/ complete: -

a. Delay up to one fourth period of the prescribed delivery period, successful

installation & completion of work

2.5%

b. Delay exceeding one fourth but not exceeding half of the prescribed

delivery period, successful installation & completion of work.

5.0%

c. Delay exceeding half but not exceeding three fourth of the prescribed

delivery period, successful installation & completion of work.

7.5%

d. Delay exceeding three fourth of the prescribed delivery period, successful

installation & completion of work.

10.0%

Note:

i. Fraction of a day in reckoning period of delay in supplies/ maintenance services shall

be eliminated if it is less than half a day.

ii. The maximum amount of agreed liquidated damages shall be 10%.

iii. If supplier 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.

Page 129: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 130 of 198

iv. 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 supplier.

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.

7. This agreement is being executed on behalf of Department of Information Technology &

Communication (DoIT&C), Jaipur to procure defined goods and services, RISL is acting

merely as a Pure Agent who neither intends to hold or holds any title to the goods and

services being procured or provided. So all the goods and services are required to be

delivered in the name of Department of Information Technology & Communication

(DoIT&C), Jaipur along with invoices of supplied items, although payment will be made by

RISL on behalf of said Department.

In witness whereof the parties have caused this contract to be executed by their Authorized

Signatories on this _____day of _______________, 2020.

Signed By: Signed By:

( )

Designation:,

Company:

(Authorized Signatory)

RISL, Govt. of Rajasthan

In the presence of:

In the presence of:

( )

Designation:

Company:

( )

Designation:

RISL, Govt. of Rajasthan

( )

Designation:

Company:

( )

Designation:

RISL, Govt. of Rajasthan

Page 130: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 131 of 198

ANNEXURE-15: FORMAT FOR PROJECT REFERENCES

(FOR PRE-QUALIFICATION EXPERIENCE OF BIDDER)

Project Name: Value of Contract/Work Order (In INR):

Country:

Location within country:

Project Duration:

Name of Customer:

Contact person with address, phone,

fax and e-mail:

Start date (month/year):

Completion date (month/year):

Name of associated Bidders, if any:

Narrative description of Project:

List of Services/Items provided by your firm/company

Please attach a copy of the work order/ completion certificate/ purchase order/ letter from the

customer for each project reference.

Page 131: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 132 of 198

ANNEXURE-16: 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

Page 132: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 133 of 198

ANNEXURE-17UNDERTAKING FOR OFFICE SETUP

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur-302016 (Raj.)

Reference: NIB No. : ___________________________________ Dated: __________

1. We hereby declare that we have our office at Jaipur at following address:

____________________________________________

____________________________________________

____________________________________________

Phone No:

OR

2.We hereby undertake to establish local support office in Jaipur within one month of issue

of work order

Authorized Signatory

Name:

Designation:

Note: Strikeout 1 OR 2 whichever is not applicable

Page 133: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 134 of 198

ANNEXURE-18: 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:

Page 134: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 135 of 198

ANNEXURE-19: 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:

Page 135: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 136 of 198

ANNEXURE-20: DRAFT MODEL TRIPARTITE AGREEMENT

MODELTRIPARTITE AGREEMENT

among RISL,…..(NBSP) & ……..(SI)

for providing MPLS/Point to Point/ Internet Bandwidth for wide area network services under RAJNET/RajSWAN

Page 136: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 137 of 198

NOTE

This agreement is for providing MPLS/Point to Point/ Internet Bandwidth for wide area network services under RAJNET as per RFP.

a. This is a general agreement format; multiple agreements shall be signed in case Bandwidth

is provided through multiple NBSP.

b. It will be ensured that prior to this agreement, Contract agreement between RISL and SI

has been signed.

c. The Purchase Order shall be placed on the same price, work, SLA, as quoted by SI against

the ‘MPLS/Point to Point/ Internet Bandwidth’ component of SI LOA/PO has been/is to be

signed between RISL and NBSP.

d. SLA format for including in the RISL’s Purchase Order to NBSP is given at the end of this

document.

e. This agreement does not endorse any agreement between NBSP and SI

f. The Responsibility Matrix may be modified depending upon specific works.

MODEL AGREEMENT

This Agreement is entered on ________day of ________2020 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 RISL’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

Page 137: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 138 of 198

………………………………….(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 RISL 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, networkingrelated 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.

Page 138: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 139 of 198

Now these presents witness and it is hereby agreed by and between the parties hereto as follows:

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

Page 139: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 140 of 198

The Responsibility Matrix for each party is given in the table below:

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

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.

Page 140: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 141 of 198

Responsibility of

RISL

Responsibility of ........(SI) Responsibility of

...........(NBSP)

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.

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)

Page 141: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 142 of 198

……………………….…………………….………………….……………………................

……………………….…………………….………………….……………………............... (SI)

……………………….…………………….………………….……………………...............

……………………….…………………….………………….……………………................(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

Page 142: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 143 of 198

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

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

Page 143: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 144 of 198

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

Page 144: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 145 of 198

ANNEXURE-21: NBSP CONSENT LETTER

(Indicative Format, to be filled by NBSP& submitted on NBSP Letter Head only)

To,

The Managing Director,

RajCOMP Info Services Limited (RISL),

First Floor, Yojana Bhawan,

C-Scheme, Jaipur-302016 (Raj.)

Subject: Issue of consent letter

Reference: NIB/ RFP Ref. No. _____________________ dated ________

Sir,

We {name and address of the NBSP} who are established and reputed National Banwidth

Service provider having Registered office at {addresses of NBSP Registred office} do

hereby authorize {M/s __________________________}to bid, negotiate and conclude the

contract with you against the aforementioned reference for the Bandwidth services provided

by us as per RFP

We hereby confirm that we have not given/issued consent letter to more than 4 bidders.

Yours faithfully,

For and on behalf of M/s (Name of the manufacturer)

(Authorized Signatory)

Name, Designation & Contact No.:

Address: ___________________________________

Seal:

Page 145: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 146 of 198

ANNEXURE-22: 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

Year of Establishment

Address of the Firm

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

Page 146: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 147 of 198

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: ___________________________

Page 147: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 148 of 198

ANNEXURE-23: List of Existing Sites

List of Existing Sites(Indicative)

1. List of MPLS sites:-

S.

N. District

Nearest PoP/

Block/ District

Departm

ent Name Department Address

Bandwi

dth

Details

(in

Mbps)

Bandwidth

Vendor

1 Dholpur Dholpur College

Education Govt. College, Dholpur 16 Mbps M/s BSNL

2 Jhalawar Jhalawar College

Education

Govt.P.G.College

Jhalawar 16 Mbps M/s BSNL

3 Sikar Sikar College

Education

S.K. Govt. Girls College,

Siker 16 Mbps M/s BSNL

4 Jhalawar Jhalawar College

Education

Govt. Girls College,

Jhalawar 16 Mbps M/s BSNL

5 Ajmer Ajmer College

Education

SPC Govt. College,

Ajmer 16 Mbps M/s BSNL

6 Alwar Alwar College

Education

BSR Govt. College,

Alwar 16 Mbps M/s BSNL

7 Barmer Barmer College

Education Govt. College, Barmer 16 Mbps M/s BSNL

8 Bundi Bundi College

Education Govt. College, Bundi 16 Mbps M/s BSNL

9 Chittorgarh Chittorgarh College

Education

MP Govt. College,

Chittorgarh 16 Mbps M/s BSNL

10 Hanumangarh Hanumangarh College

Education

NM Govt. College,

Hanumangarh 16 Mbps M/s BSNL

11 Jodhpur Jodhpur College

Education Govt. College, Jodhpur 16 Mbps M/s BSNL

12 Kota Kota College

Education Govt. College, Kota 16 Mbps M/s BSNL

13 Udaipur Nathdwara College

Education

SMB Govt. College,

Nathdwara 16 Mbps M/s BSNL

14 Sri

Ganganagar

Sri

Ganganagar

College

Education

DBRA Govt. College,

Sri Ganganagar 16 Mbps M/s BSNL

15 Ajmer Beawar College

Education

Sanatan Dharm Rajkiya

Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

16 Ajmer KishanGarh College

Education

Shri Ratan Lal Kawar

Lal Patni Rajkiya

Mahavidhyalaya

16 Mbps M/s Bharti

Airtel Ltd

17 Ajmer Nasirabad College

Education

Sh Govind Singh Gurjar

Rajkiya Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

18 Alwar Alwar College

Education

Raj Rishi College Alwar

Near Nehru Park Alwar

Rajasthan-301001

16 Mbps M/s Bharti

Airtel Ltd

19 Barmer Balotra College

Education

Rajkiya Mahavidhyalaya,

Balotra (MBR) 16 Mbps

M/s Bharti

Airtel Ltd

20 Alwar Behror College

Education

Rajkiya Mahavidhyalaya

Behror 4 Mbps

M/s Bharti

Airtel Ltd

Page 148: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 149 of 198

21 Bhilwara Shahapura

(Bhilwara)

College

Education

Sh Pratap Singh Barhat

Rajkiya Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

22 Bikaner Nokha College

Education

Mangilal Bangri (MLB)

Rajkiya Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

23 Chittorgarh Mandfiya College

Education

Rajkiya Mahavidhyalaya

Mandfiya 4 Mbps

M/s Bharti

Airtel Ltd

24 Chittorgarh Neembahera College

Education

Dr. Bhimrao Ambedkar

Govt. P G College.

Nimbahera (Raj.)

Chittorgarh Road 312601

16 Mbps M/s Bharti

Airtel Ltd

25 Churu SardarSahar College

Education

Seth Budhmal Dugar

(SBD) Rajkiya

Mahavidhyalaya

16 Mbps M/s Bharti

Airtel Ltd

26 Churu Sujangarh College

Education

Gyaniram Harakand

Saraogi (GHS) Rajkiya

Mahavidhyalaya

4 Mbps M/s Bharti

Airtel Ltd

27 Dausa Bandikui College

Education

Late Sh Rajesh Pilot

Rajkiya Mahavidyalaya

Bandikui

16 Mbps M/s Bharti

Airtel Ltd

28 Dungarpur Sagwada College

Education

Late Shri Bhikabhai Bhil

Govt. College,

Lakshmanpura. Sagwara

-314025

16 Mbps M/s Bharti

Airtel Ltd

29 Jaipur Chimanpura College

Education

Baba Bhagwaan Das

Rajkiya Mahavidhyalaya 4 Mbps

M/s Bharti

Airtel Ltd

30 Jaipur Kaladera College

Education

R.L Sehriya Rajkiya

Mahavidhyalaya (SRLS) 4 Mbps

M/s Bharti

Airtel Ltd

31 Jaipur Kotputli College

Education

Lal Bahadur Shastri

Rajkiya Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

32 Jaisalmer Pokhran College

Education

Rajkiya Mahavidhyalaya

Pokhran 4 Mbps

M/s Bharti

Airtel Ltd

33 Jalore Bheenmal College

Education

G.K Gowani Rajkiya

Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

34 Jhalawar Bhawani

Mandi

College

Education

Birla Rajkiya

Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

35 Jhunjhunu Khetri College

Education

Rajkiya Mahavidhyalaya,

Khetri (swami

vivekananda)

16 Mbps M/s Bharti

Airtel Ltd

36 Kota Ramganj

Mandi

College

Education

Rajkiya Mahavidhyalaya,

Ramganj Mandi 16 Mbps

M/s Bharti

Airtel Ltd

37 Nagaur Deedwana College

Education

Rajkiya Bangar

Mahavidhyalaya 16 Mbps

M/s Bharti

Airtel Ltd

38 Rajsamand Rajsamand College

Education

Rajkiya Mahavidhyalaya

(seth RangLal Kothari) 16 Mbps

M/s Bharti

Airtel Ltd

39 Sri

Ganganagar SuratGarh

College

Education

Rajkiya Mahavidhyalaya

SuratGarh 16 Mbps

M/s Bharti

Airtel Ltd

40 Sikar Ramgarh

Shekhawati

College

Education

R.N Rajkiya

Mahavidhyalaya 4 Mbps

M/s Bharti

Airtel Ltd

41 Sirohi Abu Road College

Education

Seth Mangal Chand

Choudhary Rajkiya

Mahavidhyalaya

16 Mbps M/s Bharti

Airtel Ltd

Page 149: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 150 of 198

42 Sirohi Sheoganj College

Education

Rajkiya Mahavidhyalaya

(sangavi matushri puribai

bhurmal jain)

16 Mbps M/s Bharti

Airtel Ltd

43 Tonk Uniyara College

Education

Rajkiya Mahavidhyalaya

Uniyara 16 Mbps

M/s Bharti

Airtel Ltd

44 Tonk Devli College

Education

Govt. P.G. College

Deoli, NH-12 Near Govt.

Hospital Deoli-304804

16 Mbps M/s Bharti

Airtel Ltd

45 Jhalawar Jhalawar College

Education

Govt. College (Boys),

Jhalawar 16 Mbps

M/s Bharti

Airtel Ltd

46 Dungarpur Dungarpur College

Education

Shree Bhogilal Pandya

(SBP) Govt. College,

Dungarpur

16 Mbps M/s Bharti

Airtel Ltd

47 Karauli Karauli College

Education Govt. College, Karauli 16 Mbps

M/s Bharti

Airtel Ltd

48 Nagaur Nagaur College

Education

Sri Baldev Ram Mirdha

Govt. College, Nagur 16 Mbps

M/s Bharti

Airtel Ltd

49 Pratapgarh Pratapgarh College

Education

Govt. PG College,

Pratapgarh 16 Mbps

M/s Bharti

Airtel Ltd

50 Sawai

Madhopur

Sawai

Madhopur

College

Education

Shaheed Captain

Ripudaman Sing Govt.

college, SawaiMadhopur

16 Mbps M/s Bharti

Airtel Ltd

51 Sirohi Sirohi College

Education Govt. college, Sirohi 16 Mbps

M/s Bharti

Airtel Ltd

52 Banswara Banswara College

Education

Shri Govind Guru Govt.

College, Banswara 4 Mbps

M/s Bharti

Airtel Ltd

53 Bhilwara Bhilwara College

Education

M.L.V. Govt. College,

Bhilwara 16 Mbps

M/s Bharti

Airtel Ltd

54 Jaisalmer Jaisalmer College

Education

SBK Govt Pg College

Jaisalmer 16 Mbps

M/s Bharti

Airtel Ltd

55 Pali Pali College

Education

Bangur Govt College

Pali 16 Mbps

M/s Bharti

Airtel Ltd

56 Rajsamand Rajsamand Tech.

Education

Govt. Polytechnic

College RajSamand 16 Mbps

M/s

Vodafone

Idea Ltd

57 Kota Kota College

Education

Govt. Girls Commerce

College Kota, Near

Antagarh Circle, Station

Road Kota

16 Mbps M/s Bharti

Airtel Ltd

58 Jalore Jalore College

Education

Shri Rajendra Suri

Kundan Jain Rajkiya

Mahila Mahavidhyalaya

Jalore Ahore Road -

343001

16 Mbps

M/s

Vodafone

Idea Ltd

59 Jodhpur Balesar College

Education

Govt. College Balesar

Govt. Senior Secondary

School Campus Balesar

Satta Balesar Jodhpur

342023

16 Mbps

M/s

Vodafone

Idea Ltd

Page 150: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 151 of 198

60 Banswara Banswara College

Education

Haridev Joshi Rajkiya

Kanya Mahavidhyalaya

Banswara Near Old Bus

Stand. Banswara.

Rajasthan 327001

16 Mbps

M/s

Vodafone

Idea Ltd

61 Barmer Baytu College

Education

Govt. College Baytu

Chawa road purana gaon

Baytu BarmerRajasthan

344034

16 Mbps

M/s

Vodafone

Idea Ltd

62 Sikar Sikar College

Education

Govt. Science College

Sikar SabalpuraNH-

52(Bikaner Road) Sikar

(Raj.) SabalpuraNH-

52(Bikaner Road) Sikar

(Raj.) 332001

16 Mbps

M/s

Vodafone

Idea Ltd

63 Sirohi Sirohi College

Education

Govt. Girls College Near

Doordarshan Relay

Centre Near Doordarshan

Relay Centre 332001

16 Mbps

M/s

Vodafone

Idea Ltd

64 Sirohi Sirohi College

Education

Goverment Law College

Sirohi Palace RoadSirohi

(Rajasthan ) PIN -

307001 Palace

RoadSirohi (Rajasthan )

PIN - 307001 307026

16 Mbps

M/s

Vodafone

Idea Ltd

65 Alwar Tijara College

Education

Govt. College, Tijara,

Raja Ka Bagh, Delhi-

Alwar By-Pass

Road,Near Tijara Toll

Plaza(Alwar) pin 301411

16 Mbps

M/s

Vodafone

Idea Ltd

66 Sri

Ganganagar

Sri

Ganganagar

College

Education

BRG Govt. gorls college

Ganaganagar Bhagat

Singh Chowk Sriganagar

Bhagat Singh Chowk

Sriganagar 335001

16 Mbps

M/s

Vodafone

Idea Ltd

67 Jaipur Chomu College

Education

Govt. Girls College

Chomu Behind Power

House Moriza Road

Chomu Behind Power

House Moriza Road

Chomu 302001

16 Mbps

M/s

Vodafone

Idea Ltd

68 Karauli Karauli College

Education

Govt.Girls College

Karauli.Rajasthan Near

P.G.College Near

P.G.College 302012

16 Mbps

M/s

Vodafone

Idea Ltd

69 Jaipur Shahapura

(Jaipur)

College

Education

Baba Gangadas Govt.

Girls College Shahpura

Jaipur GANGA

MARKET SHAHPURA

(JAIPUR) 303103

16 Mbps

M/s

Vodafone

Idea Ltd

70 Barmer Gudamalani College

Education

Govt College

Gudamalani Dist-Barmer

Pin 344031

16 Mbps

M/s

Vodafone

Idea Ltd

Page 151: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 152 of 198

71 Jaisalmer Jaisalmer College

Education

Shri Mishri lal Sanwal

Govt. PG Girls College

Jaisalmer Dedansar Road

Near CMHO Office

345021

16 Mbps

M/s

Vodafone

Idea Ltd

72 Chittorgarh Kapasan College

Education

Govt College Kapasan

Govt College Kapasan.

Riico Industrial Area.

Kapasan. Distt.

chittorgarh (Raj.) 312202

16 Mbps

M/s

Vodafone

Idea Ltd

73 Udaipur sarada College

Education

Govt. College. Sarada

(Udaipur) Near AVNL

Office. Main Road.

SARADA.PIN CODE-

313902. Udaipur

16 Mbps

M/s

Vodafone

Idea Ltd

74 Alwar Alwar College

Education

Gauri Devi Govt.

College for Women

Opposite Jaykrishna

Club Vinay Marg Alwar

PIN CODE-301001

16 Mbps

M/s

Vodafone

Idea Ltd

75 Bikaner Lunkaransar College

Education

Govt. College

Lunkaransar N.H. 15

Lunkaransar 334603

N.H. 15 Lunkaransar

334603 334001

16 Mbps

M/s

Vodafone

Idea Ltd

76 Jhunjhunu Jhunjhunu College

Education

Seth N. M.T. Govt. Girls

College Jhunjhunu Bagar

Road Jhunhjhunu (Raj.)

Bagar Road Jhunhjhunu

(Raj.) 333001

16 Mbps

M/s

Vodafone

Idea Ltd

77 Tonk Newai College

Education

Govt College Newai

Near Goshalla Bypass

Newai

16 Mbps

M/s

Vodafone

Idea Ltd

78 Bhilwara Bhilwara College

Education

Govt.PG.Law College

Bhilwara Kota Road

Behind Kendriya

Vidhalya Maruti Nagar

Suwana Bhilwara Pin

Code-311001

16 Mbps

M/s

Vodafone

Idea Ltd

79 Nagaur Nagaur College

Education

Govt. Law College

Nagaur Ajmer - Jodhpur

NH Link Road Nagaur

Pin Code -341001 Ajmer

- Jodhpur NH Link Road

Nagaur Pin Code -

341001

16 Mbps

M/s

Vodafone

Idea Ltd

80 Nagaur Nagaur College

Education

Madi Bai Mirdha Govt

Girls' College Nagaur

Water Works Choraha

Nagaur Water Works

Choraha Nagaur 341001

16 Mbps

M/s

Vodafone

Idea Ltd

Page 152: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 153 of 198

81 Jaipur Kotputli College

Education

Shrimati Panadevi

Morijawala Rajkiya

Kanya Mahavidyalaya

Kotputli Dabla Road

Main Chauraha N.H. 08

Kotputli Pin No. 303108

16 Mbps

M/s

Vodafone

Idea Ltd

82 Bikaner Bikaner College

Education

Govt. Law P.G. College

Bikaner Opposite PHED

Office Sector-IV J.N.V.

Colony Bikaner - 334001

16 Mbps

M/s

Vodafone

Idea Ltd

83 Sri

Ganganagar

Sri

Ganganagar

College

Education

Govt. Girls College

Sadul

Shahar(sriganganagar)

NEAR BUS STAND

NEAR BUS STAND

335001

16 Mbps

M/s

Vodafone

Idea Ltd

84 Ajmer Sarwar College

Education

Govt. Girls College,

Sarwar, Sameliya Road,

305001

16 Mbps

M/s

Vodafone

Idea Ltd

85 Pali Sojat City College

Education

Govt. College Sojat City

(Dist- Pali) Near

Marudhar Kesari

N.H.165 Sojat City Dist

Pali (Rajasthan)-306104

16 Mbps

M/s

Vodafone

Idea Ltd

86 Churu Taranagar College

Education

M.J.D. Govt. College

Taranagar 331001 16 Mbps

M/s

Vodafone

Idea Ltd

87 Churu Ratangarh College

Education

S.K.D.L Govt. Girls

College Ratangarh

(Churu) Near Gausala

Churu Road Ratangarh

Near Gausala Churu

Road Ratangarh 331001

16 Mbps

M/s

Vodafone

Idea Ltd

88 Banswara Bagidora Tech.

Education

Principal, Govt.

Polytechnic College,

Bagidora

4 Mbps

M/s

Vodafone

Idea Ltd

89 Dungarpur Dungarpur Tech.

Education

Principal, Govt.

Polytechnic College,

Dungarpur

16 Mbps

M/s

Vodafone

Idea Ltd

90 Tonk Tonk Tech.

Education

Principal, Govt.

Polytechnic College,

Tonk

4 Mbps

M/s

Vodafone

Idea Ltd

91 Alwar Alwar Tech.

Education

Principal, Govt.

Polytechnic College,

Alwar

16 Mbps

M/s

Vodafone

Idea Ltd

92 Churu Churu Tech.

Education

Principal, Govt.

Polytechnic College,

Churu

16 Mbps

M/s

Vodafone

Idea Ltd

93 Dausa Dausa Tech.

Education

Principal, Govt.

Polytechnic College,

Dausa

16 Mbps

M/s

Vodafone

Idea Ltd

94 Jaisalmer Jaisalmer Tech.

Education

Principal, Govt.

Polytechnic College,

Jaisalmer

16 Mbps

M/s

Vodafone

Idea Ltd

Page 153: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 154 of 198

95 Alwar Neemrana Tech.

Education

Principal, Govt.

Polytechnic College,

Neemrana

16 Mbps

M/s

Vodafone

Idea Ltd

96 Sikar Sikar Tech.

Education

Principal, Govt.

Polytechnic College,

Sikar

16 Mbps

M/s

Vodafone

Idea Ltd

97 Ajmer Ajmer Tech.

Education

Principal, Govt.

Polytechnic College,

Ajmer

4 Mbps

M/s

Vodafone

Idea Ltd

98 Bharatpur Bharatpur Tech.

Education

Principal, Govt.

Polytechnic College,

Bharatpur

4 Mbps

M/s

Vodafone

Idea Ltd

99 Bundi Bundi Tech.

Education

Principal, Govt.

Polytechnic College,

Bundi

4 Mbps

M/s

Vodafone

Idea Ltd

100 Jhalawar Jhalawar Tech.

Education

Principal, Govt.

Polytechnic College,

Jhalawar

16 Mbps

M/s

Vodafone

Idea Ltd

101 Bharatpur Bharatpur Tech.

Education

Principal Govt. Women

Polytechnic College,

Bharatpur

16 Mbps

M/s

Vodafone

Idea Ltd

102 Jaipur Jaipur Tech.

Education

Principal Govt. Women

Polytechnic College,

Jaipur

4 Mbps

M/s

Vodafone

Idea Ltd

103 Jaipur Sanganer Tech.

Education

Principal Govt. Women

Polytechnic College,

Sanganer

4 Mbps

M/s

Vodafone

Idea Ltd

104 Udaipur Udaipur Tech.

Education

Principal Govt. Women

Polytechnic College,

Udaipur

16 Mbps

M/s

Vodafone

Idea Ltd

105 Jhalawar Jhalawar PTS PTS Jhalawar 8 Mbps M/s Bharti

Airtel Ltd

106 Bharatpur Kaman Police

location

PS Gopal Garh, Kama,

Bharatpur 4 Mbps

M/s

Vodafone

Idea Ltd

107 Bharatpur Kaman Police

location

PS Kaithwara, Kama,

Bharatpur 4 Mbps

M/s

Vodafone

Idea Ltd

108 Bharatpur Kaman Police

location

PS Kama, Kama,

Bharatpur 4 Mbps

M/s

Vodafone

Idea Ltd

109 Bharatpur Deeg Police

location

PS Sikri, Deeg,

Bharatpur 4 Mbps

M/s

Vodafone

Idea Ltd

110 Bundi Hindoli Police

location

PS Dablana, Hindoli,

Bundi 4 Mbps

M/s

Vodafone

Idea Ltd

111 Banswara Ghatol Police

location

PS Bhungra, Ghatol,

Banswara 4 Mbps

M/s

Vodafone

Idea Ltd

112 Bundi Namana Police

location

PS Namana, Bundi,

Bundi 4 Mbps

M/s

Vodafone

Idea Ltd

113 Bundi Bundi Police

location Dy SP SC/ST Cell Bundi 4 Mbps

M/s

Vodafone

Idea Ltd

Page 154: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 155 of 198

114 Bundi Bundi Police

location

Incharge Police Control

Room Bundi 4 Mbps

M/s

Vodafone

Idea Ltd

115 Chittorgarh Manglawar

Badisadri

Police

location

PS Mangalwar,

Badisadri, Chittorgarh 4 Mbps

M/s

Vodafone

Idea Ltd

116 Chittorgarh Neembahera Police

location

PS Nimbhera Sadar,

Nimbahera, Chittorgarh 4 Mbps

M/s

Vodafone

Idea Ltd

117 Chittorgarh Bhadesar Police

location

PS Shambhupura,

Bhadesar, Chittorgarh 4 Mbps

M/s

Vodafone

Idea Ltd

118 Chittorgarh Kapasan Police

location

Dy SP Kapasan,

Chittorgarh 4 Mbps

M/s

Vodafone

Idea Ltd

119 Dholpur Mania Dholpur Police

location Dy SP Mania, Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

120 Dungarpur Varda Sagwara Police

location

PS Varda, Sagwara,

Dungarpur 4 Mbps

M/s

Vodafone

Idea Ltd

121 Dungarpur Dungarpur Police

location

Dy SP Dungarpur,

Dungarpur 4 Mbps

M/s

Vodafone

Idea Ltd

122 Jhalawar Jhalawar Police

location

PS Mahila Thana,

Jhalawar, Jhalawar 4 Mbps

M/s

Vodafone

Idea Ltd

123 Karauli Karauli Police

location

PS Mahila Thana,

Karauli, Karauli 4 Mbps

M/s

Vodafone

Idea Ltd

124 Karauli Mansalpur Police

location PS Mansalpur, Karauli. 4 Mbps

M/s

Vodafone

Idea Ltd

125 Karauli Karauli Police

location

Dy SP SC/ST Cell

Karauli 4 Mbps

M/s

Vodafone

Idea Ltd

126 Karauli Karauli Police

location

Incharge Police Control

Room Karauli 4 Mbps

M/s

Vodafone

Idea Ltd

127 Kota Anatpura Police

location

PS Anatpura, Kota

Fourth, Kota 4 Mbps

M/s

Vodafone

Idea Ltd

128 Kota Kota Police

location

Dy SP Kota Rural, Kota

Rural 4 Mbps

M/s

Vodafone

Idea Ltd

129 Kota Kota Police

location

Dy SP Kota Second,

Kota 4 Mbps

M/s

Vodafone

Idea Ltd

130 Kota Kota Police

location

Incharge Police Control

Room Kota Rural 4 Mbps

M/s

Vodafone

Idea Ltd

131 Sawai

Madhopur

Rawanjana

Dungar

Police

location

PS Rawanjana Dungar,

Sawai Madhopur 4 Mbps

M/s

Vodafone

Idea Ltd

132 Sawai

Madhopur

Wazirpur

Gangapur City

Police

location

PS Wazirpur, Gangapur

City, SawaiMadhopur 4 Mbps

M/s

Vodafone

Idea Ltd

Page 155: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 156 of 198

133 Sawai

Madhopur Gangapur City

Police

location

Addl SP GangaPur City

SawaiMadhopur 4 Mbps

M/s

Vodafone

Idea Ltd

134 Tonk Pachevar

Malpura

Police

location

PS Pachevar, Malpura,

Tonk 4 Mbps

M/s

Vodafone

Idea Ltd

135 Tonk Uniyara Police

location PS Sop, Uniara, Tonk 4 Mbps

M/s

Vodafone

Idea Ltd

136 Churu Ratangarh Police

location

PS Ratangarh, Bikaner,

GRP Jodhpur 4 Mbps

M/s

Vodafone

Idea Ltd

137 Churu Sadulpur Police

location

PS Sadulpur, Bikaner,

GRP Jodhpur 4 Mbps

M/s

Vodafone

Idea Ltd

138 Sikar Balara

Laxmangarh

Police

location

PS Balara, Laxman Garh,

Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

139 Sikar Neem Ka

thana

Police

location

PS Sadar, Neem ka

Thana, Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

140 Sikar Laxmangarh Police

location

Dy SP Laxman Garh,

Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

141 Sikar Sikar Police

location Dy SP Sikar City, Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

142 Sikar Sikar Police

location Dy SP Sikar Rural, Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

143 Sikar Neem ka thana Police

location

Addl SP Neem ka Thana

Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

144 Churu SardarSahar Police

location Dy sp Sardarsahar Churu 4 Mbps

M/s

Vodafone

Idea Ltd

145 Baran Harnawada

Chabra

Police

location

PS Harnawada, Chabra,

Baran 4 Mbps

M/s

Vodafone

Idea Ltd

146 Bharatpur Bharatpur Police

location

Commandant PTS

Bharatpur 4 Mbps

M/s

Vodafone

Idea Ltd

147 Dausa Bandikui Police

location

PS Bandikui, Bandikui,

Dausa 4 Mbps

M/s

Vodafone

Idea Ltd

148 Dausa Lalsoth Police

location PS Lavan, Lalsot, Dausa 4 Mbps

M/s

Vodafone

Idea Ltd

149 Dholpur Dholpur Rural Police

location

Dy SP Rural Dholpur

Rural, Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

150 Jhalawar MaNOhar

Thanah

Police

location

PS Jawar, MaNOhar

Thana, Jhalawar 4 Mbps

M/s

Vodafone

Idea Ltd

151 Jhalawar MaNOhar

Thanah

Police

location

PS Kamkheda, MaNOhar

Thana, Jhalawar 4 Mbps

M/s

Vodafone

Idea Ltd

Page 156: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 157 of 198

152 Jhalawar MaNOhar

Thanah

Police

location

Dy SP Manohar Thana,

Jhalawar 4 Mbps

M/s

Vodafone

Idea Ltd

153 Kota Sangod Police

location

PS Bapawar, Sangod,

Kota Rural 4 Mbps

M/s

Vodafone

Idea Ltd

154 Sawai

Madhopur Soorwal

Police

location

PS Soorwal, Sawai

Madhopur,

SawaiMadhopur

4 Mbps

M/s

Vodafone

Idea Ltd

155 Sawai

Madhopur Madhopur

Police

location

Dy SP Sawai Madhopur,

SawaiMadhopur 4 Mbps

M/s

Vodafone

Idea Ltd

156 Jhunjhunu Jhunjhunu Police

location

Dy SP SC/ST Cell

Jhunjhunu 4 Mbps

M/s

Vodafone

Idea Ltd

157 Jodhpur Osia Police

location

PS Bhojasar, Osian,

Jodhpur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

158 Jodhpur Phalodi Police

location

PS Jamba, Phalodi,

Jodhpur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

159 Jodhpur Jodhpur Rural Police

location

PS Mahila Thana,

Jodhpur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

160 Jodhpur Boranada Police

location

PS Boranada, Boranada,

Jodhpur West 4 Mbps

M/s

Vodafone

Idea Ltd

161 Nagaur Merta City Police

location

PS Merta City, Merta

City, Nagaur 4 Mbps

M/s

Vodafone

Idea Ltd

162 Nagaur Jayal Police

location

PS Surpaliya, Jayal,

Nagaur 4 Mbps

M/s

Vodafone

Idea Ltd

163 Ajmer Borada Police

location

PS Borada, Kishangarh ,

Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

164 Ajmer Beawar Police

location

PS Sadar Beawar,

Beawar, Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

165 Ajmer Nasirabad Police

location Dy SP Nasirabad, Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

166 Ajmer Kekri Police

location Addl SP Kekri Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

167 Dausa Lalsoth Police

location Dy SP Lalsot, Dausa 4 Mbps

M/s

Vodafone

Idea Ltd

168 Bhilwara Shahapura

(Bhilwara)

Police

location

Addl SP Shahpura

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

169 Bhilwara Mangrop Police

location

PS Mangrop, Sadar,

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

170 Bhilwara Shahapura

(Bhilwara)

Police

location

PS Paroli, Shahpura,

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

Page 157: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 158 of 198

171 Bhilwara Sadar Police

location PS Pur, Sadar, Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

172 Bhilwara Gulabpurah Police

location

PS Rayla, Gulabpura,

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

173 Bhilwara Sadar Police

location

PS Sadar, Sadar,

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

174 Bhilwara Asind Police

location Dy SP Asind, Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

175 Bhilwara Gulabpura Police

location

Dy SP Gulabpura,

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

176 Bhilwara Mandalgarh Police

location

Dy SP Mandalgarh,

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

177 Alwar Bahror Police

location

PS Harsora, Bahror,

Alwar 4 Mbps

M/s

Vodafone

Idea Ltd

178 Alwar Alwar North Police

location

PS NEB, City North,

Alwar 4 Mbps

M/s

Vodafone

Idea Ltd

179 Alwar Kishangarh

Bas

Police

location

PS Tatarpur, Kishangarh

Bas, Alwar 4 Mbps

M/s

Vodafone

Idea Ltd

180 Banswara Ghatol Police

location

PS Loharia, Ghatol,

Banswara 4 Mbps

M/s

Vodafone

Idea Ltd

181 Banswara Banswara Police

location

Dy SP Banswara,

Banswara 4 Mbps

M/s

Vodafone

Idea Ltd

182 Bikaner Dungargarh Police

location

Dy SP Shri Dungargarh,

Bikaner 4 Mbps

M/s

Vodafone

Idea Ltd

183 Bikaner Bikaner Police

location

Dy SP Traffic Circle,

Bikaner 4 Mbps

M/s

Vodafone

Idea Ltd

184 Jhunjhunu Jhunjhunu Police

location

PS Mahila Thana,

Jhunjhunu, Jhunjhunu 4 Mbps

M/s

Vodafone

Idea Ltd

185 Nagaur Bhawanda Police

location PS Bhawanda, Nagaur. 4 Mbps

M/s

Vodafone

Idea Ltd

186 Pratapgarh Dhariyawad Police

location

PS Devgarh,

Dhariyawad, Pratapgarh 4 Mbps

M/s

Vodafone

Idea Ltd

187 Pratapgarh Hathuniya Police

location

PS Hathuniya,

Pratapgarh, Pratapgarh 4 Mbps

M/s

Vodafone

Idea Ltd

188 Pratapgarh Choti Sadri Police

location

PS Rathanjana, Choti

Sadri, Pratapgarh 4 Mbps

M/s

Vodafone

Idea Ltd

189 Pratapgarh Dhariyawad Police

location

Dy SP Dhariyawad,

Pratapgarh 4 Mbps

M/s

Vodafone

Idea Ltd

Page 158: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 159 of 198

190 Pratapgarh Pipalkhunt Police

location

Dy SP Pipalkhunt,

Pratapgarh 4 Mbps

M/s

Vodafone

Idea Ltd

191 Bikaner Lunkaransar Police

location

PS Kalu, Loonkarnsar,

Bikaner 4 Mbps

M/s

Vodafone

Idea Ltd

192 Bikaner Bikaner Police

location

Dy SP Bikaner, GRP

Jodhpur 4 Mbps

M/s

Vodafone

Idea Ltd

193 Jodhpur Mandor Police

location

PS Karwad, Mandor,

Jodhpur East 4 Mbps

M/s

Vodafone

Idea Ltd

194 Jodhpur Balesar Police

location

Dy SP Balesar, Jodhpur

Rural 4 Mbps

M/s

Vodafone

Idea Ltd

195 Jodhpur Jodhpur Police

location

Dy SP Jodhpur, GRP

Jodhpur 4 Mbps

M/s

Vodafone

Idea Ltd

196 Jodhpur Jodhpur Police

location

Dy SP SC/ST Jodhpur

Commissionerate 4 Mbps

M/s

Vodafone

Idea Ltd

197 Udaipur Salumbar Police

location

PS Jhalara, Salumber,

Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

198 Udaipur Girva Police

location PS Saira, Girva, Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

199 Udaipur Girva Police

location PS Tidi, Girva, Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

200 Udaipur Udaipur Police

location

PS Tourist, City West,

Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

201 Udaipur Jhadol Police

location

PS Ugna, Jhadol,

Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

202 Udaipur Girva Police

location Dy SP Girva, Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

203 Udaipur Jhadol Police

location Dy SP Jhadol, Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

204 Pali Marwar Police

location

PS Marwar, Ajmer, GRP

Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

205 Pali Sojat City Police

location

PS Marvad Junction,

Sojat City, Pali 4 Mbps

M/s

Vodafone

Idea Ltd

206 Pali Sumerpur Police

location Dy SP Sumerpur, Pali 4 Mbps

M/s

Vodafone

Idea Ltd

207 Jalore Jalore Police

location Dy SP Jalore, Jalore 4 Mbps

M/s

Vodafone

Idea Ltd

208 Jalore Raniwara Police

location Dy SP Raniwara, Jalore 4 Mbps

M/s

Vodafone

Idea Ltd

Page 159: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 160 of 198

209 Nagaur Degana Police

location

PS Thanwala, Degana,

Nagaur 4 Mbps

M/s

Vodafone

Idea Ltd

210 Jhunjhunu Buhana Police

location

Dy SP Buhana,

Jhunjhunu 4 Mbps

M/s

Vodafone

Idea Ltd

211 Chittorgarh Gangrar Police

location

PS Bassi, Gangrar,

Chittorgarh 4 Mbps

M/s

Vodafone

Idea Ltd

212 Dholpur Dholpur Police

location

PS Kanchanpur, Dholpur

Rural, Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

213 Dholpur Sirmathura Police

location

PS Sir Mathura, Sir

Mathura, Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

214 Jaisalmer Pokhran Police

location

PS Ramdevra, Pokaran,

Jaisalmer 4 Mbps

M/s

Vodafone

Idea Ltd

215 Sri

Ganganagar

Sri

Ganganagar

Police

location

Dy SP Sri Ganganagar,

Sri Ganganagar 4 Mbps

M/s

Vodafone

Idea Ltd

216 Barmer Barmer Police

location

PS Gidan, Barmer,

Barmer 4 Mbps

M/s

Vodafone

Idea Ltd

217 Barmer Balotra Police

location Dy SP Balotra, Barmer 4 Mbps

M/s

Vodafone

Idea Ltd

218 Barmer Balotra Police

location Addl SP Balotra Barmer 4 Mbps

M/s

Vodafone

Idea Ltd

219 Barmer Barmer Police

location

Dy SP SC/ST Cell

Barmer 4 Mbps

M/s

Vodafone

Idea Ltd

220 Hanumangarh Nohar Police

location

PS Gogamedi, Nohar,

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

221 Hanumangarh Hanumangarh Police

location

Dy SP Hanumangarh,

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

222 Jhunjhunu Chirawa Police

location

PS Mandrela, Chirawa,

Jhunjhunu 4 Mbps

M/s

Vodafone

Idea Ltd

223 Pratapgarh Pipalkhunt Police

location

PS Ghantali, Pipalkhunt,

Pratapgarh 4 Mbps

M/s

Vodafone

Idea Ltd

224 Jodhpur Mandor Police

location

PS Banar, Mandor,

Jodhpur East 4 Mbps

M/s

Vodafone

Idea Ltd

225 Jodhpur Bilara Police

location

PS Bhopalgarh, Bilara,

Jodhpur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

226 Jodhpur Bilara Police

location

PS Borunda, Bilara,

Jodhpur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

227 Jaisalmer Pokhran Police

location

PS Lathi, Pokaran,

Jaisalmer 4 Mbps

M/s

Vodafone

Idea Ltd

Page 160: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 161 of 198

228 Jaisalmer Jaisalmer Police

location

PS Mahila Thana,

Jaisalmer. 4 Mbps

M/s

Vodafone

Idea Ltd

229 Jaisalmer Jaisalmer Police

location

Incharge Police Control

Room Jaisalmer 4 Mbps

M/s

Vodafone

Idea Ltd

230 Jaisalmer Jaisalmer Police

location Incharge DTC Jaisalmer 4 Mbps

M/s

Vodafone

Idea Ltd

231 Jaipur Jaipur North Police

location

PS Tourist, Manak

Chowk, Jaipur North 4 Mbps

M/s

Vodafone

Idea Ltd

232 Jaipur Amer Police

location

A C P Amer, Jaipur

North 4 Mbps

M/s

Vodafone

Idea Ltd

233 Jaipur Manak Chowk Police

location

A C P Manak Chowk,

Jaipur North 4 Mbps

M/s

Vodafone

Idea Ltd

234 Jaipur Jaipur Rural Police

location

Incharge Police Control

Room Jaipur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

235 Jaipur Jaipur West Police

location

Incharge DTC Jaipur

west 4 Mbps

M/s

Vodafone

Idea Ltd

236 Jaipur Vaishali Nagar Police

location

A C P Vaishali Nagar

,Jaipur West 4 Mbps

M/s

Vodafone

Idea Ltd

237 Jaipur Kotputli Police

location

PS Paniyala, Kotputli

,Jaipur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

238 Jaipur Kotputli Police

location

PS Pragpura, Kotputli

,Jaipur Rural 4 Mbps

M/s

Vodafone

Idea Ltd

239 Jaipur Vaishali Nagar Police

location

PS Sez ,Vaishali Nagar

,Jaipur West 4 Mbps

M/s

Vodafone

Idea Ltd

240 Bikaner Bikaner Police

location

Commandant PTS

Bikaner 4 Mbps

M/s

Vodafone

Idea Ltd

241 Hanumangarh Sangriya Police

location

PS Talwara, Sangriya,

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

242 Jodhpur Pratap Nagar Police

location

PS Rajiv Gandhi Nagar,

Pratap Nagar, Jodhpur

West

4 Mbps

M/s

Vodafone

Idea Ltd

243 Sri

Ganganagar Raisinghnagar

Police

location

PS Sameja Kothi,

Raisinghnagar, Sri

Ganganagar

4 Mbps

M/s

Vodafone

Idea Ltd

244 Sri

Ganganagar

Sri

Ganganagar

Police

location

Incharge DTC Sri

ganganagar 4 Mbps

M/s

Vodafone

Idea Ltd

245 Hanumangarh Hanumangarh Police

location

Dy SP SC/ST Cell

Hanumangarh,

Hanumangarh

4 Mbps

M/s

Vodafone

Idea Ltd

246 Hanumangarh Hanumangarh Police

location

Incharge DTC

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

Page 161: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 162 of 198

247 Dholpur Sirmathura Police

location

PS Nadanpur, Sir

Mathura, Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

248 Dholpur Sirmathura Police

location

Dy SP Sir Mathura,

Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

249 Dungarpur Dungarpur Police

location

PS Mahila Thana,

Dungarpur 4 Mbps

M/s

Vodafone

Idea Ltd

250 Jaipur Jaipur Police

location PS Metro 4 Mbps

M/s

Vodafone

Idea Ltd

251 Jaipur Jaipur Police

location

A C P Kotwali, Jaipur

North 4 Mbps

M/s

Vodafone

Idea Ltd

252 Jaipur Jaipur Police

location

Incharge DTC Jaipur

south 4 Mbps

M/s

Vodafone

Idea Ltd

253 Jaipur Jaipur Police

location

A C P Chaksu, Jaipur

South 4 Mbps

M/s

Vodafone

Idea Ltd

254 Alwar Chaupanki Police

location

Police Station

Chaupanki, Bhiwadi,

Alwar

4 Mbps M/s Bharti

Airtel Ltd

255 Alwar Bhiwadi Police

location

Police Station

Khuskhera, Bhiwadi,

Alwar

4 Mbps M/s Bharti

Airtel Ltd

256 Banswara Atthuna Police

location

Police Station Atthuna,

Banswara, Banswara 4 Mbps

M/s Bharti

Airtel Ltd

257 Banswara Khamera Police

location

Police Station Khamera,

Ghatol, Banswara 4 Mbps

M/s Bharti

Airtel Ltd

258 Banswara Patan Police

location

Police Station Patan,

Kushalgarh, Banswara 4 Mbps

M/s Bharti

Airtel Ltd

259 Banswara Sallopat Police

location

Police Station Sallopat,

Bagidora, Banswara 4 Mbps

M/s Bharti

Airtel Ltd

260 Baran Chabrah Police

location

Police Station

Bapcha(Jaipla), Chabra,

Baran

4 Mbps M/s Bharti

Airtel Ltd

261 Baran Mothpur Police

location

Police Station Mothpur,

Atru, Baran 4 Mbps

M/s Bharti

Airtel Ltd

262 Barmer Barmer Rural Police

location

Police Station Barmer

Rural, Barmer. 4 Mbps

M/s Bharti

Airtel Ltd

263 Barmer Binjrad Police

location

Police Station Binjrad,

Chohatan, Barmer 4 Mbps

M/s Bharti

Airtel Ltd

264 Barmer Girab Police

location

Police Station Girab,

Barmer, Barmer 4 Mbps

M/s Bharti

Airtel Ltd

265 Barmer Barmer Police

location

Police Station Mahila

Thana, Barmer 4 Mbps

M/s Bharti

Airtel Ltd

266 Barmer Mandli Police

location

Police Station Mandli,

Balotra, Barmer 4 Mbps

M/s Bharti

Airtel Ltd

267 Barmer Sedwa Police

location

Police Station Sedwa,

Gudamalani, Barmer 4 Mbps

M/s Bharti

Airtel Ltd

Page 162: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 163 of 198

268 Bikaner Dantoor Police

location

Police Station Dantoor,

Khajuwala, Bikaner 4 Mbps

M/s Bharti

Airtel Ltd

269 Bikaner Mahajan Police

location

Police Station Mahajan,

Loonkarnsar, Bikaner 4 Mbps

M/s Bharti

Airtel Ltd

270 Bikaner Naal Police

location

Police Station Naal,

Sadar, Bikaner 4 Mbps

M/s Bharti

Airtel Ltd

271 Bundi Dabi Police

location

Police Station Dabi,

Bundi, Bundi 4 Mbps

M/s Bharti

Airtel Ltd

272 Bundi Gendoli Police

location

Police Station Gendoli,

Lakheri, Bundi 4 Mbps

M/s Bharti

Airtel Ltd

273 Bundi Karvar Police

location

Police Station Karvar,

Nainwa, Bundi 4 Mbps

M/s Bharti

Airtel Ltd

274 Chittorgarh Parsoli Police

location

Police Station Parsoli,

Begun, Chittorgarh 4 Mbps

M/s Bharti

Airtel Ltd

275 Churu Bidasar Police

location

Police Station Bidasar,

Sujangarh, Churu 4 Mbps

M/s Bharti

Airtel Ltd

276 Churu Sandwa Police

location

Police Station Sandwa,

Sujangarh, Churu 4 Mbps

M/s Bharti

Airtel Ltd

277 Dausa Kolwa Police

location

Police Station Kolwa,

Bandikui, Dausa 4 Mbps

M/s Bharti

Airtel Ltd

278 Dausa Lalsoth Police

location

Police Station

Ramgarhpachwara,

Lalsot, Dausa

4 Mbps M/s Bharti

Airtel Ltd

279 Dausa Salempur Police

location

Police Station Salempur,

Mahuwa, Dausa 4 Mbps

M/s Bharti

Airtel Ltd

280 Dholpur Bari Police

location

Police Station Basai

Dang, Bari, Dholpur 4 Mbps

M/s Bharti

Airtel Ltd

281 Dholpur Dihauli Police

location

Police Station Dihauli,

Mania, Dholpur 4 Mbps

M/s Bharti

Airtel Ltd

282 Dholpur Dholpur Rural Police

location

Police Station Kaulari,

Dholpur Rural, Dholpur 4 Mbps

M/s Bharti

Airtel Ltd

283 Dungarpur Bichhiwara Police

location

Police Station

Bichhiwara, Dungarpur. 4 Mbps

M/s Bharti

Airtel Ltd

284 Dungarpur Chitari Police

location

Police Station Chitari,

Sagwara, Dungarpur 4 Mbps

M/s Bharti

Airtel Ltd

285 Dungarpur Dhambola Police

location

Police Station Dhambola,

Dungarpur. 4 Mbps

M/s Bharti

Airtel Ltd

286 Dungarpur Dowara Police

location

Police Station Dowara,

Dungarpur. 4 Mbps

M/s Bharti

Airtel Ltd

287 Dungarpur Kunwa Police

location

Police Station Kunwa,

Sagwara, Dungarpur 4 Mbps

M/s Bharti

Airtel Ltd

288 Dungarpur Nithauva Police

location

Police Station Nithauva,

Sagwara, Dungarpur 4 Mbps

M/s Bharti

Airtel Ltd

289 Dungarpur Ramsagda Police

location

Police Station Ramsagda,

Dungarpur. 4 Mbps

M/s Bharti

Airtel Ltd

290 Jaipur Jaipur Police

location

Police Station Jaipur,

Jaipur, GRP Ajmer 4 Mbps

M/s Bharti

Airtel Ltd

Page 163: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 164 of 198

291 Hanumangarh Hanumangarh Police

location

Police Station Mahila

Thana, Hanumangarh,

Hanumangarh

4 Mbps M/s Bharti

Airtel Ltd

292 Jodhpur Mandor Police

location

Police Station

Dangiyawas, Mandor,

Jodhpur East

4 Mbps M/s Bharti

Airtel Ltd

293 Jaipur Shahapura

(Jaipur)

Police

location

Police Station Amarsar,

Shahpura, Jaipur Rural 4 Mbps

M/s Bharti

Airtel Ltd

294 Jaipur Jaipur Police

location

Police Station Mahila

Thana, SC/ST Cell,

Jaipur Rural

4 Mbps M/s Bharti

Airtel Ltd

295 Jaipur Bassi Police

location

Police Station Toonga,

Bassi, Jaipur East 4 Mbps

M/s Bharti

Airtel Ltd

296 Jalore Sanchor Police

location

Police Station Sarwana,

Sanchor, Jalore 4 Mbps

M/s Bharti

Airtel Ltd

297 Jhalawar Aklera Police

location

Police Station Aklera,

Aklera, Jhalawar 4 Mbps

M/s Bharti

Airtel Ltd

298 Jhalawar Dangipura Police

location

Police Station

Dangipura, MaNOhar

Thana, Jhalawar

4 Mbps M/s Bharti

Airtel Ltd

299 Jodhpur Phalodi Police

location

Police Station Chakhu,

Phalodi, Jodhpur Rural 4 Mbps

M/s Bharti

Airtel Ltd

300 Jodhpur Matoda Police

location

Police Station Matoda,

Osian, Jodhpur Rural 4 Mbps

M/s Bharti

Airtel Ltd

301 Jodhpur Boranada Police

location

Police Station Mahila

Thana, Boranada,

Jodhpur West

4 Mbps M/s Bharti

Airtel Ltd

302 Karauli Langra Police

location

Police Station Langra,

Karauli. 4 Mbps

M/s Bharti

Airtel Ltd

303 Nagaur Peelwa Police

location

Police Station Peelwa,

Makrana, Nagaur 4 Mbps

M/s Bharti

Airtel Ltd

304 Pali Jaitaran Police

location

Police Station Sendra,

Jaitaran, Pali 4 Mbps

M/s Bharti

Airtel Ltd

305 Pali Shivpura Police

location

Police Station Shivpura,

Sojat City, Pali 4 Mbps

M/s Bharti

Airtel Ltd

306 Pratapgarh Pratapgarh Police

location

Police Station Mahila

Thana, Pratapgarh,

Pratapgarh

4 Mbps M/s Bharti

Airtel Ltd

307 Rajsamand Kankroli Police

location

Police Station Kankroli,

Rajsamand, Rajsamand 4 Mbps

M/s Bharti

Airtel Ltd

308 Sawai

Madhopur Bamanwas

Police

location

Police Station Batoda,

Bamanwas,

SawaiMadhopur

4 Mbps M/s Bharti

Airtel Ltd

309 Sawai

Madhopur Gangapur City

Police

location

Police Station Piloda,

Gangapur City,

SawaiMadhopur

4 Mbps M/s Bharti

Airtel Ltd

310 Sikar Dadiya Police

location

Police Station Dadiya,

Sikar Rural, Sikar 4 Mbps

M/s Bharti

Airtel Ltd

311 Sirohi Barloot Police

location

Police Station Barloot,

Sirohi, Sirohi 4 Mbps

M/s Bharti

Airtel Ltd

Page 164: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 165 of 198

312 Sri

Ganganagar Matili Ratan

Police

location

Police Station Matili

Rathan, Sri Ganganagar

Rural, Sri Ganganagar

4 Mbps M/s Bharti

Airtel Ltd

313 Udaipur Bekaria Police

location

Police Station Bekaria,

Kotada, Udaipur 4 Mbps

M/s Bharti

Airtel Ltd

314 Udaipur Lasadiya Police

location

Police Station Lasadiya,

Salumber, Udaipur 4 Mbps

M/s Bharti

Airtel Ltd

315 Jaipur Adarsh Nagar Police

location

A C P Adarsh Nagar,

Jaipur East 4 Mbps

M/s Bharti

Airtel Ltd

316 Jodhpur Boranada Police

location

A C P Boranada, Jodhpur

West 4 Mbps

M/s Bharti

Airtel Ltd

317 Jodhpur Jodhpur Police

location

A C P Central Jodhpur

Central, Jodhpur East 4 Mbps

M/s Bharti

Airtel Ltd

318 Jodhpur Mandor Police

location

A C P Mandor, Jodhpur

East 4 Mbps

M/s Bharti

Airtel Ltd

319 Chittorgarh Chittorgarh Police

location

Dy SP Chittorgarh,

Chittorgarh 4 Mbps

M/s Bharti

Airtel Ltd

320 Dausa Dausa Police

location Dy SP Dausa, Dausa 4 Mbps

M/s Bharti

Airtel Ltd

321 Nagaur Degana Police

location Dy SP Degana, Nagaur 4 Mbps

M/s Bharti

Airtel Ltd

322 Barmer Gudamalani Police

location

Dy SP Gudamalani,

Barmer 4 Mbps

M/s Bharti

Airtel Ltd

323 Jaipur Jamwaramgarh Police

location

Dy SP Jamwaramgarh,

Jaipur Rural 4 Mbps

M/s Bharti

Airtel Ltd

324 Sirohi Mount Abu Police

location

Dy SP Mount Abu,

Sirohi 4 Mbps

M/s Bharti

Airtel Ltd

325 Jaisalmer Nachana Police

location

Dy SP Nachana,

Jaisalmer 4 Mbps

M/s Bharti

Airtel Ltd

326 Bharatpur Bharatpur

Rural

Police

location

Dy SP Rural Bharatpur

Rural, Bharatpur 4 Mbps

M/s Bharti

Airtel Ltd

327 Hanumangarh Bhadra Police

location

Addl SP Bhadra

Hanumangarh 4 Mbps

M/s Bharti

Airtel Ltd

328 Sri

Ganganagar Raisinghnagar

Police

location

Addl SP Raisinghnagar

Sri Ganganagar 4 Mbps

M/s Bharti

Airtel Ltd

329 Alwar Alwar Police

location Dy SP SC/ST Cell Alwar 4 Mbps

M/s Bharti

Airtel Ltd

330 Bharatpur Bharatpur Police

location

Dy SP SC/ST Cell

Bharatpur 4 Mbps

M/s Bharti

Airtel Ltd

331 Bhilwara Bhilwara Police

location

Dy SP SC/ST Cell

Bhilwara 4 Mbps

M/s Bharti

Airtel Ltd

332 Churu Churu Police

location Dy SP SC/ST Cell Churu 4 Mbps

M/s Bharti

Airtel Ltd

333 Dausa Dausa Police

location Dy SP SC/ST Cell Dausa 4 Mbps

M/s Bharti

Airtel Ltd

334 Sikar Sikar Police

location Dy SP SC/ST Cell Sikar 4 Mbps

M/s Bharti

Airtel Ltd

335 Chittorgarh Chittorgarh Police

location

Supdt of Police

Chittorgarh 4 Mbps

M/s Bharti

Airtel Ltd

336 Jaipur Jaipur Police

location I G Police Railways 4 Mbps

M/s Bharti

Airtel Ltd

Page 165: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 166 of 198

337 Churu Churu Police

location

Incharge Police Control

Room Churu 4 Mbps

M/s Bharti

Airtel Ltd

338 Jodhpur Jodhpur Police

location

Incharge Police Control

Room Jodhpur

Commissionerate

4 Mbps M/s Bharti

Airtel Ltd

339 Sri

Ganganagar

Sri

Ganganagar

Police

location

Incharge Police Control

Room Sriganganagar 4 Mbps

M/s Bharti

Airtel Ltd

340 Dholpur Dholpur Police

location Incharge DTC Dholpur 4 Mbps

M/s Bharti

Airtel Ltd

341 Jodhpur Jodhpur Police

location

Incharge DTC Grp

jodhpur 4 Mbps

M/s Bharti

Airtel Ltd

342 Jaipur Jaipur Police

location

Incharge DTC Jaipur

rural 4 Mbps

M/s Bharti

Airtel Ltd

343 Jaipur Jaipur Police

location

Incharge DTC Jaipur

traffic 4 Mbps

M/s Bharti

Airtel Ltd

344 Jhunjhunu Jhunjhunu Police

location Incharge DTC Jhunjhunu 4 Mbps

M/s Bharti

Airtel Ltd

345 Jodhpur Jodhpur Police

location

Incharge DTC Jodhpur

west 4 Mbps

M/s Bharti

Airtel Ltd

346 Karauli Karauli Police

location Incharge DTC Karauli 4 Mbps

M/s Bharti

Airtel Ltd

347 Rajsamand Rajsamand Police

location

Incharge DTC

Rajsamand 4 Mbps

M/s Bharti

Airtel Ltd

348 Sikar Sikar Police

location Incharge DTC Sikar 4 Mbps

M/s Bharti

Airtel Ltd

349 Tonk Tonk Police

location Incharge DTC Tonk 4 Mbps

M/s Bharti

Airtel Ltd

350 Jaipur Jamwaramgarh

Chainpura SecLAN

4th RAC Jamwa

Ramgarh Chainpura

302001

2 Mbps

M/s

Vodafone

Idea Ltd

351 Jaipur Sanganer SecLAN ACP Office

SANGANER, 302001 2 Mbps

M/s

Vodafone

Idea Ltd

352 Jaipur Adharsh Nagar SecLAN

ADARSH NAGAR

COLONY, ADARSH

NAGAR 302004

2 Mbps

M/s

Vodafone

Idea Ltd

353 Jaipur Chandpole SecLAN ADCP office

CHANDPOLE 302001 2 Mbps

M/s

Vodafone

Idea Ltd

354 Jaipur Railway

Station SecLAN

CO Office RLY

STATION 302006 2 Mbps

M/s

Vodafone

Idea Ltd

355 Jaipur Ramganj SecLAN CO Ramganj

RAMGANJ 302002 2 Mbps

M/s

Vodafone

Idea Ltd

356 Jaipur Panipech SecLAN DCF (North) Jaipur,

Panipech 302016 4 Mbps

M/s

Vodafone

Idea Ltd

357 Jaipur Jaipur SecLAN

DHABAHI HEVALI

HAWAMAHAL

BAZAR 302001

2 Mbps

M/s

Vodafone

Idea Ltd

358 Jaipur Panipech SecLAN IG RANGE OFFICE

PANIPECH 302016 2 Mbps

M/s

Vodafone

Idea Ltd

Page 166: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 167 of 198

359 Jaipur Jaipur SecLAN MAHILA THANA

Police Line 302001 2 Mbps

M/s

Vodafone

Idea Ltd

360 Jaipur Chomu SecLAN OFFICE OF THE DYSP

Chomu 302001 2 Mbps

M/s

Vodafone

Idea Ltd

361 Jaipur Banipark SecLAN P S SINDHI CAMP

BANIPARK 302016 2 Mbps

M/s

Vodafone

Idea Ltd

362 Jaipur Ramganj SecLAN

Police Station

RAMGANJ CHAUPAR

302002

2 Mbps

M/s

Vodafone

Idea Ltd

363 Jaipur Amer SecLAN PS Amer CITY NORTH

302001 2 Mbps

M/s

Vodafone

Idea Ltd

364 Jaipur Bagru SecLAN PS BAGRU BAGRU

302001 2 Mbps

M/s

Vodafone

Idea Ltd

365 Jaipur Banipark SecLAN PS Banipark Banipark

302016 2 Mbps

M/s

Vodafone

Idea Ltd

366 Jaipur Bhankrota SecLAN PS BHANKROTA

BHANKROTA 302001 2 Mbps

M/s

Vodafone

Idea Ltd

367 Jaipur Chaksu SecLAN PS Bilwa Chaksu 302001 2 Mbps

M/s

Vodafone

Idea Ltd

368 Jaipur Brahmpur SecLAN PS BRAHMAPURI

BRAHMPUR 302002 2 Mbps

M/s

Vodafone

Idea Ltd

369 Jaipur Harmara SecLAN PS HARMARA

HARMARA 302013 2 Mbps

M/s

Vodafone

Idea Ltd

370 Jaipur Jalupura SecLAN PS JALUPURA

JALUPURA 302001 2 Mbps

M/s

Vodafone

Idea Ltd

371 Jaipur Jawahr Nagar SecLAN PS JAWAHAR Nagar 2 Mbps

M/s

Vodafone

Idea Ltd

372 Jaipur Jyoti Nagar SecLAN PS JYOTI NAGAR

JYOTI NAGAR 302005 2 Mbps

M/s

Vodafone

Idea Ltd

373 Jaipur Kalwar SecLAN PS KALWAD

KALWAD 302001 2 Mbps

M/s

Vodafone

Idea Ltd

374 Jaipur Kanota SecLAN PS KANOTA KANOTA

302001 2 Mbps

M/s

Vodafone

Idea Ltd

375 Jaipur Panipech SecLAN PS KOTWALI 2 Mbps

M/s

Vodafone

Idea Ltd

376 Jaipur Sanganeri Gate SecLAN

PS LAL KOTHI

SANGANARI GATE,

302001

2 Mbps

M/s

Vodafone

Idea Ltd

377 Jaipur Hawamahal

Bazar SecLAN

PS MAHILA THANA

HAWAMAHAL

BAZAR 302001

2 Mbps

M/s

Vodafone

Idea Ltd

Page 167: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 168 of 198

378 Jaipur Manak Chowk SecLAN

PS MANAK CHOWK

MANAK CHOWK

302002

2 Mbps

M/s

Vodafone

Idea Ltd

379 Jaipur Dungari SecLAN PS MOTI DUNGARI

DUNGARI 302004 2 Mbps

M/s

Vodafone

Idea Ltd

380 Jaipur Nahargarh

Road SecLAN

PS NAHARGARH

,NAHARGARH ROAD

302001

2 Mbps

M/s

Vodafone

Idea Ltd

381 Jaipur Sadar SecLAN PS SADAR JAIPUR

RAILWAY 302006 2 Mbps

M/s

Vodafone

Idea Ltd

382 Jaipur Shivdaspura SecLAN PS SHIVDASPURA

SHIVDASPURA 303903 2 Mbps

M/s

Vodafone

Idea Ltd

383 Jaipur Subhash

Chowk SecLAN

PS SUBHASH CHOWK

SUBHASH CHOWK

302001

2 Mbps

M/s

Vodafone

Idea Ltd

384 Jaipur Bhawani Singh

Road SecLAN

Rajasthan state

Ganganagar sugar miles

limited 4th floor, nehru

sehkar bhawan, bhawani

singh road, jaipur 302001

2 Mbps

M/s

Vodafone

Idea Ltd

385 Jaipur Amer SecLAN Rajiv Gandhi kendra

Amer, Jaipur 302029 2 Mbps

M/s

Vodafone

Idea Ltd

386 Jaipur Sanganer SecLAN

Rajiv Gandhi Seva

kendra City bus stand

circle, nagar nigam road,

sanganer, Jaipur 302029

2 Mbps

M/s

Vodafone

Idea Ltd

387 Jaipur Amer SecLAN Range Forest Office

Amer 2 Mbps

M/s

Vodafone

Idea Ltd

388 Jaipur Jaipur SecLAN SP OFFICE RLY.

STATION 302001 2 Mbps

M/s

Vodafone

Idea Ltd

389 Jaipur Jaipur SecLAN SP RURAL RLY

STATION 302001 2 Mbps

M/s

Vodafone

Idea Ltd

390 Jaipur Jhalana SecLAN Special Police Station

CID JHALANA 302001 2 Mbps

M/s

Vodafone

Idea Ltd

391 Jaipur Chandpole SecLAN Zanana Hospital

CHANDPOLE 302001 2 Mbps

M/s

Vodafone

Idea Ltd

392 Jaipur Ramniwas

Garden SecLAN

Zoo Ramniwas Garden

302004 2 Mbps

M/s

Vodafone

Idea Ltd

393 Jaipur Chandpole SecLAN PS SANJAY CIRCLE

CHANDPOL 302016 2 Mbps

M/s

Vodafone

Idea Ltd

394 Jaipur CHOTI

Choupar SecLAN

GANGORI

HOSPITAL,CHOTI

CHOPAR,JAIPUR

2 Mbps

M/s

Vodafone

Idea Ltd

395 Jodhpur Jodhpur RUDSIC

O Nagar Nigam, Jodhpur 8 MBPS M/s BSNL

Page 168: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 169 of 198

396 Kota Kota RUDSIC

O Nagar Nigam, Kota 8 MBPS M/s BSNL

397 Bikaner Bikaner RUDSIC

O Nagar Nigam, Bikaner 8 MBPS M/s BSNL

398 Ajmer Ajmer RUDSIC

O Nagar Nigam, Ajmer 8 MBPS M/s BSNL

399 Ajmer Beawar RUDSIC

O

NAGAR PARISHAD

BEAWAR 4 MBPS M/s BSNL

400 Ajmer Kishangarh RUDSIC

O

NAGAR PARISHAD

KISHANGARH 4 MBPS M/s BSNL

401 Bundi Bundi RUDSIC

O

NAGAR PARISHAD

BUNDI 4 MBPS M/s BSNL

402 Sikar Fatehpur RUDSIC

O

NAGAR PALIKA

FATEHPUR 4 MBPS M/s BSNL

403 Banswara Banswara RUDSIC

O RUDSICO Banswara 4 Mbps

M/s

Vodafone

Idea Ltd

404 Baran Baran RUDSIC

O RUDSICO Baran 4 Mbps

M/s

Vodafone

Idea Ltd

405 Barmer Barmer RUDSIC

O RUDSICO Barmer 4 Mbps

M/s

Vodafone

Idea Ltd

406 Churu Churu RUDSIC

O RUDSICO Churu 4 Mbps

M/s

Vodafone

Idea Ltd

407 Dholpur Dholpur RUDSIC

O RUDSICO Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

408 Sawai

Madhopur Gangapur City

RUDSIC

O

RUDSICO Gangapur

City 4 Mbps

M/s

Vodafone

Idea Ltd

409 Hanumangarh Hanumangarh RUDSIC

O

RUDSICO

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

410 Alwar Alwar RUDSIC

O RUDSICO Alwar 4 Mbps

M/s

Vodafone

Idea Ltd

411 Nagaur Nagaur RUDSIC

O RUDSICO Nagaur 4 Mbps

M/s

Vodafone

Idea Ltd

412 Sikar Sikar RUDSIC

O RUDSICO Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

413 Churu SujanGarh RUDSIC

O RUDSICO SujanGarh 4 Mbps

M/s

Vodafone

Idea Ltd

414 Tonk Tonk RUDSIC

O RUDSICO Tonk 4 Mbps

M/s

Vodafone

Idea Ltd

415 Nagaur Merta City CTD/AC

TO

Maan Kripa, Nr.

Gangaur Chabutra, Vishu

Sagar Road, Merta City

4 Mbps

M/s

Vodafone

Idea Ltd

416 Ajmer Vijay Nagar CTD/AC

TO

Nr. Peepli Chouraha,

Surya Offset Gail, Nadi

Mohalla, Bijay Nagar.

4 Mbps

M/s

Vodafone

Idea Ltd

Page 169: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 170 of 198

417 Bhilwara Pratapgarh CTD/AC

TO

Rajya ar Bhawan, Behind

Krishi Upaj Mandi,

Pratapgarh.

4 Mbps

M/s

Vodafone

Idea Ltd

418 Sikar Sri Madhopur CTD/AC

TO

ACTO, Govt. Primary

school No.6 Sri

Madhopur.

4 Mbps

M/s

Vodafone

Idea Ltd

419 Kota Bhawani

Mandi

CTD/AC

TO Bhawani Mandi, Kota 4 Mbps

M/s

Vodafone

Idea Ltd

420 Pali Jaitaran CTD/AC

TO

ACTO, Jaitran, Nr.

Panchayat Samiti

Jaitaran

4 Mbps

M/s

Vodafone

Idea Ltd

421 Pali Sanchore CTD/AC

TO

ACTO-IV Sanchore,

Main Bazar, Sanchore 4 Mbps

M/s

Vodafone

Idea Ltd

422 Sri

Ganganagar

Sri

Ganganagar

CTD/AC

TO

Anti Evasion, 1011, LIC

colony, UIT Road,

Ganganagar

4 Mbps

M/s

Vodafone

Idea Ltd

423 Sri

Ganganagar Suratgarh

CTD/AC

TO

Manaksar chorya, Nr.

Sadar thana, Suratgarh 4 Mbps

M/s

Vodafone

Idea Ltd

424 Udaipur Fatehnagar CTD/AC

TO

Near Railway Phatak ,

Dariba ROad,

Fatehnagar.

4 Mbps

M/s

Vodafone

Idea Ltd

425 Udaipur Kherwara CTD/AC

TO

Village Badla, Nr.

Nolpda Stone Industries,

Kherwada

4 Mbps

M/s

Vodafone

Idea Ltd

426 Jaipur Sanganer SDM

Office SDM office Sanganer 4 Mbps

M/s

Vodafone

Idea Ltd

427 Jaisalmer Jaisalmer SCADA SCADA Mohangarh

Jaisalmer 2 Mbps

M/s

Vodafone

Idea Ltd

428 Tonk Tonk SCADA SCADA Tonk 2 Mbps

M/s

Vodafone

Idea Ltd

429 New Delhi New Delhi GSTN

GSTN Cage Area; Tata

Communications Data

Centers

Private Limited, Next

Generation Tower, Opp.

Savitri

Cinema.G K-l New

Delhi- 110048

100

Mbps

M/s Bharti

Airtel Ltd

430 Bengaluru Whitefield GSTN

GSTN Cage Area; Nxtra

Data Ltd., Plot No: 111

&112

EPIP Zone, Road No-7

Ph-1,Whitefield

Bangalore-

560066

100

Mbps

M/s Bharti

Airtel Ltd

431 Jodhpur Jodhpur Transport DTO Phalodi 4 Mbps

M/s

Vodafone

Idea Ltd

Page 170: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 171 of 198

432 Nagaur Nagaur(E) Transport Sub Office Merta 4 Mbps

M/s

Vodafone

Idea Ltd

433 Nagaur Nagaur(E) Transport DTO Didwana 4 Mbps

M/s

Vodafone

Idea Ltd

434 Jalore Jalore(E) Transport DTO Bhinmal 4 Mbps

M/s

Vodafone

Idea Ltd

435 Tonk Deoli Transport Sub Office Deoli 4 Mbps

M/s

Vodafone

Idea Ltd

436 Sawai

Madhopur

Sawai

Madhopur Transport

Sub Office Gangapur

city SWM 4 Mbps

M/s

Vodafone

Idea Ltd

437 Nagaur Nagaur(E) Transport Sub Office Nawa 4 Mbps

M/s

Vodafone

Idea Ltd

438 Alwar Behror Transport Sub Office Bahror 4 Mbps

M/s

Vodafone

Idea Ltd

439 Rajsamand Bhim Transport Sub Office Bhim 4 Mbps

M/s

Vodafone

Idea Ltd

440 Bharatpur Deeg Transport Sub Office Bharatpur

DEEG 4 Mbps

M/s

Vodafone

Idea Ltd

441 Hanumangarh Hanumangarh Transport DTO Nohar

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

442 Alwar Alwar Transport

RTO Alwar, Village

dhooli dhoob. Vijay

Mandir Road Alwar,

301001

8 Mbps

M/s

Vodafone

Idea Ltd

443 Ajmer Beawar Transport DTO Beawar 4 Mbps M/s BSNL

444 Ajmer Kekri Transport DTO Kekri 4 Mbps M/s BSNL

445 Ajmer Kishangarh Transport DTO Kishangarh 4 Mbps M/s BSNL

446 Alwar Bhiwadi Transport DTO Bhiwadi 4 Mbps M/s BSNL

447 Banswara Banswara Transport DTO Banswara 4 Mbps M/s BSNL

448 Dungarpur Dungarpur Transport DTO Dungarpur 4 Mbps M/s BSNL

449 Bhilwara Sahpura

(Bhilwara) Transport DTO Sahpura (Bhilwara) 4 Mbps M/s BSNL

450 Bikaner Nokha Transport DTO Nokha 4 Mbps M/s BSNL

451 Bikaner Lunkaransar Transport DTO Lunkaransar 4 Mbps M/s BSNL

452 Churu Sujangarh Transport DTO Sujangarh 4 Mbps M/s BSNL

453 Jaipur Dausa Transport DTO Dausa 8 Mbps M/s BSNL

454 Jaipur Chomu Transport DTO Chomu 4 Mbps M/s BSNL

455 Jaipur Shahapura

(Jaipur) Transport DTO Shahpura (Jaipur) 4 Mbps M/s BSNL

456 Jaisalmer Jaisalmer Transport DTO Jaisalmer 4 Mbps M/s BSNL

457 Jaisalmer Pokhran Transport Sub office Pokran 4 Mbps M/s BSNL

458 Sikar Sikar Transport RTO Sikar 8 Mbps M/s BSNL

459 Sri

Ganganagar Suratgarh Transport DTO Suratgarh 4 Mbps M/s BSNL

Page 171: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 172 of 198

460 Jhalawar Bhawanimandi Transport DTO Bhawanimandi 4 Mbps M/s BSNL

461 Tonk Tonk Transport DTO Tonk 4 Mbps M/s BSNL

462 Jaipur Dudu Transport DTO Dudu 8 Mbps M/s BSNL

463 Jaipur Govindgarh iHMS CHC Govindgarh 4 Mbps M/s Bharti

Airtel Ltd

464 Jodhpur Jodhpur VC

locaions

Khanij Bhawan 6 West

Patel Nagar Ratanada

Jodhpur

4 Mbps M/s Bharti

Airtel Ltd

465 Dausa Nangal

Rajavtan

VC

locaions

SDM office Nangal

Rajavtan Dausa 4 Mbps

M/s Bharti

Airtel Ltd

466 Jhunjhunu Jhunjhunu VC

locaions

Nagarpalika meeting hall

Pilani 4 Mbps

M/s Bharti

Airtel Ltd

467 Bharatpur Bharatpur VC

locaions

RORSPCB Behind jindal

Hospital Shyama Prasad

Mukhrijee Nagar

Bharatpur

4 Mbps M/s Bharti

Airtel Ltd

468 Alwar Alwar VC

locaions

RO PCBRIICO

Industrial Area PhaseII

Phool Bagh Chowk near

add. SP office Bhiwadi

4 Mbps M/s Bharti

Airtel Ltd

469 Jhunjhunu Jhunjhunu(N) VC

locaions

Sub Tehsil office.

Nagarpalika BissauSub

Tehsil office.

Nagarpalika Bissau

4 Mbps M/s Bharti

Airtel Ltd

470 Jhalawar Jhalawar VC

locaions

SDM office. Pirawa

Pirawa (HQ Sunel)

Jhalawar

4 Mbps M/s Bharti

Airtel Ltd

471 Sri

Ganganagar

Sri

Ganganagar

VC

locaions

Nagarpalika

.Gajsinghpur 4 Mbps

M/s

Vodafone

Idea Ltd

472 Jhunjhunu Jhunjhunu(N) VC

locaions

Room of Vidyavihar.

pilani Nagarpalika 4 Mbps

M/s

Vodafone

Idea Ltd

473 Barmer Barmer VC

locaions

jasol fanta. opp jvvnl

office balotra 4 Mbps

M/s

Vodafone

Idea Ltd

474 Bikaner Bikaner (N) VC

locaions

Kanij BhawanMordern

Market.Badrasar House.

Bikaner/Mines

4 Mbps

M/s

Vodafone

Idea Ltd

475 Ajmer Kishangarh VC

locaions

RO PCB .SP-2.Phase

5th.riico industrial

area.kishangarh

4 Mbps

M/s

Vodafone

Idea Ltd

476 Ajmer Vijay Nagar VC

locaions

Vijay Nagar.Nagar

Palika 4 Mbps

M/s

Vodafone

Idea Ltd

477 Bhilwara Bhilwara VC

locaions Hamirgarh. SDO Office 4 Mbps

M/s

Vodafone

Idea Ltd

478 Karauli Karauli VC

locaions

Tehsil Masalpur Karauli

Karauli 4 Mbps

M/s

Vodafone

Idea Ltd

479 Jaipur Jaipur VC

locaions

Khanij Bhawan. Udhyog

Bhawan Tilak Marg.

Jaipur

4 Mbps

M/s

Vodafone

Idea Ltd

Page 172: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 173 of 198

480 Rajsamand Rajsamand VC

locaions

Khanij Bhawan Bypass

Road. Rajsamand 4 Mbps

M/s

Vodafone

Idea Ltd

481 Bhilwara Bhilwara VC

locaions

Khanij Bhawan. Azad

Nagar. Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

482 Sawai

Madhopur Gangapur City

VC

locaions

SDO office, Wazirpur

Gangapur city 4 Mbps

M/s Bharti

Airtel Ltd

483 Kota Kanwas VC

locaions SDO Office, Kanwas 4 Mbps

M/s Bharti

Airtel Ltd

484 Bharatpur Bharatpur VC

locaions

Khanij Bhawan, Super

Market 4 Mbps

M/s Bharti

Airtel Ltd

485 Ajmer Kishangarh IGRS Kishangarh Sub

Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

486 Ajmer Tantoti IGRS Tantoti Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

487 Ajmer Sawar IGRS SawarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

488 Ajmer Arain IGRS ArainEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

489 Ajmer Shrinagar IGRS ShriNagarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

490 Ajmer Sardhana IGRS SaradhanaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

491 Ajmer Aradka IGRS AradkaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

492 Ajmer Devliyakalan IGRS DevliyakalanSub

Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

493 Ajmer Kadeda IGRS KadedaSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

494 Alwar Alwar IGRS Alwar-IISub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

495 Alwar Alwar IGRS BhiwariSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

496 Alwar Alwar IGRS NeemranaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

497 Alwar Alwar IGRS MundawarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

498 Alwar Alwar IGRS RajgarhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

499 Alwar Alwar IGRS ThanagaziEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 173: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 174 of 198

500 Alwar Alwar IGRS MandanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

501 Alwar Alwar IGRS BhanokharEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

502 Alwar Alwar IGRS NarayanpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

503 Alwar Alwar IGRS BadiDamevEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

504 Alwar Alwar IGRS KhairthalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

505 Alwar Alwar IGRS HarsoliEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

506 Banswara Banswara IGRS Sajjangarh Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

507 Banswara Banswara IGRS Gangadtalai Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

508 Banswara Banswara IGRS Ambapura Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

509 Banswara Banswara IGRS Ganoda Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

510 Baran Baran IGRS Nahargarh Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

511 Baran Baran IGRS Harnavdashahji Ex-

Officio 4 Mbps

M/s

Vodafone

Idea Ltd

512 Baran Baran IGRS Kawai Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

513 Baran Baran IGRS Siswali Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

514 Barmer Barmer IGRS GidaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

515 Barmer Barmer IGRS SamdariEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

516 Barmer Barmer IGRS PatodiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

517 Barmer Barmer IGRS KalyanpuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

518 Bharatpur Bharatpur IGRS DeegEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 174: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 175 of 198

519 Bharatpur Bharatpur IGRS SikriEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

520 Bharatpur Bharatpur IGRS uchenEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

521 Bharatpur Bharatpur IGRS RarahEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

522 Bharatpur Bharatpur IGRS LakhanpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

523 Bharatpur Bharatpur IGRS RudawalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

524 Bhilwara Bhilwara IGRS KacholaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

525 Bhilwara Bhilwara IGRS BagorEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

526 Bhilwara Bhilwara IGRS PanderEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

527 Bhilwara Bhilwara IGRS RayalaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

528 Bhilwara Bhilwara IGRS KaroiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

529 Bikaner Bikaner IGRS KolayatEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

530 Bikaner Bikaner IGRS LunkaransarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

531 Bikaner Bikaner IGRS NokhaSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

532 Bikaner Bikaner IGRS PungalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

533 Bikaner Bikaner IGRS MahajanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

534 Bundi Bundi IGRS KaprenEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

535 Bundi Bundi IGRS DablanaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

536 Bundi Bundi IGRS LakheriEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

537 Bundi Bundi IGRS KarwarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 175: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 176 of 198

538 Chittorgarh Chittorgarh IGRS BadisadriEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

539 Chittorgarh Chittorgarh IGRS BhadsodaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

540 Chittorgarh Chittorgarh IGRS BhopalsagarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

541 Chittorgarh Chittorgarh IGRS DoonglaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

542 Chittorgarh Chittorgarh IGRS ParsoliEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

543 Chittorgarh Chittorgarh IGRS BassiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

544 Chittorgarh Chittorgarh IGRS NikumbhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

545 Chittorgarh Chittorgarh IGRS MangalwadEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

546 Churu Churu IGRS BhanipuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

547 Churu Churu IGRS SidhmukhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

548 Churu Churu IGRS RajaldesarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

549 Churu Churu IGRS SalasarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

550 Dausa Dausa IGRS MahuwaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

551 Dausa Dausa IGRS PachwaraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

552 Dausa Dausa IGRS BnandikuiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

553 Dausa Dausa IGRS SikandraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

554 Dausa Dausa IGRS BejupadaEx-Officio 4 Mbps M/s Bharti

Airtel Ltd

555 Dausa Dausa IGRS BahrawandaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

556 Dholpur Dholpur IGRS BadiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

557 Dholpur Dholpur IGRS BaseriEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 176: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 177 of 198

558 Dholpur Dholpur IGRS KanchanpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

559 Dholpur Dholpur IGRS SarmathuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

560 Dholpur Dholpur IGRS BasainawayNawab Ex

officiodar 4 Mbps

M/s

Vodafone

Idea Ltd

561 Dungarpur Dungarpur IGRS ChikhaliEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

562 Dungarpur Dungarpur IGRS GaliakotEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

563 Dungarpur Dungarpur IGRS SeemalawaraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

564 Dungarpur Dungarpur IGRS BichiwadaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

565 Dungarpur Dungarpur IGRS SablaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

566 Dungarpur Dungarpur IGRS JhothripalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

567 Sri

Ganganagar

Sri

Ganganagar IGRS BinjhbayalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

568 Sri

Ganganagar

Sri

Ganganagar IGRS ChunawadEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

569 Sri

Ganganagar

Sri

Ganganagar IGRS GajsingpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

570 Sri

Ganganagar

Sri

Ganganagar IGRS KesrisingpuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

571 Sri

Ganganagar

Sri

Ganganagar IGRS MuklavaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

572 Sri

Ganganagar

Sri

Ganganagar IGRS

Raisingh NagarEx-

Officio 4 Mbps

M/s

Vodafone

Idea Ltd

573 Sri

Ganganagar

Sri

Ganganagar IGRS Shri KaranpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

574 Sri

Ganganagar

Sri

Ganganagar IGRS RajiyasarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

575 Sri

Ganganagar

Sri

Ganganagar IGRS JaitsarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

576 Sri

Ganganagar

Sri

Ganganagar IGRS MirjwalaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 177: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 178 of 198

577 Sri

Ganganagar

Sri

Ganganagar IGRS Rawal Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

578 Sri

Ganganagar

Sri

Ganganagar IGRS

365 Headmandi

(2KLD)Ex-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

579 Sri

Ganganagar

Sri

Ganganagar IGRS SamehaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

580 Sri

Ganganagar

Sri

Ganganagar IGRS Lalagarh JatanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

581 Hanumangarh Hanumangarh IGRS NoharSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

582 Hanumangarh Hanumangarh IGRS DablirathanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

583 Hanumangarh Hanumangarh IGRS RamgarhEx-Officio

Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

584 Hanumangarh Hanumangarh IGRS DabanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

585 Hanumangarh Hanumangarh IGRS Talwada JhilEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

586 Hanumangarh Hanumangarh IGRS KhuiyaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

587 Hanumangarh Hanumangarh IGRS GoluwalanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

588 Jaipur Jaipur IGRS

Jaipur-VII, Chitakoot

Stadium, JaipurSub

Registrar

4 Mbps

M/s

Vodafone

Idea Ltd

589 Jaipur Jaipur IGRS Amer, Tehsil Office

AmerSub Registrar 4 Mbps

M/s Bharti

Airtel Ltd

590 Jaipur Jaipur IGRS DuduSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

591 Jaipur Jaipur IGRS

Sanganer-II, Tehsil

office, Sanganer

JaipurSub Registrar

4 Mbps M/s Bharti

Airtel Ltd

592 Jaipur Jaipur IGRS ChaksuSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

593 Jaipur Jaipur IGRS MaujanabadEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

594 Jaipur Jaipur IGRS KotkhawadaSub

Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

595 Jaipur Jaipur IGRS MadhorajpuraSub

Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

596 Jaipur Jaipur IGRS BagruEx-Officio 4 Mbps M/s Bharti

Airtel Ltd

Page 178: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 179 of 198

597 Jaipur Jaipur IGRS AndhiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

598 Jaipur Jaipur IGRS MundotaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

599 Jaipur Jaipur IGRS TungaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

600 Jaipur Jaipur IGRS JalsuEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

601 Jaipur Jaipur IGRS AmarasarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

602 Jaipur Jaipur IGRS GovindgarhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

603 Jaipur Jaipur IGRS ManoharpuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

604 Jaipur Jaipur IGRS PawataEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

605 Jaipur Jaipur IGRS KalwadaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

606 Jaipur Jaipur IGRS Rampura DabriEx-

Officio 4 Mbps

M/s

Vodafone

Idea Ltd

607 Jaisalmer Jaisalmer IGRS RamgarhEx-Officio

Jaisalmer 4 Mbps

M/s

Vodafone

Idea Ltd

608 Jaisalmer Jaisalmer IGRS NokhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

609 Jalore Jalore IGRS JaswantpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

610 Jalore Jalore IGRS JivanaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

611 Jhalawar Jhalawar IGRS AsnawarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

612 Jhalawar Jhalawar IGRS BakaniEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

613 Jhalawar Jhalawar IGRS DugEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

614 Jhunjhunu Jhunjhunu IGRS GudagodjiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

615 Jhunjhunu Jhunjhunu IGRS MandawaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 179: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 180 of 198

616 Jhunjhunu Jhunjhunu IGRS SinghanaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

617 Jhunjhunu Jhunjhunu IGRS BisauEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

618 Jhunjhunu Jhunjhunu IGRS MunkundgarhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

619 Jodhpur Jodhpur IGRS Jodhpur-VSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

620 Jodhpur Jodhpur IGRS LohawatEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

621 Jodhpur Jodhpur IGRS AauEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

622 Jodhpur Jodhpur IGRS MatodaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

623 Jodhpur Jodhpur IGRS SetrayaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

624 Jodhpur Jodhpur IGRS ShekhasarEx-Officio 4 Mbps M/s Bharti

Airtel Ltd

625 Karauli Karauli IGRS SurothEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

626 Karauli Karauli IGRS KudgaonEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

627 Karauli Karauli IGRS ShriMahavirjiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

628 Karauli Karauli IGRS BalaghatEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

629 Kota Kota IGRS KhatoliEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

630 Nagaur Nagaur IGRS DehEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

631 Nagaur Nagaur IGRS PeelwaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

632 Nagaur Nagaur IGRS Choti KhatuEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

633 Nagaur Nagaur IGRS BhakariEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

634 Nagaur Nagaur IGRS Numbi JodhanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

635 Nagaur Nagaur IGRS GachchipuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 180: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 181 of 198

636 Pali Pali IGRS Pali-IISub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

637 Pali Pali IGRS SojatSub Registrar 4 Mbps

M/s

Vodafone

Idea Ltd

638 Pali Pali IGRS RaniEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

639 Pali Pali IGRS NanaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

640 Pali Pali IGRS BedaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

641 Pali Pali IGRS BagdiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

642 Pratapgarh Pratapgarh IGRS DevgarhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

643 Rajsamand Rajsamand IGRS KumbhalgarhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

644 Rajsamand Rajsamand IGRS DelwaraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

645 Sawai

Madhopur

Sawai

Madhopur IGRS BamanwasEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

646 Sawai

Madhopur

Sawai

Madhopur IGRS BarnalaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

647 Sawai

Madhopur

Sawai

Madhopur IGRS

BaharawandakalanEx-

Officio 4 Mbps

M/s

Vodafone

Idea Ltd

648 Sawai

Madhopur

Sawai

Madhopur IGRS BoliEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

649 Sawai

Madhopur

Sawai

Madhopur IGRS

Chouth ka BarwaEx-

Officio 4 Mbps

M/s

Vodafone

Idea Ltd

650 Sawai

Madhopur

Sawai

Madhopur IGRS KhandarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

651 Sawai

Madhopur

Sawai

Madhopur IGRS

Malarana DoongarEx-

Officio 4 Mbps

M/s

Vodafone

Idea Ltd

652 Sawai

Madhopur

Sawai

Madhopur IGRS VajirpurEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

653 Sawai

Madhopur

Sawai

Madhopur IGRS MitrapuraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

654 Sikar Sikar IGRS NechwaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 181: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 182 of 198

655 Sikar Sikar IGRS PatanEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

656 Sikar Sikar IGRS AjitgarhEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

657 Sikar Sikar IGRS LosalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

658 Sirohi Sirohi IGRS MandarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

659 Sirohi Sirohi IGRS BhanwariEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

660 Sirohi Sirohi IGRS Kailash NagarEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

661 Tonk Tonk IGRS DevliEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

662 Tonk Tonk IGRS Nagar FortEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

663 Tonk Tonk IGRS BanthaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

664 Tonk Tonk IGRS DiggiEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

665 Tonk Tonk IGRS BarwasEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

666 Tonk Tonk IGRS SaunpEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

667 Tonk Tonk IGRS NasirdaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

668 Tonk Tonk IGRS DattawasEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

669 Udaipur Udaipur IGRS BarapalEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

670 Udaipur Udaipur IGRS LasadiaEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

671 Udaipur Udaipur IGRS semariEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

672 Udaipur Udaipur IGRS sayaraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

673 Udaipur Udaipur IGRS JhallaraEx-Officio 4 Mbps

M/s

Vodafone

Idea Ltd

Page 182: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 183 of 198

674 Banswara Banswara DIET DIET-1 Banswara 2 Mbps

M/s

Vodafone

Idea Ltd

675 RAJSAMAN

D RAJSAMAND DIET DIET-1 Rajsamand 2 Mbps

M/s

Vodafone

Idea Ltd

676 BARAN BARAN DIET DIET-1 Baran 4 Mbps

M/s

Vodafone

Idea Ltd

677 BIKANER BIKANER DIET DIET-1 Bikaner 4 Mbps

M/s

Vodafone

Idea Ltd

678 CHITTORGA

RH

CHITTORGA

RH DIET DIET-1 Chittorgarh 4 Mbps

M/s

Vodafone

Idea Ltd

679 CHURU CHURU DIET DIET-1 Churu 4 Mbps

M/s

Vodafone

Idea Ltd

680 DHOLPUR DHOLPUR DIET DIET-1 Dholpur 4 Mbps

M/s

Vodafone

Idea Ltd

681 JALORE JALORE DIET DIET-1 Jalore 4 Mbps

M/s

Vodafone

Idea Ltd

682 JHALAWAR JHALAWAR DIET DIET-1 Jhalawar 4 Mbps

M/s

Vodafone

Idea Ltd

683 JHUNJHUN

U JHUNJHUNU DIET DIET-1 Jhunjhunu 4 Mbps

M/s

Vodafone

Idea Ltd

684 NAGAUR NAGAUR DIET DIET-1 Nagaur 4 Mbps

M/s

Vodafone

Idea Ltd

685 Sawai

Madhopur

Sawai

Madhopur DIET DIET-1 Sawai Madhopur 4 Mbps

M/s

Vodafone

Idea Ltd

686 SIROHI SIROHI DIET DIET-1 Sirohi 4 Mbps

M/s

Vodafone

Idea Ltd

687 Sri

Ganganagar

Sri

Ganganagar DIET DIET-1 Sriganganagar 4 Mbps

M/s

Vodafone

Idea Ltd

688 TONK TONK DIET DIET-1 Tonk 4 Mbps

M/s

Vodafone

Idea Ltd

689 Ajmer Ajmer DIET DIET-2 Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

690 Alwar Alwar DIET DIET-2 Alwar 4 Mbps

M/s

Vodafone

Idea Ltd

691 Barmer Barmer(W) DIET DIET-2 Barmer 4 Mbps

M/s

Vodafone

Idea Ltd

692 BHILWARA BHILWARA DIET DIET-2 Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

Page 183: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 184 of 198

693 BUNDI BUNDI DIET DIET-2 Bundi 4 Mbps

M/s

Vodafone

Idea Ltd

694 DAUSA DAUSA DIET DIET-2 Dausa 4 Mbps

M/s

Vodafone

Idea Ltd

695 DUNGARPU

R

DUNGARPU

R DIET DIET-2 Dungarpur 4 Mbps

M/s

Vodafone

Idea Ltd

696 HANUMAN

GARH

HANUMANG

ARH DIET DIET-2 Hanumangarh 4 Mbps

M/s

Vodafone

Idea Ltd

697 JAIPUR JAIPUR DIET DIET-2 Jaipur 4 Mbps

M/s

Vodafone

Idea Ltd

698 JAISALMER JAISALMER DIET DIET-2 Jaisalmer 4 Mbps

M/s

Vodafone

Idea Ltd

699 Karauli Karauli DIET DIET-2 Karauli 4 Mbps

M/s

Vodafone

Idea Ltd

700 PALI PALI DIET DIET-2 Pali 4 Mbps

M/s

Vodafone

Idea Ltd

701 Sikar Sikar DIET DIET-2 Sikar 4 Mbps

M/s

Vodafone

Idea Ltd

702 UDAIPUR UDAIPUR DIET DIET-2 Udaipur 4 Mbps

M/s

Vodafone

Idea Ltd

703 Ajmer Ajmer RIICO RIICO Ajmer 4 Mbps

M/s

Vodafone

Idea Ltd

704 Barmer Balotra RIICO RIICO Balotra 2 Mbps

M/s

Vodafone

Idea Ltd

705 Banswara Banswara RIICO RIICO Banswara 2 Mbps

M/s

Vodafone

Idea Ltd

706 Barmer Barmer RIICO RIICO Barmer 2 Mbps

M/s

Vodafone

Idea Ltd

707 Ajmer Beawar RIICO RIICO Beawar 2 Mbps

M/s

Vodafone

Idea Ltd

708 Bharatpur Bharatpur RIICO RIICO Bharatpur 2 Mbps

M/s

Vodafone

Idea Ltd

709 Bhilwara Bhilwara RIICO RIICO Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

710 Alwar Bhiwadi Unit1 RIICO RIICO Bhiwadi Unit1 4 Mbps

M/s

Vodafone

Idea Ltd

711 Alwar Bhiwadi Unit2 RIICO RIICO Bhiwadi Unit2 4 Mbps

M/s

Vodafone

Idea Ltd

Page 184: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 185 of 198

712 Bikaner Bikaner RIICO RIICO Bikaner 4 Mbps

M/s

Vodafone

Idea Ltd

713 JODHPUR Boranada RIICO RIICO Boranada 2 Mbps

M/s

Vodafone

Idea Ltd

714 Bundi Bundi RIICO RIICO Bundi 2 Mbps

M/s

Vodafone

Idea Ltd

715 Chittorgarh Chittorgarh RIICO RIICO Chittorgarh 2 Mbps

M/s

Vodafone

Idea Ltd

716 Churu Churu RIICO RIICO Churu 2 Mbps

M/s

Vodafone

Idea Ltd

717 Dungarpur Dungarpur RIICO RIICO Dungarpur 2 Mbps

M/s

Vodafone

Idea Ltd

718 Alwar Behror RIICO RIICO Ghiloth 2 Mbps

M/s

Vodafone

Idea Ltd

719 Hanumangarh Hanumangarh RIICO RIICO Hanumangarh 2 Mbps

M/s

Vodafone

Idea Ltd

720 Jaipur Jaipur Rural RIICO RIICO JaipurRural 4 Mbps

M/s

Vodafone

Idea Ltd

721 Jaisalmer Jaisalmer RIICO RIICO Jaisalmer 2 Mbps

M/s

Vodafone

Idea Ltd

722 Jalore Jalore RIICO RIICO Jalore 2 Mbps

M/s

Vodafone

Idea Ltd

723 Jhalawar Jhalawar RIICO RIICO Jhalawar 2 Mbps

M/s

Vodafone

Idea Ltd

724 Jhunjhunu Jhunjhunu RIICO RIICO Jhunjhunu 2 Mbps

M/s

Vodafone

Idea Ltd

725 Jodhpur Jodhpur RIICO RIICO Jodhpur 4 Mbps

M/s

Vodafone

Idea Ltd

726 Ajmer Kishangarh RIICO RIICO Kishangarh 2 Mbps

M/s

Vodafone

Idea Ltd

727 Nagaur Makrana RIICO RIICO Makrana 2 Mbps

M/s

Vodafone

Idea Ltd

728 Nagaur Nagaur RIICO RIICO Nagaur 2 Mbps

M/s

Vodafone

Idea Ltd

729 Alwar Neemrana RIICO RIICO Neemrana 2 Mbps

M/s

Vodafone

Idea Ltd

730 Pali Pali RIICO RIICO Pali 2 Mbps

M/s

Vodafone

Idea Ltd

Page 185: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 186 of 198

731 Sikar Sikar RIICO RIICO Sikar 2 Mbps

M/s

Vodafone

Idea Ltd

732 Sirohi Sirohi RIICO RIICO Sirohi 2 Mbps

M/s

Vodafone

Idea Ltd

733 Sri

Ganganagar

Sri

Ganganagar RIICO RIICO SriGanganagar 2 Mbps

M/s

Vodafone

Idea Ltd

734 Tonk Tonk RIICO RIICO Tonk 2 Mbps

M/s

Vodafone

Idea Ltd

735 Udaipur Udaipur RIICO RIICO Udaipur 2 Mbps

M/s

Vodafone

Idea Ltd

736 Jhalawar Jhalawar Jail Rajnet_District Jail 2 Mbps

M/s

Vodafone

Idea Ltd

737 Jaipur Jaipur AG-

Office

Accountant General

Office 8 Mbps

M/s Bharti

Airtel Ltd

738 Ajmer Ajmer College

Education

Government Law

College, Ajmer,

Rajasthan

16 Mbps M/s BSNL

739 Ajmer Ajmer College

Education

Govt. Girls' College

Ajmer 16 Mbps M/s BSNL

740 Alwar Govindgarh College

Education

Govt.College

Govindgarh (Alwar) 16 Mbps M/s BSNL

741 Alwar Alwar College

Education

GOVERNMENT

LAW COLLEGE

ALWAR

16 Mbps M/s BSNL

742 Barmer Balotra College

Education

D.R.J.Government

Girls College,

BALOTRA

16 Mbps M/s BSNL

743 Bhilwara Asind College

Education Govt. College, Asind 16 Mbps M/s BSNL

744 Bhilwara Mandalgarh College

Education

Shri Shiv Charan

Mathur Government

College, Mandalgarh

16 Mbps M/s BSNL

745 Bikaner Bikaner College

Education

GOVERNMENT

MAHARANI

SUDERSHAN

COLLEGE FOR

WOMEN, BIKANER

16 Mbps M/s BSNL

746 Bundi Bundi College

Education

Govt. Girls College

Bundi Raj 16 Mbps M/s BSNL

747 Bundi Bundi College

Education

Government Law

College, Bundi 16 Mbps M/s BSNL

748 Chittorgarh Chittorgarh College

Education

GOVERNMENT

GIRLS COLLEGE

CHITTORGARH

16 Mbps M/s BSNL

749 Churu Churu College

Education

GOVERNMENT

LAW COLLEGE,

CHURU (RAJ.)

16 Mbps M/s BSNL

Page 186: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 187 of 198

750 Churu Ratangarh College

Education

Government College,

Ratangarh 16 Mbps M/s BSNL

751 Jodhpur Phalodi College

Education

J.N.M.P. GOVT PG.

COLLEGE PHALODI 16 Mbps M/s BSNL

752 Jodhpur Pipar City College

Education

SSDCLB GOVT

GIRLS COLLEGE,

PIPAR CITY

16 Mbps M/s BSNL

753 Jodhpur Bilara College

Education Govt. College BIlara 16 Mbps M/s BSNL

754 Jodhpur Bhopalgarh College

Education

SPM GOVERNMENT

COLLEGE,

BHOPALGARH

16 Mbps M/s BSNL

755 Kota Kota College

Education

GOVERNMENT

ARTS COLLEGE,

KOTA

16 Mbps M/s BSNL

756 Kota Kota College

Education

Government Law

College Kota 16 Mbps M/s BSNL

757 Pali Pali College

Education

GOVT. LAW

COLLEGE PALI 16 Mbps M/s BSNL

758 Pali Bali College

Education

Government College

Bali 16 Mbps M/s BSNL

759 Pali Pali College

Education

Smt. Guman Pannalal

Bhanshali Government

Girls College Pali

16 Mbps M/s BSNL

760 Sikar Sikar College

Education

Baba Vishambhar Das

Govt Girls College,

Hod, Sikar

16 Mbps M/s BSNL

761 Sri

Ganganagar Sri

Ganganagar

College

Education

GOVERNMENT

LAW COLLEGE, SRI

GANGANAGAR

16 Mbps M/s BSNL

762 Udaipur Nathdwara College

Education

Nitya Lilasth Tilkayat

Shree Govind Lal Ji

Maharaj Govt. Girls

College, Nathdwara

16 Mbps M/s BSNL

763 Udaipur Bhim College

Education Govt College, Bhim 16 Mbps M/s BSNL

764 Rajsamand Deogarh College

Education Govt.College Deogarh 16 Mbps M/s BSNL

765 Udaipur Kotra College

Education

GOVT. COLLEGE

KOTRA 16 Mbps M/s BSNL

766 Pali Jaitaran College

Education

Government College,

Jaitaran, Nimaj Road,

Pali

4 Mbps

M/s

Vodafone

Idea Ltd

767 Hanumangar

h Nohar

College

Education

SNDB Government

PG College

Nohar,.Bhadra Road

Near Railway

Crossing, Rajasthan-

335523

16 Mbps

M/s

Vodafone

Idea Ltd

Page 187: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 188 of 198

768 Dholpur Dholpur College

Education

Govt. Girls College,

Dholpur, Near Radha

Bihari Temple, Radha

Bihari Road, Dholpur

16 Mbps

M/s

Vodafone

Idea Ltd

769 Nagaur Degana College

Education

Government College,

Degana, Chadaroon

Road, Degana

16 Mbps

M/s

Vodafone

Idea Ltd

770 Dholpur Dholpur College

Education

Govt. Law College,

Dholpur, Near Railway

Station, Tiwari Bagh

16 Mbps

M/s

Vodafone

Idea Ltd

771 Hanumangar

h Hanumangarh

RUDSIC

O Nagar Palika Bhadra 4 Mbps

M/s

Vodafone

Idea Ltd

772 Jodhpur Jodhpur RUDSIC

O Nagar Palika Bilada 4 Mbps

M/s

Vodafone

Idea Ltd

773 Nagaur Nagaur RUDSIC

O Nagar Palika Didwana 4 Mbps

M/s

Vodafone

Idea Ltd

774 Bikaner Bikaner RUDSIC

O

Nagar Palika

Dungargarh 4 Mbps

M/s

Vodafone

Idea Ltd

775 Nagaur Nagaur RUDSIC

O

Nehru Udyan Station

Road Kuchaman City

(Nagaur)

4 Mbps

M/s

Vodafone

Idea Ltd

776 Nagaur Nagaur RUDSIC

O Nagar Palika Ladnu 4 Mbps

M/s

Vodafone

Idea Ltd

777 Chittorgarh Chittorgarh RUDSIC

O

Near Railway Station

Nimbahera 4 Mbps

M/s

Vodafone

Idea Ltd

778 Hanumangar

h Hanumangarh

RUDSIC

O

Nagar Palika Nohar

Nagar 4 Mbps

M/s

Vodafone

Idea Ltd

779 Bikaner Bikaner RUDSIC

O Nagar Palika Nokha 4 Mbps

M/s

Vodafone

Idea Ltd

780 Churu Churu RUDSIC

O

Nagar Palika Rajgarh

(Churu) 4 Mbps

M/s

Vodafone

Idea Ltd

781 Pali Pali RUDSIC

O

Nagar Palika Sojat

City 4 Mbps

M/s

Vodafone

Idea Ltd

782 Chittorgarh Chittorgarh RUDSIC

O

Municipal Council

Chittorgarh 4 Mbps

M/s Bharti

Airtel Ltd

783 Pali Pali RUDSIC

O Municipal Council Pali 4 Mbps

M/s Bharti

Airtel Ltd

784 Churu Churu RUDSIC

O

Municipal Council

Sardarsahar 4 Mbps

M/s Bharti

Airtel Ltd

785 Rajsamand Rajsamand RUDSIC

O

Municipal Council.

Rajasamand 4 Mbps

M/s Bharti

Airtel Ltd

786 Alwar Alwar RUDSIC

O Nagar Palika Bhiwadi 4 Mbps

M/s Bharti

Airtel Ltd

787 Nagaur Nagaur RUDSIC

O Nagar Palika Mertacity 4 Mbps

M/s Bharti

Airtel Ltd

Page 188: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 189 of 198

788 Sri

Ganganagar

Sri

Ganganagar

RUDSIC

O Nagar Palika Suratgarh 4 Mbps

M/s Bharti

Airtel Ltd

789 New Delhi New Delhi Rajasthan

House Rajasthan House Delhi 16 Mbps

M/s Bharti

Airtel Ltd

790 New Delhi New Delhi Bikaner

House Bikaner House Delhi 16 Mbps

M/s Bharti

Airtel Ltd

791 Pali Pali Tech.

Education

Principal Govt.

Polytechnic College,

Pali

16 Mbps M/s BSNL

792 Hanumangar

h Hanumangarh

Tech.

Education

Principal, Govt.

Polytechnic College,

Hanumangarh

16 Mbps M/s Bharti

Airtel Ltd

793 Banswara Bagidora Police

location

Dy. SP Bagidora,

Banswara 4 Mbps

M/s Bharti

Airtel Ltd

794 Barmer Balotra Police

location

PS Kalyanpur, Balotra,

Barmer 4 Mbps

M/s Bharti

Airtel Ltd

795 Barmer Nagana Police

location

PS Nagana, Barmer,

Barmer 4 Mbps

M/s Bharti

Airtel Ltd

796 Bhilwara Jahajpur Police

location

PS Hanuman Nagar,

Jahajpur, Bhilwara 4 Mbps

M/s Bharti

Airtel Ltd

797 Bundi Deikhera

Lakheri Police

location

PS Deikhera, Lakheri,

Bundi 4 Mbps

M/s Bharti

Airtel Ltd

798 Bundi Lakheri Police

location

PS Lakheri, Lakheri,

Bundi 4 Mbps

M/s Bharti

Airtel Ltd

799 Kota Sangod Police

location

PS Deoli Manjhi, Sangod, Kota Rural

4 Mbps M/s Bharti

Airtel Ltd

800 Nagaur Nagaur Police

location PS Sadar, Nagaur. 4 Mbps

M/s Bharti

Airtel Ltd

801 Rajsamand Nathdwara Police

location

Dy. SP Nathdwara, Rajsamand

4 Mbps M/s Bharti

Airtel Ltd

802 Sikar Ramgarh

Shekawati SDM

Office SDM office, Ramgarh

Shekawati, Sikar 4 Mbps

M/s Bharti

Airtel Ltd

803 Alwar Bhiwadi Police

location SP office bhiwadi 16 Mbps M/s BSNL

804 Jaipur Jaipur SecLAN

Director Employment

Exchange, Darbar School

Campus

16 Mbps M/s Bharti

Airtel Ltd

805 Jaipur Jaipur Medical Janta Clinic, Azad Nagar,

Jawahar Nagar Kachi Basti, Ward 62 Jaipur I

4 Mbps M/s Bharti

Airtel Ltd

806 Jaipur Jaipur Medical

Janta Clinic, Dhanka Basti, Community Hall,

Subhash Chauk, Hasanpura, Block 22

Jaipur I

4 Mbps M/s Bharti

Airtel Ltd

807 Jaipur Jaipur Medical Janta Clinic, Community

Hall, Van Vihar, Delhi Bypass, Ward 68 Jaipur I

4 Mbps M/s Bharti

Airtel Ltd

808 Jaipur Jaipur Medical Janta Clinic, Old ESI

Dispensary, Coal Dipo, 4 Mbps

M/s Bharti

Airtel Ltd

Page 189: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 190 of 198

Top Khana Ward 76 Jaipur I

809 Jaipur Jaipur Medical

Janta Clinic, Sector 3 Block 30, Dispensary

Building, Pratapnagar, Ward 38, Jaipur II

4 Mbps M/s Bharti

Airtel Ltd

810 Jaipur Jaipur Medical

Janta Clinic, Sector 8, Block 82, Houshing board, Dispensary

building near gopinath hospital, Pratap Nagar

Ward 38 Jaipur II

4 Mbps M/s Bharti

Airtel Ltd

811 Jaipur Jaipur Medical

Janta Clinic, Valmiki Kachi Basti, Community

Hall Malviya Nagar Jaipur II

4 Mbps M/s Bharti

Airtel Ltd

812 Pratapgarh Pratapgarh Police

location Police Station 4 Mbps

M/s

Vodafone

Idea Ltd

813 Nagaur Nawa Block Panchayat Samiti Nagaur 4 Mbps

M/s

Vodafone

Idea Ltd

814 Bhilwara Bhilwara IGRS Registration & Stamps

Bhilwara 4 Mbps

M/s

Vodafone

Idea Ltd

815 Bharatpur Bhusawar SDM

Office SDM office, Bhusawar 4 Mbps

M/s

Vodafone

Idea Ltd

816 Udaipur Kothda Govt.

School Eklavya Model School

Kothda 16 Mbps M/s BSNL

817 Dausa Ramgarh Pachwara

SDM Office

SDM office Ramgarh Pachwara Dausa

4 Mbps M/s Bharti

Airtel Ltd

818 Banswara Banswara Tech.

Education

Principal, Govt.

Polytechnic College,

Banswara

16 Mbps M/s Bharti

Airtel Ltd

819 Chittorgarh Chittorgarh Tech.

Education

Principal, Govt.

Polytechnic College,

Chittorgarh

16 Mbps M/s Bharti

Airtel Ltd

820 Barmer Barmer Tech.

Education

Principal, Govt.

Polytechnic College,

Barmer

16 Mbps M/s BSNL

821 Bhilwara Bhilwara Tech.

Education

Principal, Govt.

Polytechnic College,

Bhilwara

16 Mbps M/s Bharti

Airtel Ltd

822 Nagaur Nagaur Tech.

Education

Principal, Govt.

Polytechnic College,

Nagaur

16 Mbps M/s Bharti

Airtel Ltd

823 Ajmer Jawaja Tatgarh SDM

Office SDM OFFICE MEDIYA

ROAD TATGARH 4 Mbps

M/s Bharti

Airtel Ltd

824 Ajmer Pushkar SDM

Office SDM OFFICE NEAR

TEHSIL PUSHKAR,AJMER 4 Mbps

M/s Bharti

Airtel Ltd

Page 190: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 191 of 198

825 Churu Sardarsahar SDM

Office

SDM OFFICE MEGAHIGHWAY,

SARDARSAHAR TIRAHA

4 Mbps M/s Bharti

Airtel Ltd

826 Barmer Chohtan Sedwa

SDM Office

SDM OFFICE TEHSIL CAMPUS SEDWA

4 Mbps M/s Bharti

Airtel Ltd

827 Bikaner Bajju SDM

Office NEW SDM OFFICE, NEAR

BUS STAND BAJJU 4 Mbps

M/s Bharti

Airtel Ltd

828 Dausa Mandawar IGRS IGRS TEHSIL OFFICE

MANDAWAR 4 Mbps

M/s Bharti

Airtel Ltd

829 Kota Kota Tech.

Education

Govt. Polytechnic

College Kota 16 Mbps M/s BSNL

830 Alwar Neemrana SDM

Office

SDM, NEAR TEHSIL CAMPUS, NEEMRANA, ALWAR, NEEMRANA

4 Mbps

M/s

Vodafone

Idea Ltd

831 Chittorgarh Begun SDM

Office

SDM, SDM OFFICE, BEGUN, CHITTORGARH,

BEGUN

4 Mbps

M/s

Vodafone

Idea Ltd

832 Dholpur Sarmathura

Bari SDM

Office

SDM, KARAULI ROAD, SDM OFFFICE, SARMATHURA, DHOLPUR, BARI

4 Mbps

M/s

Vodafone

Idea Ltd

833 Bhilwara Phuliya

Shahpura SDM

Office

SDM, SDM OFFICE , PHULIYA , BHILWARA,

SHAHPURA

4 Mbps

M/s

Vodafone

Idea Ltd

834 Jodhpur Bawari SDM

Office

SDM, SDM OFFICE , BAWARI, JODHPUR,

BAWARI

4 Mbps

M/s

Vodafone

Idea Ltd

835 Churu Bidasar

Sunjagarh SDM

Office

SDM, DUNGARGARH BYPASS DARIBA ROAD,

BIDASAR, CHURU, SUJANGARD

4 Mbps

M/s

Vodafone

Idea Ltd

836 Baran Magrole SDM

Office

SDM, SDM OFFICE SISWALI ROAD,

MANGROLE, BARAN, MAGROLE

4 Mbps

M/s

Vodafone

Idea Ltd

837 Dungarpur Bhichiwara SDM

Office

SDM, SDM OFFICE, BHICHIWARA, DUNGARPUR, BHICHIWARA

4 Mbps

M/s

Vodafone

Idea Ltd

838 Bundi Talera SDM

Office

SDM,SDM OFFICE,BUNDI-KOTA

ROAD,TALERA,BUNDI,BUNDI

4 Mbps

M/s

Vodafone

Idea Ltd

839 Sawai

Madhopur Collectorate

Campus SDM

Office

SDM,COLLECTORATE CAMPUS,

SAWAIMADHOPUR, SAWAIMADHOPUR

4 Mbps

M/s

Vodafone

Idea Ltd

Page 191: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 192 of 198

840 Sawai

Madhopur Malarnadunga

r SDM

Office

SDM,NEAR NEW TEHSIL, MALARNADUNGAR, SAWAIMADHOPUR, MALARNADUNGAR

4 Mbps

M/s

Vodafone

Idea Ltd

841 Jalore Chitalwan SDM

Office

SDM, SDM OFFICE , NEAR PANCHYAT

SAMITI, CHITALWAN, DISTRICT-JALORE, PINCODE-343041

4 Mbps

M/s

Vodafone

Idea Ltd

842 Jodhpur Jodhpur Police

location RPTC Jodhpur 4 Mbps

M/s

Vodafone

Idea Ltd

Page 192: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 193 of 198

2. List of ILL & P2P sites:-

S.

N. District

Nearest

PoP/

Block/

District

Department

Name Department Address

Bandwidth

Details (in

Mbps)

Bandwidth

Vendor

1 Jaipur Jaipur DoIT&C\RISL Yojana

Bhwan\Secretariate 50

M/s Bharti

Airtel Ltd.

2 Jaipur Jaipur DoIT&C\RISL Yojana

Bhwan\Secretariate 50

M/s Bharti

Airtel Ltd.

3 Jaipur Jaipur DoIT&C\RISL

Yojana

Bhwan\Secretariate to

DR Site Jodhpur

50 M/s Bharti

Airtel Ltd.

4 Jaipur Jaipur DoIT&C\RISL

Yojana

Bhwan\Secretariate to

DR Site Jodhpur

50 M/s Vodafone

Idea Ltd.

5 Jodhpur Jodhpur DoIT&C\RISL DR site Jodhpur 50 M/s Vodafone

Idea Ltd.

6 Jodhpur Jodhpur DoIT&C\RISL DR site Jodhpur 50 M/s Vodafone

Idea Ltd.

3. List of P2P Sites:

S.No (A' End) Site Name (B' End) Bandwidth Firm Name

1 Jaipur (SHQ) Sarwar 100 Mbps M/s BSNL

2 Bhilwara Shahpura 100 Mbps M/s BSNL

3 Jaipur (SHQ) Uchain PS 100 Mbps M/s BSNL

4 Jaipur (SHQ) Alsisar 100 Mbps M/s BSNL

5 Jaipur (SHQ) Jaipur (SHQ) 100 Mbps M/s BSNL

6 Jaipur (SHQ) Buhana 100 Mbps M/s BSNL

7 Jaipur (SHQ) Chaksu 100 Mbps M/s BSNL

8 Jaipur (SHQ) Jalsoo 100 Mbps M/s BSNL

9 Jaipur (SHQ) Nawalgarh 100 Mbps M/s BSNL

10 Jaipur (SHQ) Phagi 100 Mbps M/s BSNL

11 Jaipur (SHQ) Reni 100 Mbps M/s BSNL

12 Jaipur (SHQ) Tijara 100 Mbps M/s BSNL

13 Jodhpur Bap 100 Mbps M/s BSNL

14 Jodhpur Bilara 100 Mbps M/s BSNL

15 Jodhpur Looni 100 Mbps M/s BSNL

16 Jodhpur Piper City 100 Mbps M/s BSNL

17 Baran Kishanganj 100 Mbps M/s BSNL

18 Jaipur (SHQ) Nainwa PS 100 Mbps M/s BSNL

19 Kota Piplda_Op 100 Mbps M/s BSNL

20 Kota Ramganj Mndi 100 Mbps M/s BSNL

Page 193: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 194 of 198

21 Pratapgarh Arnod 100 Mbps M/s BSNL

22 Rajsamand Amet 100 Mbps M/s BSNL

23 Rajsamand Deogarh 100 Mbps M/s BSNL

24 Rajsamand Railmagra 100 Mbps M/s BSNL

25 SHQ (Jaipur) Bhinay 100 Mbps M/s BSNL

26 SHQ (Jaipur) Peesangan 100 Mbps M/s BSNL

27 SHQ (Jaipur) KUMHER 100 Mbps M/s BSNL

28 SHQ (Jaipur) NADBAI 100 Mbps M/s BSNL

29 Bharatpur PAHARI 100 Mbps M/s BSNL

30 SHQ (Jaipur) WEIR 100 Mbps M/s BSNL

31 SHQ (Jaipur) BAYANA 100 Mbps M/s BSNL

32 Bharatpur KAMAN 100 Mbps M/s BSNL

33 SHQ (Jaipur) NAGAR 100 Mbps M/s BSNL

34 Bikaner Kolayat 100 Mbps M/s BSNL

35 Dholpur BARI 100 Mbps M/s BSNL

36 Dholpur BASERI 100 Mbps M/s BSNL

37 Dholpur RAJAKHERA 100 Mbps M/s BSNL

38 Dholpur SAPEU 100 Mbps M/s BSNL

39 SHQ (Jaipur) Sambhar 100 Mbps M/s BSNL

40 SHQ (Jaipur) Dudu 100 Mbps M/s BSNL

41 SHQ (Jaipur) Shahpura 100 Mbps M/s BSNL

42 SHQ (Jaipur) Bassi 100 Mbps M/s BSNL

43 SHQ (Jaipur) Jamwaramgarh 100 Mbps M/s BSNL

44 SHQ (Jaipur) kotputli 100 Mbps M/s BSNL

45 SHQ (Jaipur) Virat Nagar 100 Mbps M/s BSNL

46 Jodhpur Baori 100 Mbps M/s BSNL

47 SHQ (Jaipur) TODABHIM 100 Mbps M/s BSNL

48 SHQ (Jaipur) HINDON 100 Mbps M/s BSNL

49 SHQ (Jaipur) NADOTI 100 Mbps M/s BSNL

50 SHQ (Jaipur) Nawa 100 Mbps M/s BSNL

51 SHQ (Jaipur) Degana 100 Mbps M/s BSNL

52 SHQ (Jaipur) Didwana 100 Mbps M/s BSNL

53 Nagaur Kheenvsar 100 Mbps M/s BSNL

54 SHQ (Jaipur) Parbatsar 100 Mbps M/s BSNL

55 SHQ (Jaipur) Riyan 100 Mbps M/s BSNL

56 SHQ (Jaipur) Kuchaman City 100 Mbps M/s BSNL

57 SHQ (Jaipur) Makrana 100 Mbps M/s BSNL

58 Pali Jaitaran 100 Mbps M/s BSNL

Page 194: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 195 of 198

59 Pali Raipur 100 Mbps M/s BSNL

60 SHQ (Jaipur) BONLI 100 Mbps M/s BSNL

61 SHQ (Jaipur) BAMANVAS 100 Mbps M/s BSNL

62 SHQ (Jaipur) KHANDAR 100 Mbps M/s BSNL

63 Alwar Thanagazi 100 Mbps M/s BSNL

64 Jaipur(SHQ) Arain 100 Mbps M/s BSNL

65 Jaipur(SHQ) Kishangarh 100 Mbps M/s BSNL

66 Jaipur(SHQ) Kotakasim 100 Mbps M/s BSNL

67 Baran Mangrol_M 100 Mbps M/s BSNL

68 Jaipur(SHQ) RICCO OP 100 Mbps M/s BSNL

69 Jaipur(SHQ) Hindoli 100 Mbps M/s BSNL

70 Bundi Keshorai Patan 100 Mbps M/s BSNL

71 Chittorgarh Badi Sadri 100 Mbps M/s BSNL

72 Chittorgarh Kapasan 100 Mbps M/s BSNL

73 Chittorgarh Rashmi 100 Mbps M/s BSNL

74 Jaisalmer Pokaran_M 100 Mbps M/s BSNL

75 Jaipur(SHQ) Surajgarh 100 Mbps M/s BSNL

76 Jhalawar Khanpur 100 Mbps M/s BSNL

77 Jodhpur Tinwari 100 Mbps M/s BSNL

78 Kota Sagode 100 Mbps M/s BSNL

79 Kota Sultanpur 100 Mbps M/s BSNL

80 Nagaur Jayal 100 Mbps M/s BSNL

81 Nagaur Ladnu 100 Mbps M/s BSNL

82 Pali Bali 100 Mbps M/s BSNL

83 Pali Rani Station 100 Mbps M/s BSNL

84 Pali Rohat 100 Mbps M/s BSNL

85 Jaipur(SHQ) Danta Ramgarh 100 Mbps M/s BSNL

86 Jaipur(SHQ) Dhond 100 Mbps M/s BSNL

87 Jaipur(SHQ) Neem ka Thana 100 Mbps M/s BSNL

88 Jaipur(SHQ) Srimadhopur 100 Mbps M/s BSNL

89 Udaipur Bhinder 100 Mbps M/s BSNL

90 Jaipur(SHQ) Malpura 100 Mbps M/s BSNL

91 Bharatpur Roopwas 100 Mbps M/s BSNL

92 Ganganagar Anupgarh 100 Mbps M/s BSNL

93 Ganganagar Ghadsana 100 Mbps M/s BSNL

94 Ganganagar Karanpur 100 Mbps M/s BSNL

95 Hanumangarh Pallu PS 100 Mbps M/s BSNL

96 Hanumangarh Pilibanga 100 Mbps M/s BSNL

97 Hanumangarh Rawatsar 100 Mbps M/s BSNL

Page 195: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 196 of 198

98 Ganganagar Sadulshahar 100 Mbps M/s BSNL

99 Hanumangarh Tibbi 100 Mbps M/s BSNL

100 Jhalawar Bakani 100 Mbps M/s BSNL

101 Jhalawar Bhawani Mandi 100 Mbps M/s BSNL

102 Jhalawar DAG 100 Mbps M/s BSNL

103 Jhalawar GANGDHAR TOWN

OP 100 Mbps M/s BSNL

104 Pratapgarh Chhoti Sadri 100 Mbps M/s BSNL

105 Chittorgarh Begun 100 Mbps M/s BSNL

106 Pratapgarh Salamgarh 100 Mbps M/s BSNL

107 Pratapgarh Suhagpura 100 Mbps M/s BSNL

108 SHQ (Jaipur) Uniara 100 Mbps M/s BSNL

109 Ganganagar Raisingh Nagar 100 Mbps M/s BSNL

110 Udaipur LASADIYA 100 Mbps M/s BSNL

111 Udaipur SALUMBER 100 Mbps M/s BSNL

112 Udaipur SARARA (UDAIPUR) 100 Mbps M/s BSNL

113 Udaipur Mavli 100 Mbps M/s BSNL

114 Jhalawar PIRAWA 100 Mbps M/s BSNL

115 Jhalawar SUNEL PS 100 Mbps M/s BSNL

116 SHQ (Jaipur) Mahuwa 100 Mbps M/s BSNL

117 Ajmer Bhilwara 500 Mbps M/s Bharti Airtel

Ltd.

118 Ajmer Nagaur 500 Mbps M/s Bharti Airtel

Ltd.

119 Ajmer Tonk 500 Mbps M/s Bharti Airtel

Ltd.

120 Bharatpur Dholpur 500 Mbps M/s Bharti Airtel

Ltd.

121 Bharatpur Karouli 500 Mbps M/s Bharti Airtel

Ltd.

122 Bharatpur Sawai Madhopur 500 Mbps M/s Bharti Airtel

Ltd.

123 Bikaner Churu 500 Mbps M/s Bharti Airtel

Ltd.

124 Bikaner Shri Ganganagar 500 Mbps M/s Bharti Airtel

Ltd.

125 Bikaner Hanumangarh 500 Mbps M/s Bharti Airtel

Ltd.

126 Jaipur Alwar 500 Mbps M/s Bharti Airtel

Ltd.

127 Jaipur Dausa 500 Mbps/ 1 gbps M/s Bharti Airtel

Ltd.

128 Jaipur Jhunjhunu 500 Mbps M/s Bharti Airtel

Ltd.

Page 196: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 197 of 198

129 Jaipur Sikar 500 Mbps M/s Bharti Airtel

Ltd.

130 Jodhpur Barmer 500 Mbps M/s Bharti Airtel

Ltd.

131 Jodhpur Jaisalmer 500 Mbps M/s Bharti Airtel

Ltd.

132 Jodhpur Jalore 500 Mbps M/s Bharti Airtel

Ltd.

133 Jodhpur Pali 500 Mbps M/s Bharti Airtel

Ltd.

134 Jodhpur Sirohi 500 Mbps M/s Bharti Airtel

Ltd.

135 Kota Baran 500 Mbps M/s Bharti Airtel

Ltd.

136 Kota Bundi 500 Mbps M/s Bharti Airtel

Ltd.

137 Kota Jhalawar 500 Mbps M/s Bharti Airtel

Ltd.

138 Udaipur Banswara 500 Mbps M/s Bharti Airtel

Ltd.

139 Udaipur Dungarpur 500 Mbps M/s Bharti Airtel

Ltd.

140 Udaipur Rajasamand 500 Mbps M/s Bharti Airtel

Ltd.

141 Udaipur Pratapgarh 500 Mbps M/s Bharti Airtel

Ltd.

142 Jaipur Ajmer 1 Gbps-500 Mbps M/s Bharti Airtel

Ltd.

143 Jaipur Bharatpur 1 Gbps-500 Mbps M/s Bharti Airtel

Ltd.

144 Udaipur Chittorgarh 500 Mbps M/s Bharti Airtel

Ltd.

145 Jaipur Bikaner 100 Mbps M/s Bharti Airtel

Ltd.

146 Jaipur Jodhpur 1 Gbps M/s Bharti Airtel

Ltd.

147 Jaipur Kota 100 Mbps M/s Bharti Airtel

Ltd.

148 Jaipur Udaipur 500 Mbps M/s Bharti Airtel

Ltd.

Page 197: Draft Request for Proposal (RFP) for Maintenance Services on ...

Request for Proposal (RFP) for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract (RC)

Page 198 of 198

ANNEXURE-24 : FORM OF BID-SECURING DECLARATION

(On Rajasthan Non-Judicial Stamp Paper worth Rs.50/- + Surcharge on Stamp Paper as per

rules)

Form of Bid-Securing Declaration

Date: Bid No. : Alternative No. : To: …………………… …………………….. We, the undersigned, declare that: We understand that, according to your conditions, bids must be supported by a Bid-Securing Declaration. We accept that we are required to pay the bid security amount specified in the Term and Condition of Bid, in the following cases, namely:- (a) When we withdraw or modify our bid after opening of bids; (b) When we do not execute the agreement, if any, after placement of supply/work order

within the specified period; (c) When we fail to commence the supply of the goods or service or execute work as per

supply/work order within the time specified; (d) When we do not deposit the performance security within specified period after the

supply/work order is placed; and (e) If we breach any provision of code of integrity prescribed for bidding specified in the Act

and Chapter VI of these rules. In addition to above, the State Government shall debar us from participating in any procurement process undertaken for a period not exceeding three years in case where the entire bid security or any part thereof is required to be forfeited by procuring entity. We understand this Bid Securing Declaration shall expire if:-

(i) We are not the successful Bidder; (ii) The execution of agreement for procurement and performance security is furnished by

us in case we are successful bidder; (iii) Thirty days after the expiration of our Bid. (iv) The cancellation of the procurement process; or (v) The withdrawal of bid prior to the deadline for presenting bids, unless the bidding

documents stipulate that no such withdrawal is permitted. Signed :------------------

Name :----------------------

In the capacity of :---------

Duly authorized to sign the bid for and on behalf of:

Dated on --------------------- day of ---------------------

Corporate Seal ---------------------

[Note: In case of a Joint Venture, the Bid Securing Declaration must be signed in name of all partners of the Joint Venture that is submitting the bid.]