Page no. Section No. Content/Clause of the RFP requiring clarification Clarification Sought Response / Clarifications 13 1.1 Under phase II, State led model, all the 12,524 GPs as per the 1.3 Project structuring components Package Total number of GP are 13383. Which number to be taken into consideration? Package wise GP location total to 13383 which included Pesudo GPs 64 3.57.3 iii MSI/SI shall be entitled to a maximum of 6 hours of Planned Outages per district with maximum four (4) Maintenance Windows per year, thus totaling 32 hours of outages during 1-year period for the network installed and commissioned by the MSI/SI. Such downtime shall not be treated as part of downtime for Service Level calculations. The MSI/SI shall give 1-week prior notice in case of any such planned outages. The time for such outages shall be normally during non-peak unless otherwise decided mutually for some other time window. How we will handle if it is emergency downtime required as part of troubleshooting beyond 4hrs On Clear explanation and justification on emergency provided by MSI/SI, Committee shall evaluate and approve. 103 5.1 Primary objective of BharatNet project is to provide connectivity of 1 Gbps at each Gram Panchayat in case of wired media and 100 Mbps, scalable to 1Gbps if the connectivity is through radio Considering the user base of up to 2300 and 8000 we are targeting at each of the Type-2 and Type - 1 respectively which comes to around 600 households in Type-2 case 2000 households in case of Type-1 GP, the bandwidth which needs to be planned at each GP would be at least 2 Gbps to cater to both residential and enterprise B2B usecases such as mobile towers and Wifi hotspots in GPs. Tender clause remains the same. 106 5.6.1 Point 6 MSI should co-ordinate with all SIs to integrate the Optic Fibre Network with State NOC as well as BBNL Network Operations Centre in New Delhi or Bangalore with the help of BBNL team. Considering that IP/MPLS network is being planned as part of this RFP, and existing BBNL NOC having only GPON EMS integration for the center led models, do we have the existing integration interfaces ready with BBNL central NOC to integrate the IP/MPLS components or we need to plan for additional hardware to be placed in BBNL NOC also? Not centre led model integration it is only state led model integration for IP MPLS only Queries Received from prospective bidders in Pre-Bid Meeting & subsequently through E mail. Tender No: NIT/TANFINET/001/PACKAGE-A, B,C & D Tender Dated: 05-12-19
201
Embed
Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should
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
no.
Section
No.
Content/Clause of the
RFP requiring
clarification
Clarification Sought Response / Clarifications
13 1.1 Under phase II, State led
model, all the 12,524 GPs
as per the 1.3 Project structuringcomponents Package Total
number of GP are 13383. Which
number to be taken intoconsideration?
Package wise GP location total to13383 which included Pesudo GPs
64 3.57.3 iii MSI/SI shall be entitled toa maximum of 6 hours ofPlanned Outages perdistrict withmaximum four (4)Maintenance Windows peryear, thus totaling 32hours of outages during1-year period for thenetwork installed andcommissioned by theMSI/SI. Such downtimeshall not be treated as partof downtime for ServiceLevel calculations. TheMSI/SI shallgive 1-week prior notice incase of any such plannedoutages. The time for suchoutagesshall be normally duringnon-peak unless otherwisedecided mutually for someother timewindow.
How we will handle if it isemergency downtime required aspart of troubleshooting beyond4hrs
On Clear explanation and justificationon emergency provided by MSI/SI,Committee shall evaluate andapprove.
103 5.1 Primary objective of BharatNet
project is to provide connectivity of 1
Gbps at each Gram Panchayat in
case of wired media and 100 Mbps,
scalable to 1Gbps if the connectivity
is through radio
Considering the user base of up to 2300 and
8000 we are targeting at each of the Type-2 and
Type - 1 respectively which comes to around 600
households in Type-2 case 2000 households in
case of Type-1 GP, the bandwidth which needs to
be planned at each GP would be at least 2 Gbps
to cater to both residential and enterprise B2B
usecases such as mobile towers and Wifi
hotspots in GPs.
Tender clause remains the same.
106 5.6.1 Point 6 MSI should co-ordinate with all SIs to
integrate the Optic Fibre Network with
State NOC as well as BBNL Network
Operations Centre in New Delhi or
Bangalore with the help of BBNL
team.
Considering that IP/MPLS network is being
planned as part of this RFP, and existing BBNL
NOC having only GPON EMS integration for the
center led models, do we have the existing
integration interfaces ready with BBNL central
NOC to integrate the IP/MPLS components or we
need to plan for additional hardware to be placed
in BBNL NOC also?
Not centre led model integration it is only state led
model integration for IP MPLS only
Queries Received from prospective bidders in Pre-Bid Meeting & subsequentlythrough E mail.
Tender No: NIT/TANFINET/001/PACKAGE-A, B,C & D Tender Dated: 05-12-19
106 5.6.1 Point
4,5,6
(Installation,
Commissioning
& Integration of
Active
Components
across the
State)
Integration of all active components
to NOC is achieved through TN-
SWAN PoPs implemented across the
state.
Is TN-SWAN only the conenctivity options (or) is
there any backup path also available to reach to
NOC considering that the services uptime is
monitored from NOC and any service outage in
TN-SWAN will also have impact on the services
provided by MSI
TANFINET will support in providing secondary
connectivity on Internet for NOC reachability.
108, 109 5.6.1 a)
Network
Design
Principles,
High level Network Diagram – TN
BharatNet
Block to GP connectivity
Both the diagrams are a bit confusing as it is not
referring to Block, GP Type-1 and Type-2 routers.
Instead it is showing Type 1, Type 2 and Type 3
routers. This needs to be corrected or a mapping
needs to be given to avoid confusion
Modified diagram will be included
108 5.6.1 a)
Network
Design
Principles,
Type 2 Gram Panchayat PoPs The description is given as 'L2 switches with 1
Gig Interface for connectivity to Type 1 PoPs or
Block PoPs' but the Router specifications for GP
Type 2 are provided in annexure. Will we be only
using L2 switches (or) Routers with L3 support
also in the GP Type 2 PoPs
Modified diagram will be included
107 Point 8
(Network
Design
Principles)
BharatNet will be integerated to
proposed TamilNet infrastructure by
integrating the Nodes of BharatNet
and the PoPs of TamilNet at TNEB
Substations
Will TamilNet be one of the service provider on
top of the BBNL network (or) BBNL network will
use TamilNet service for interconenctivity. Can
you provide some details on TamilNet
Tamilnet will be separate tender and this portion will
be from block to district connectivity. BharatNet
implmentation selected SI will coordinate with
TamilNet SI in future for integration. TamilNet details
will be shared to successful bidder later based on the
requirement.
26 2.30 Sr No 3 Package A: Sole Bidder or
consortium should have executed
works to the minimum value of Rs.
135 Cr in NOC and MPLS equipment
commissioning in Telecom services
in the last 3 financial years (FY 2016-
17, FY 2017-18, FY 2018-19)
1) We Understand that as the technology asked
is IPMPLS, the executed work experience should
be in IP/MPLS. Please confirm.
2) As the final solution comprises of various
technologies we request you to allow to consider
value of executed projects for IT Systems
Integration services / IT services / Network
services / Telecom services / NMS / OSS/ BSS
services/ Government in last 5 years .
3) The IP/MPLS implementaion has been
happening in India for more than 5 years now. As
the various projects have been completede in
Telecom/Goverment Sector, we request you to
include the experience for last 5 years atleast for
execution.
Please refer corrigendum
26 2.3 In case a bidder is bidding for multiple
packages, the minimum turnover
requirement will be the aggregate of
the turnover specified. (Details to be
checked from respective tender
references). In case of bidding for
multiple packages where the turnover
is less than the aggregate specified,
the minimum value package shall be
excluded.
In case a bidder is bidding for multiple packages,
the minimum turnover requirement will not be the
aggregate of the turnover specified. (Details to be
checked from respective tender references).
Please refer corrigendum
21 & 30 2.16 & 2.39 Security Deposit should be valid for
the entire period of 8 years plus 180
days and thereafter the Security
Deposit shall be refunded, subject to
the conditions mentioned in this
tender document, without any interest
Normally, Bank issues BG only for 3 years.
Request to confirm if BG with 3 years can be
submitted and on expiry of BG, another fresh BG
can be issued for another period of 3 years and
so on.
BG renewal to be done by successful Bidder by its
own notion 60 days before expire of the BG
18 2.10 C /h Consortium Agreement Consortium Agreement format Not available,
Kindly provide the same
Please refer corrigendum
18 2.10 C /i Self-Certification of Blacklisting Self-Certification of Blacklisting format Not
available, Kindly provide the same
To be included
20 2.15 EMD (Page 20) Request to accept EMD of 3.5Cr as BG instead
of RTGS. Tender clause remains the same.
26 2.3/ 4 Package A: 1. The Bidder must have
experience in commissioning at least
1500 Nos of IP-MPLS Carrier grade
Routers for Telecom Service
Providers, after 1st April 2016.
We understand here Bidder means lead bidder
and consortium member. In this clause the
experience of both members are clubbed. Kindly
confirm.
Please refer corrigendum
26 2.3/ 5 2. The Bidder must have the
experience in implementing and
maintaining Operations Support
System & Business Support System
(OSS & BSS) in two projects catering
to Telecommunication / Wireline /
Cellular Network service sectors in
India after 1st April 2016
We understand here Bidder means lead bidder
and consortium member. In this clause the
experience of both members are clubbed. Kindly
confirm.
Please refer corrigendum
28 2.35 If any Bidder withdraws his bid, at any
stage after the submission of the bid,
till the final evaluation or declaration
of the final selected Bidder, it will be
declared a defaulting Bidder and EMD
of such defaulting Bidder will be
forfeited and Purchaser reserves right
to blacklist such Bidders for next 3
years from participating in any tender.
In such situation the tendering
process will be continued with the
remaining Bidders as per their
ranking.
Please clearly specify whether the black listing
shall be applicable for whole tendering process
of this dept. or is it applicable for other govt depts
too.
Tender clause remains the same.
34 Section III 3.1 Intellectual Property Rights We understand the Ownership should be with
customer however kindly confirm registration &
relevant cost with this would be in whose scope.
Generally Registration chares shall be in the
scope of client. Line item for this to be added in
BoQ Purchaser shall not be liable for any charges fees
fines etc araising out use of IPR protected products/
processes by the bidder during the period contract (
1+7 years)
3.12, 3 &4 - Should be read along. Meaning all the
IPR protected product and processes used by the
bidder in implementation of the project shall become
the propoerty of the purchaser. However in case of
any new product/ processes developed by the bidder
for this project exculsively it will be covered by the
general mutual NDA to signed between the sucessful
Bidder and Purchaser
54 Section III 3.35 Insurance Separate line item to be added in BoQ for
Insurance costTender clause remains the same. Cost of Insurance
to be included in product cost
51 Section III 3.28 Payment schedule · 10% Mobilization advance against ABG
Tender Condition remains the samw
51 Section III 3.29 Payment schedule · 60% Supply of materials(Identified and
approved by competent Authority)
Please refer corrigendum
51 Section III 3.30 Payment schedule 20% Against milestone basis (against I&C and
End-to-End connectivity of completed segment of
network with set of Blocks, GPs and Pseudo
GPs)
Please refer corrigendum
51 Section III 3.31 Payment schedule 10% after 1 month of commissioning of entire
network
Please refer corrigendum
51 Section III 3.32 Payment schedule O&M - Payment shall be made GP wise after
completion on every Quarterly basis (Based on
SLA parameters)
Please refer corrigendum
99 Section IV
4.25.2 form P2
BOQ in Macros-A.3 Next Gen
Firewall
Qty not mentioned in Tender document as well as
line item missing in BOQ_180910 ; Pls clarify
Please refer corrigendum
85 MAF-
Manufacturer’s
Authorization
Format (MAF)
From OEM
Form 16 - Manufacturer’s
Authorization Format (MAF) From
OEM (To submitted during before
implementation by MSI/ SI)
Form 16 - Manufacturer’s Authorization Format
(MAF) From OEM (Mandatorily to be submitted
during the time of bidding by MSI/ SI)
Refer Corrigendum
23 1.2 Helpdesk
Shall support relevant screen pop-ups
on the agents’ screen on the basis of
call location detection
Relevant Screens can be popped up, But kindly
clarify how the location information be parsed to
the ACD
Details will be provided to successful bidder.
22 1.2 Helpdesk General
Kindly clarify the no. of Agent Licenses need to
be provided Minimum 10 member license required.
22 1.2 Helpdesk General
Kindly clarify whether only Inbound Voice Agents
needed Or is it required to provide Outbound
Voice Agents, Email Agents and Webchat Agents
also.Kindly help with qty also
Outbound is also required with Email and webchat
NA
Additional
points -
Request to add
to RFP
OEM should have supplied IP-MPLS
network equipment for any defence
communication project in India and
would have been acceptable to the
India defence authorities. Additional Refer Corrigendum
NA
Additional
points -
Request to add
to RFP
The OEM of active network devices
should have existing capability and
infrastructure to provide 24X7X365
technical support in India with atleast
100 technical specialist . OEM has to
give undertaking on the same. Additional Refer Corrigendum
NA
Additional
points -
Request to add
to RFP
The OEM should have local spare
depot / Warehouse in Tamilnadu at
the time of bidding and has to give
undertaking on the same with contact
details Additional Refer Corrigendum
NA
Additional
points -
Request to add
to RFP
The OEM of active network devices
to be quoted by the bidder should be
present in India for minimum of 10
years. Additional Refer Corrigendum
NA
Additional
points -
Request to add
to RFP
The OEM whose active components
are being quoted by the bidder should
have posted profit in the last seven
years Additional Refer Corrigendum
NA
Additional
points -
Request to add
to RFP
OEM should have minimum 1000
Crores turnover India / Worldwide Additional Refer Corrigendum
NA
Additional
points -
Request to add
to RFP
OEM shall have certification ISO
9001:2015 & ISO 14001:2015 Additional Refer Corrigendum
20 2.15 The EMD amount shall be transferred
online using payment gateway as
mentioned under Section I, as part of
its bid submission
The bidders registered with Micro and Small
Enterprises (MSEs) as defined in MSE
procurement policy and issued by Department of
Micro, Small and Medium Enterprises (MSME),
Government of India may please be exempted
from Bid Security.
As per provision lay down under Tamil Nadu
Transperency in Tenders Rules, 2000 under rule 14-
commercial condition to be followed.
101 to 103
Format for
Price Bid;
D & E
Survey, Supply, Installation,
Commissioning and Operation &
Maintenance of Optical Fibre Network
(OFN) in Tamil Nadu Table A:
D. Services for UG OFC Laying and
E. Services for Aerial OFC Laying
Instead of 1KM, kindly provide the BOQ of all
Installation line-items as this is an EPC Contract
and our Installation overheads will be distributed
across various items depending on the quantity.
Please refer corrigendum
55 3.43
Conditions during implementation
period:
The delay in commissioning of GPs
due to Row issues of Central
Government and Central PSUs shall
be time shall not be counted as delay
for calculation of Penalty
We request you to add State Governments, State
PSUs & Private Agencies also in this clause.
Tender clause remains the same
56 3.44
If the OFC cable cut is such that the
cable has been damaged for distance
more than 10 meter by any external
agency, then Purchaser shall bear
cost of cable/PLB. Purchaser will pay
for material charges only.
We request you to bear the cost of Service
charges also.Tender clause remains the same
56 3.44
If the pole has fallen or replaced by
electricity department/external agency
and cable has been damaged such
that it cannot be used further, then
Purchaser shall bear cost of cable,
Pole (if required) other pole kits. The
cost of workmanship and other store
like jointing kits etc. shall be borne by
SI.
We request you to bear the cost of all materials,
accessories and Service charges also.Tender clause remains the same
56 3.44
Due to various cut (more than 8 cuts
in one km) due to wear and tear or by
external agency, OFC cable shall be
replaced, and Purchaser shall bear
the cost of material only
We request you to bear the cost of all materials,
accessories and Service charges also.Tender clause remains the same
the required activities for delivery of equipment at all
locations.
50
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.27
Payment
Schedule
1. SLA
report duly certified by
TPA/Purchaser
2. Go-Live certificate by TPA, as
accepted by Purchaser
1. Go-Live shall not be linked with NOC as NOC
is not in scope of this package.
2. In case, any delay in establishment of NOC
then payment of successful bidder of this
pacakge shall not be impacted. Please confirm.
As the integration of the nodes ( GP and Block) is
defined as Golive. NOC Go live is mandatory.
Responsibility of NOC Golive remains with MSI.
51
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.27
Payment
Schedule
Go- Live is the date declared by the
Purchaser after successful
commissioning of 100% PoPs by the
MSI/SI.
Go- Live shall be the date of commissioning of
100% PoPs in particular Block by the MSI/SI.
Please accept and confirm.
Tender calsue remains the same.
55
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.43
Conditions
during
implementation
period
The MSI/SI shall undertake
implementation immediately after the
issue of work order.
As per Tender, MSI/SI can start work only after
approval of survey. Please amend this clause
accordingly.
Please refer corrigendum
61
SECTION III.
3.56 Service
Level
Agreement &
Targets
Network Availabilty at Block Nodes
(UG & Aerial)
The Monthly Target needs to be amended to >
95% (No Penalty) instead of > 99.5% due to
various factors not attributed in Package B SI
scope, < 90% with additional 1% penalty on
account of each reduction in uptime.
Kindly consider & please confirm.
Please refer corrigendum
61
SECTION III.
3.56 Service
Level
Agreement &
Targets
All segments of connectivity
Network latency / Jitter (Core to
Access)
Please confirm, if applicable on SI scope as
defined in Package B
For both SI anad MSI
61
SECTION III.
3.56 Service
Level
Agreement &
Targets
All segments of connectivity
Network latency / Jitter (Core to
Access) - Upto 40ms (No Penalty) &
More than 40ms (0.5% penalty on
account of each 5ms additional
latency)
We request for removal of this clause since it is
applicable on Active SCOPE (Package A)
40 ms end to end testing
76
Section IV -
Bid Submission
Formats 4.
TECHNICAL
BID FORMAT
4.8. Form 8 -
ISO
Certification &
TL 9000
Certification
Valid ISO Certificate ISO 9001:2008 /
ISO 9001:2015 & TL 9000 should be
submitted
We undestand that either bidder or consortium
member shall have the valid ISO
certificate.Please confirm.
Yes any of the member should provide ISO
certification
84
SECTION IV
S.No 4.15
Form-16
MAF/OFC
OEM
Manufacturer’s Authorization Format
(MAF) /OFC OEM
Kindly Clarify that bidder can submit MAF from
more than 1 OEM for any particular SOR item or
only 1 OEM per SOR item is allowed?
Bidders can submit 1 MAF per 1 SOR item
117
SECTION V.
SCOPE OF
WORK g)
Helpdesk
Helpdesk should have minimum 8-
member team which shall have 2
members form each package.
Depends on the bidder selection
MSI/SI should provide manpower
accordingly.
Helpdesk should have minimum 8-member team
which shall have 2 members form each package.
Depends on the bidder selection The Sole
bidder/Lead bidder/Any member of
Consortium should provide manpower
accordingly. Please confirm.
During implementation depends on the slection of SI
the members will be deployed at Helpdesk .
Members
118
SECTION V.
SCOPE OF
WORK h)
Helpdesk
Manpower
The MSI/SI shall deploy adequate
manpower as required for managing
all the sites to meet the SLAs as per
the criteria mentioned in the tender
document.
Kindly Clarify
The Sole bidder/Lead bidder/Any member of
Consortium deploy adequate manpower as
required for managing all the sites to meet the
SLAs as per the criteria mentioned in the tender
document.
Manpower depolyment can be from sole bidder or
any member of consortium, however responsibility
lies with Lead bidder of Consortium.
118
SECTION V.
SCOPE OF
WORK h)
Helpdesk
Manpower
Minimum 8-member team (Program
Manager, Fibre Technician, Network
Engineer, Assistant, Splicer, Project
Manager at Block level coordination,
GIS Expert and MIS Expert ect.)
Kindly Clarify
The team member should be The Sole
bidder/Lead bidder/Any member of
Consortium.
Manpower depolyment can be from sole bidder or
any member of consortium, however responsibility
lies with Lead bidder of Consortium.
119
SECTION V.
SCOPE OF
WORK 5.7
Indicative NOC
Manpower
MSI shall provide indicative
manpower for NOC and Helpdesk
management. The manpower would
be utilised during the operation and
maintenance phase of network
management.
MSI/SI/Any member of Consortium shall
provide indicative manpower for NOC and
Helpdesk management. The manpower would be
utilised during the operation and maintenance
phase of network management.
Kindly Clarify
MSI to provide manpower for NOC operation and
Helpdesk. Overall NOC operation and maintance is
handled by MSI, thus resources can be from MSI and
their consortium from SI is not required.
132
SECTION V.
SCOPE OF
WORK 5.9
Acceptance
testing
Purchaser will select a Third-Party
Agency (TPA) for monitoring of the
implementation of projects on various
Parameters. TPA shall verify and
certify the quality as well as quantity
of the of work done for material,
OTDR Testing, End to End Testing,
checks and review of trenching,
installation of OFC /Duct, refilling of
trench, splicing etc. for all 100% sites.
Please clarify:
1. Who will be TPA and when such TPA shall
made availabe by Purchaser?
2. Who shall bear the cost of TPA?
3. Any AT schedule defined by Tanfinet
TPA selection by TANFINET under process. TPA will
be on boarded along with SI/ MSI selection
133
SECTION V.
SCOPE OF
WORK 5.10
Quality
Assurance and
testing
The QA test schedule shall be issued
by Purchaser. There shall be stages
of testing as required.
1. What is the timelines for issuance of QA test
Schedule?
2. Who shall carry out the bulk QA testing at
OEM factory?
3. Who shall bear the cost of testing charges by
QA testing agency?
Kindly Clarify
1. The QA testing schedule is planned to happen as
immediately as the each step of project completion,
to ensure that the rollout happens seemless
2. TPA will carry the QA testing
3. TPA bears the cost of testing charges & TPA will
be appointed by the Purchaser i.e., TANFINET
143
SECTION V.
SCOPE OF
WORK 5.18.1
UPS and
Battery
Maintenance
All UPS shall be from a single vendor
with the EMS
UPS & EMS required from same OEM.
Kindly clarify
Further it is advisable to have multiple OEM's for
UPS & Batteries in order to ensure SLA timelines
are met.
Kindly amend the same. UPS and batteries shall be from different OEMs
148
5.19 O&M of
Optical Fibre
Infrastructure
(SI)
PIA shall obtain necessary Right of
Way (RoW) from State/Central
agencies whichever applicable.
TANFINET shall facilitate the PIA in
obtaining the same. The cost incurred
in obtaining RoW shall be reimbursed
on actuals on giving
necessary/relevant documents.
Please clarify -
1. Will TANFINET facilitate RoW clearance's with
NHAI, HSVP, PWD nodal agencies and bear the
costs directly?
2. Railways RoW is a major issue, request
TANFINET to clear the same.
3. NGT (Forest) RoW also requesting TANFINET
to clear the same.
4. Please confirm that ROW charges for all
applicable authorieties will be borne by
TANFINET
5. Please confirm that it is TANFINET
responsibility to get necesarry ROW approvals
from all relavent auhtorities.
6. Please note that RoW shall be applied on letter
head of TANFINET and demand note shall be
issued by concerned authorities in name of
TANFINET. Therefore, RoW payment shall be
made directly by TANFINET. However, SI shall
support in this process.
Please confirm.
TANFINET will facilitate State ROW approvals
48
ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.
TECHNICAL SPECIFICATION -
PACKAGE B, C & D
We undestand that either bidder shall quote the
product with valid TSEC as on date of bid
submission or have applied for TSEC in BSNL
QA against the said GR. However, such bidder
shall submit the TSEC at the time of acceptance
of APO to Purchaser. Please confirm.
Refer Corrigendum
81 4.13. Form 13Form 13 - Undertaking on OFC
laying capability
Please arrange to calrify the basis and effect of
this requirement on evaluation process.
OFC undertaking will be part of technical evaluation
39 3.17 A comprehensive on-site warranty
and Operations & Maintenance on all
goods supplied under this contract
shall be provided by the respective
Original Equipment Manufacturer
(OEM) through MSI/SI till the Go-Live.
The penalties for the SLA during the
warranty period shall be recovered by
the 10% withhold value
The clause does not clearly represent the
obligation of OEM & SI against warranty clause.
The Clause may be suitably amended as under:
A standard on-site warranty and Operations &
Maintenance on all goods supplied under this
contract shall be provided by the respective
Original Equipment Manufacturer (OEM) through
MSI/SI till the Go-Live while MSI shall be
responsible for providing comprehensive on-site
and Operations & Maintenance on all goods.
Further, MSI shall commence O&M services once
End-to-End Connectivity in a Segment of GPs is
achieved. MSI will be paid on pro-rata basis
during the period of such O&M prior to the Go-
Live. Please confirm.
Tender calsue remains the same.
39-40 3.14 Indemnity
a) The MSI/SI shall indemnify and
defend Purchaser and its
representatives & employees and
hold Purchaser, its representatives,
employees harmless from
b) Damages and losses caused by its
negligent or intentional act or
omission or any damages and losses
caused by the negligent act of any
third party or agency engaged by the
MSI/SI;
c) Damages and losses resulting
from the non-compliance with the
established obligations; Third Party
claim against Purchaser or its
nominated agency that any
Deliverables/Services/Equipment
provided by the MSI/SI infringes a
copyright, trade secret, patents or
other intellectual property rights of
any third party in which case the
MSI/SI shall defend such claim at its
expense and shall pay any costs or
damages that may be finally awarded
against Purchaser or its nominated
agency. d) If any
Deliverable is or likely to be held to be
infringing, the MSI/SI shall at its
expense and option either (i) procure
the right for Purchaser to continue
using it, or (ii) replace it with a non-
infringing equivalent, or (iii) modify it
to make it non-infringing.
e) Any environmental damages
caused by it and/or its
representatives or employees or
employees of any third party or
agency engaged by the MSI/SI
f) Breach (either directly by it or
Such indemnity clause should be mutual so we
propose to include "a) The Purchaser shall
indemnify and defend MSI/SI and its
representatives & employees and hold MSI/SI, its
representatives, employees harmless from
b) Damages and losses caused by its negligent
or intentional act or omission or any damages
and losses caused by the negligent act of any
third party or agency engaged by the Purchaser;
c) Damages and losses resulting from the non-
compliance with the established obligations; Third
Party claim against MSI/SI or its nominated
agency that any Deliverables/Services/Equipment
provided by the Purchaser infringes a copyright,
trade secret, patents or other intellectual property
rights of any third party in which case the
Purchaser shall defend such claim at its expense
and shall pay any costs or damages that may be
finally awarded against/SI or its nominated
agency.
d) Any environmental damages caused by it
and/or its representatives or employees or
employees of any third party or agency engaged
by the Purchaser
e) Breach (either directly by it or through its
representatives and/or employees) of any
representation and guarantee declared herein by
it."
Tender clause remains the same
28 2.34 Additional Clause: General Rejection
criteria
Since Earnest Money is the foremost criteria for a
bidder to participate in the bid, this clause must
be added in rejection criteria.
39
Section III -
General
Conditions of
the Contract
and Service
Level
Agreement.
Clause no
3..9.11.C
All the licenses under this contract
should be in the name of the
purchaser.
Please note that license is normally issued in the
name of applicant. Threfore, kindly confirm that
Purchase shall apply for issuance of Licences as
and when required.
SI/ MSI to facilitate in getting necessary lisences to
TANFINET based on requirement
39.0 3.9.11(b) All the OEMs that Bidder proposes
should have Dealer possession
licenses
This clause is irrelevant for Package -B,C &D.
Still perpetual licenses are cost effective & bear
one time cost. There will be no additional cost of
upgrades in the software. This clause may,
therefore, be amended as "The software
licenses, if required as per the terms of the
tender and proposed by the MSI/SI should be
perpetual software licenses. The software
licenses shall not be restricted based on location
within India". Please confirm.
The clause is for Package A, MSI.
39
Section III -
General
Conditions of
the Contract
and Service
Level
Agreement.
Clause no
3..9.11.B
All the OEMs that Bidder proposes
should have Dealer possession
licenses
1. This clause is not applicable as Dealer
possession licenses (DPL) is applicable for
Import of Radio/RF equipments. Please accept.
2. Please clarify that Dealer possession licenses
is required for which SOR item.
Refer Corrigendum
54 3.33 Any dispute or difference whatsoever
arising between the parties to the
Contract, out of or relating to the
construction, meaning, scope,
operation or effect of the Contract or
validity of the breach thereof, which
cannot be resolved through amicable
formal negotiation process, shall be
referred to a sole Arbitrator to be
appointed by the Managing Director,
TANFINET. The Arbitration shall be
held in Chennai, India and the
language shall be English only.
In the interest of justice we request that the
dispute/ differences be referred to a Tribunal of
three (3) Arbitrators, constituted as per the terms
of and under the (Indian) Arbitration and
Conciliation Act, 1996. Each party to the contract
shall appoint/ nominate one Arbitrator each, the
two Arbitrators so appointed/ nominated by the
Parties herein shall together choose the third
Arbitrator, who shall be the Presiding Arbitrator of
the Tribunal. The consortium of the three
Arbitrators shall form the Arbitral Tribunal.
In case, a party fails to appoint an arbitrator within
30 days from the receipt of the request to do so
by the other party or the two Arbitrators so
appointed fail to agree on the appointment of third
Arbitrator within 30 days from the date of their
appointment, competent Court shall appoint the
arbitrator/Presiding Arbitrator upon request of one
of the parties. Please confirm.
Tender clasue remains the same
53 3.33 Arbitration
Any dispute or difference whatsoever
arising between the parties to the
Contract, out of or relating to the
construction, meaning, scope,
operation or effect of the Contract or
validity of the breach thereof, which
cannot be resolved through amicable
formal negotiation process, shall be
referred to a sole Arbitrator to be
appointed by the Managing
Director, TANFINET. The Arbitration
shall be held in Chennai, India and the
language shall be English only.
It is a term of the contract that the
party invoking arbitration shall specify
all disputes to be referred to
arbitration at the time of invocation of
arbitration and not thereafter.
It is also a term of the contract that
neither party to the contract shall be
entitled to seek interest and the
arbitrator should not grant interest.
The Arbitral Tribunal shall give
reasoned award and the same shall
be final, conclusive and binding on the
parties.
The venue of the arbitration shall be
the Chennai and the language
English.
The fees of the arbitrator and
expenses incidental to the arbitration
proceedings shall be borne equally by
the parties.
Subject to as aforesaid, the
provisions of the Arbitration and
Conciliation Act 1996 and any
statutory modifications or re-
enactment in lieu thereof shall apply
to the arbitration proceedings under
We hereby propose to have three arbitrators
panel (One arbitrator to be appointed by
Purchaser and other by System Integrator. The
presiding arbitrator shall be appointed by two
earlier nominated arbitrators) and in place of Sole
Arbitrator. Kindly arrange to confirm.
Tender clasue remains the same
54 3.34Arbitrator shall be appointed by the
Managing Director, TANFINET.
The Arbitrator shall be appointed mutually by the
parties to the arbitration dispute. This mutual
agreement to appoint one/three arbitrators is a
right imposed by judicial precedents and no one
party shall have the right to appoint the arbitrator.
Tender clause remains the same
55 3.38 Conflict of InterestPlease specify what shall constitute a conflict of
interest in terms of this Contract.For successful bidder details will be provide during
contract agreement with TANFINET
54
3.36 Limitation
of the MSI/SI’s
Liability
towards the
Purchaser
Except in case of gross negligence or
wilful misconduct on the part of the
MSI/SI or on the part of any person or
company acting on behalf of the
MSI/SI in carrying out the Services,
the MSI/SI, with respect to damage
caused by the MSI/SI to Purchaser
resulting in bodily injury, death or
damage to physical property with
respect to all claims arising under this
Contract, shall in aggregate not be
liable to purchaser
i. For any indirect or consequential
loss or damage; and
ii. For any direct loss or damage that
exceeds the total payments payable
under this contract to the MSI/SI
hereunder.
This limitation of liability shall not
affect the MSI/SI liability, if any, for
direct damage to Third Parties
resulting in bodily injury, death or
damage to physical property caused
by the MSI/SI or any person or
firm/company acting on behalf of the
MSI/SI in carrying out the Services.
Notwithstanding anything stated to
the contrary in the tender.
We propose "a) Notwithstanding anything
contained to the contrary, the total aggregate
liability of the Contractor for any causes based on
contract, warranty, indemnification, tort, strict
liability, or in relation to any third party claim,
including but not limited to claims by sub-
contractors, vendors, suppliers, service providers
or in connection thereof, or any other cause of
action or claim whatsoever shall not exceed not
exceed 10% of the total Contract Price. For the
avoidance of doubt, this limitation of liability
includes any sums paid to the Owner by way of
liquidated damages pursuant to the Contract.
b) The Contractor shall not be liable to Client,
whether in contract, tort, or otherwise, for any
indirect or consequential loss or damage, loss of
use, loss of production, or loss of profits or
interest costs, loss of revenue, interruption of
operations, cost of capital, loss of power, cost of
purchased or replacement power, and loss of
information and data, and damages based on the
Client's third party contracts, and
c) Any and all liability in respect of Services,
whether under the law of contract, tort or
otherwise of Contractor under this Contract shall
cease with the expiry of the Warranty / Guarantee
period and / or Defect Liability Period."
Tender clause remains the same
60 3.57 Exclusions: Additional Points Following points should be added to exclusion to
safeguard the interest of the bidder during
execution of the project i)Theft and damage
related cases by default would be considered as
beyond the control of MSI ii) Power shut down
beyond UPS capacity would be considered as
beyond the control of MSI.
iii) Force Majeure includes damages of items
due to vandalism or due to events such as such
as earthquake, fire, natural calamities, war, act of
God.
iv) Any downtime due to dependency on third
Parties of Purchaser and SI of other Packages
will be considered beyond the control of MSI..
Tender calsue remains the same.
28 2.35 If any Bidder withdraws his bid, at any
stage after the submission of the bid,
till the final evaluation or declaration
of the final selected Bidder, it will be
declared a defaulting Bidder and EMD
of such defaulting Bidder will be
forfeited and Purchaser reserves right
to blacklist such Bidders for next 3
years from participating in any tender
Since any action pertaining to the bid submitted
by the bidder can be taken only during the period
the bid is valid, this clause may be amended
suitably.
Tender clause remains the same
2Important
Notice
In case of any conflict between the
terms and conditions in the tender
document and the Tamil Nadu
Transparency in Tenders Act, 1998
and The Tamil Nadu Transparency in
Tender Rules, 2000, the Act and
Rules shall prevail.
Please provide us the copy of Tamil Nadu
Transparency Tenders Act, 1998 and Tamil Nadu
Transparency in Tender Rules, 2000 along with
amendments, if any.
It is available in public domain
53 3.32
In case of default, the Purchase shall
invoke the Bank Guarantee and other
Guarantees furnished by the MSI/SI,
recover such other costs/losses and
other amounts from the MSI/SI as
may have resulted from such default
and pursue such other rights and/or
remedies that may be available to the
Purchaser under law.
Please specify the stages during the execution of
the contract when the Bank Gaurantees may be
invoked. It must be clarified whether any such
payments deducted from that which is payable to
the MSI/SI, must not be set off from any other
project/contract and liabilities/payments due
thereunder.
Tender clause remains the same
54-55 3.42 Force Majeure
In case the force majuere event
prevents the performance in whole or
in part of any obligation under this
contract for more than 60 days, the
MSI/SI shall request the Purchaser to
extend the timelines for any delay in
implementation that has happened as
a result of the Force majuere event.
The MSI/SI shall have a right to terminate the
contract in case the force majuere event
continues for more than 60 days.
Tender clause remains the same
52
3.31.2
Consequences
of Termination
In the event of termination of this
contract due to any cause
whatsoever, the contract will stand
cancelled effective from the date of
termination of this contract.
In case of exigency, if the Purchaser
gets the work done from elsewhere,
the difference in the cost of getting
the work done shall be borne by the
MSI/SI Where the termination of the
Contract is prior to its stipulated term
on account of a Default on the part of
the MSI/SI or due to the fact that the
survival of the MSI/SI as an
independent corporate entity is
threatened/has ceased, the
Purchaser through re-determination
of the consideration payable to the
MSI/SI for that part of the Services
which have been authorized by the
Purchaser and satisfactorily
performed by the MSI/SI up to the
date of termination. Without prejudice
any other rights, the Purchaser may
retain such amounts from the
payment due and payable by the
Purchaser to the MSI/SI as may be
required to offset any losses caused
to the Purchaser as a result of any
act/omissions of the MSI/SI. In case
of any loss or damage due to default
on the part of the MSI/SI in
performing any of its obligations with
regard to the execution of the scope
of work under this Contract, the
MSI/SI shall compensate the
Purchaser for any such loss,
damages or other costs, incurred by
the Purchaser. Additionally, other
We propose "In the event of termination of the
Contract under Clause 3.32, the Purchaser shall
pay to the Contractor the following amounts:
(a) the Contract Price, properly attributable to the
parts of the Facilities executed by the Contractor
and all work in progress including material at sub-
contractor’s works and associated material
including raw material procured for the project as
on the date of termination.
(b) the costs reasonably incurred by the
Contractor in the removal of the Contractor’s
Equipment from the Site and in the repatriation of
the Contractor’s and its Subcontractors’
personnel
(c) any amounts to be paid by the Contractor to
its Subcontractors in connection with the
termination of any subcontracts, including any
cancellation charges
(d) costs incurred by the Contractor in protecting
the Facilities and leaving the Site in a clean and
safe condition.
(e) the cost of satisfying all other obligations,
commitments and claims that the Contractor may
in good faith have undertaken with third parties in
connection with the Contract and that are not
covered by paragraphs (a) through (d) above.
(f) All above payments to be made by the
Purchaser within 30 days from date of termination
of the contract."
Tender clause remains the same
51-52
3.31
Termination of
the Contract in
Part or Full
Invoke the Bank Guarantee and other
Guarantees furnished hereunder,
recover such other costs/losses and
other amounts from the MSI/SI as
may have resulted from such default
and pursue such other rights and/or
remedies that may be available to the
Purchaser under law.
Please specify the stages during the execution of
the contract when the Bank Gaurantees may be
invoked. It must be clarified whether any such
payments deducted from that which is payable to
the MSI/SI, must not be set off from any other
project/contract and liabilities/payments due
thereunder.
Tender clause remains the same
30
2.41 Pre-
Qualification &
Technical
Eligibility
Criteria
Mobilization (Up to 10% of cost of
Project (excluding O&M cost) towards
material advance) shall be secured
against irrevocable bank guarantee
and shall be recovered in the
subsequent bills payable along with
interest. If the MSI/SI wishes to avail
the mobilization advance, then they
shall submit an additional Bank
Guarantee from a Nationalised Bank
of value 110% of the mobilization
advance as per act and rules.
1. It is a standard practice to give Mobilzation
Advance against BG & Mobilization Advance is
without levy of Interest. Please confirm.
2. What is the rate of Interest?
3. Mobilization Advance is normally given for
material supply as well as execution work.
Please confirm. 1. As per TTACT interest included for BG.
2. TANFINET to share the rate of interest details
after issue of LOA
3. Mobilisation advance on capex value.
38 3.9.5 MSI/SI shall ensure that none of the
Key Personnel and manpower exit
from the project during first 6 months
after the contract between the
purchaser and the MSI/SI is signed.
In such cases of exit, a penalty is
applicable as stipulated in SLA for
such replacement. It does not apply in
case of change requested by the
Purchaser.
Bidder/ SI shall be responsible for completing of
work and adhering to the SLAs. The authority wrt
change in personnal/ manpower be, therefore,
given to the bidder/SI in the interest of the
project. This clause should, therefore be deleted.
Tender clause remains the same
53 3.32 Ongoing performance and service
levels shall be as per parameters
stipulated by the Purchaser in this
Tender, failing which the Purchaser
may, at its discretion, impose
Penalties on the MSI/SI as defined in
Section III – General Conditions of
the Contract and Service Level
Agreement.
Since the project involves dependency on various
factors & other packages, No penalty shall be
imposed if the performance and service levels
are affected due to the reasons beyond
reasonable control of the bidder. This clause
should accordingly be amended and following
should be added to the existing clause "No
penalty shall, however, be imposed if the
performance and service levels are affected due
to the reasons beyond reasonable control of the
bidder."
Tender clause remains the same
48 3.22 Prices quoted must be firm and shall
not be subject to any upward revision
(except customs/excise/taxes) on any
account whatsoever throughout the
period of contract.
If at any time, during the period of
contract, the MSI/SI offers identical
services/products to any other
Govt. Department/ Organization at
prices lower than those chargeable
under this contract, he shall notify
the same to the purchaser and
extend such reduced prices to the
purchaser with immediate effect.
The turnkey tenders include lot of components
including supply and services. The prices are
quoted taking into consideration the geographical
conditions (type of strata etc), physical conditions
(density of population etc), market conditions etc
of a particular region, so the prices may vary from
one region to other. So fall clause can not be
made applicable in such tender. Please delete
the same.
Tender clause remains the same
30 2.42 Right to Vary Scope of Contract after Award
What is the maximum percentage of scope
change As per TTACT upto 25%
29 2.39 Security Deposit should be valid for
the entire period of 8 years plus 180
days and thereafter the Security
Deposit shall be refunded, subject to
the conditions mentioned in this
tender document, without any
interest.
Security deposits attract interest from the bank
which is a financial cost for the bidder/SI. To
avoid bidders loading this cost in their bids
unnecessarily, provision for payment on interest
in case of delay in release of security deposit may
be kept. Please confirm.
Tender clause remains the same
52 3.3 The agreement shall not be assigned
by the MSI/SI to any individual or
agency/company or body corporates,
save and except without the prior
consent in writing of the Purchaser,
which consent the Purchaser shall be
entitled to decline without assigning
any reason.
The assignment of the project to any third party
may lead to unfair practise where an SI sub-lets
whole scope to an incompetent vendor creating
complications in execution & compromising with
the quality standards. There are glaring examples
of companies awarding complete scope of work
on back to back basis causing delays and other
problems in the project. Hence, there should not
be any back to back assignment of the work by
any SI. We feel that The agreement can not be
assigned by the MSI/SI to any individual or
agency/company or body corporates, on back to
back basis. In case it comes to the notice of the
Purchaser that the bidder has assigned the
contract to any individual or agency/company or
body corporates, the Purchaser shall terminate
the contract and forfeit the Performance Security
deposited by the bidder. Please confirm.
Tender calsue remains the same.
48 3.23 The MSI/SI shall agree that the
requirements/quantities/specifications
and Service requirements given in the
tender are minimum requirements
and are in no way exhaustive and
guaranteed by the Purchaser. Any
escalation of the cost after awarding
contract shall be borne by MSI/SI
except duties.
This clause is open-ended. Bidder/SI shall quote
rates considering the specifications and
requirements given in the tender and any revision
in the same will be cost to the bidder/SI. Since
any additional requirements/ quantities/
specifications shall bear additional cost duly
approved by the purchaser, this clause must be
deleted from the RFP or be deleted/ modified
accordingly.
Tender clasue remains the same
49
3.24
Suspension of
Work
The MSI/SI shall, if ordered in writing
by the Purchaser, temporarily
suspend the works or any part thereof
for such a period and such a time as
ordered, then MSI/SI shall not be
entitled to claim compensation for
any loss or damage sustained by him
by reason of temporary suspension of
the
Works as aforesaid but shall be
eligible for the payment (of
products/services delivered and
accepted) during the suspension
period as per contract.
An extension of time for completion,
corresponding with the delay caused
by any such suspension of the works
as aforesaid shall be granted to the
MSI/SI, if request for same is made
and that the suspension was not
consequent to any default or failure
on the part of the MSI/SI.
In case the suspension of entire work,
is not consequent to any default or
failure on the part of the MSI/SI and
lasts for a period of more than 2
months, the MSI/SI shall have the
option to request the Purchaser to
terminate the Contract.
In the event that the Purchaser
suspends the progress of work for
any reason not attributable to the
MSI/SI for a period in excess of 30
days in aggregate, rendering the
MSI/SI to extend his Bank Guarantee
then Purchaser shall bear only the
cost of extension of such bank
guarantee for such extended period
restricted to the normal bank rates as
No cost compensation for suspension. No
provision for Suspension by Contractor.
Hence we propose "If, the Contractor is unable
to carry out any of its obligations for more than 30
days under the Contract for any reason
attributable to the Owner, including but not limited
to the Owner’s failure to provide possession of or
access to the Site or other areas in accordance
with provision of contract, or failure to obtain any
government/statutory permits necessary for the
execution and/or completion of the Facilities, or
the Owner has failed to pay the Contractor any
sum together with such interest due under the
Contract within 15 days from the specified period
of due payment, or has failed to approve any
invoice or supporting documents without just
cause pursuant to the Terms and Mode of
Payment, then the Contractor may by giving 15
days’ notice to the Owner suspend total or partial
performance of all or any of its obligations under
the Contract, or reduce the rate of progress. If
the Contractor’s performance of its obligations is
suspended or the rate of progress is reduced
pursuant to this Clause, then the Time for
Completion shall be extended in accordance with
provision of contract, and any and all additional
costs or expenses incurred by the Contractor as
a result of such suspension or reduction shall be
paid by the Owner to the Contractor in addition to
the Contract Price."
On mutual discussion and acceptance of commercial
tems and conditions by MSI/SI and Purchaser
48 3.23 The Purchaser may at any time, by a
written change order given to the
MSI/SI, make changes within the
general Scope of Work. The
Purchaser shall have an option to
increase or decrease the Quantities
and/or Specifications of the
goods/equipment to be supplied and
installed by the MSI/SI or service
requirements, as mentioned in the
Contract, at any time during the
contract period.
The written advice to any change
shall be issued by the Purchaser to
the MSI/SI up to 4 (four) weeks prior
to the due date of provisioning/supply
of such goods/equipment or
commencement of services.
The change in the order quantity requires
planning of material and may also impact costs .
It is therefore requested that sufficient time (at
least 8 weeks prior to the due date for availing of
services / dispatch of goods / equipment) be
allowed during revision of the quantities to help
bidder/SI make changes in backward scope with
minimal financial impact. The Clause may be
amended accordingly. Increase or decrease
should be limited to 10% of the tender qty.
Tender clause remains same
48
3.23 Change
Orders/Alterati
on/Variation
The Purchaser may at any time, by a
written change order given to the
MSI/SI, make changes within the
general Scope of Work. The
Purchaser shall have an option to
increase or decrease the Quantities
and/or Specifications of the
goods/equipment to be supplied and
installed by the MSI/SI or service
requirements, as mentioned in the
Contract, at any time during the
contract period.
Kindly arrange to clarify that any increase or
decrease of the Quantities and/or Specifications
of the goods/equipment to be supplied and
installed by the MSI/SI or service requirements
shall be done with mutual acceptance of
commercial terms and conditions by MSI/SI,
pertaining to the proposed changes by
Purchaser.
On mutual discussion and acceptance of commercial
tems and conditions by MSI/SI and Purchaser
53 3:32:01
The Purchaser may terminate the
Contract by giving a prior written
notice of 2 months to the MSI/SI.
Please specify how, and to what extent will the
MSI/SI be compensated for the payments made
for execution of the works on the date of such
termination, including any payments made to its
vendors/sub-contractors for carrying out the
work. Any other losses shall also be made good.
on mutual discussion, depends on committee
decision
44 3.20 The Purchaser may without prejudice
to its right to effect recovery by any
other method, deduct the amount of
penalties from any amount belonging
to the MSI/SI in its hands (which
includes the Purchaser’s right to
claim such amount against MSI/SI s’
Bank Guarantee) or which may
become due to the MSI/SI. Any such
recovery or penalties shall not in any
way relieve the MSI/SI from any of its
obligations to complete the Works or
from any other obligations and
liabilities under the Contract.
The bidder/ SI should not be penalised for the
delays which are not attributable to him. This
clause may be suitably amended to avoid any
confusion during the execution & implementation
of the project. Hence following should be added
to this clause "Delay not directly attributable to
MSI/Bidder shall be excluded for the purpose of
computing liquidated damages/penality". Please
confirm.
Tender clause remains same
523.31.1
Termination
The Purchaser may, terminate this
Contract in full or in part by giving the
MSI/SI a prior and written notice
indicating its intention to terminate the
Contract under the following
circumstances:
a) Where the Purchaser is of the
opinion that there has been such
Event of Default on the part of the
MSI/SI which would make it proper
and necessary to terminate this
Contract and may include failure on
the part of the MSI/SI to respect any
of its commitments with regard to any
part of its obligations under its Bid,
the Purchaser or under this Contract.
b) Where it comes to the Purchaser’s
attention that the MSI/SI (or the
MSI/SI Team) is in a position of
actual conflict of interest with the
interests of the Purchaser, in relation
to any of terms of the MSI/SI bid, the
Purchaser or this Contract
c) Where the MSI/SI s’ ability to
survive as an independent corporate
entity is threatened or is lost owing to
any reason whatsoever, including
inter-alia the filing of any bankruptcy
proceedings against the MSI/SI, any
failure by the MSI/SI to pay any of its
dues to its creditors, the institution of
any winding up proceedings against
the MSI/SI or the happening of any
such events that are adverse to the
commercial viability of the MSI/SI. In
the event of the happening of any
events of the above nature, the
Purchaser shall reserve the right to
take any steps as are necessary, to
Termination by Contractor is required, so we
propose the following clause
"If the suspension in contract is more than 60
days as per for reasons attributable to
Purchaser, then the Contractor may give a notice
to the Purchaser thereof, and if the Purchaser
has failed to pay the outstanding sum, to approve
the invoice or supporting documents, to give its
reasons for withholding such approval, or to
remedy the breach within 30 days of such notice,
or if the Contractor is still unable to carry out any
of its obligations under the Contract for any
reason attributable to the Purchaser within 30
days of the said notice, the Contractor may by a
further notice to the Purchaser referring to this
Clause, forthwith terminate the Contract.
In the event of termination of the Contract under
Termination Clause , the Purchaser shall pay to
the Contractor the following amounts:
(a) the Contract Price, properly attributable to the
parts of the Facilities executed by the Contractor
and all work in progress including material at sub-
contractor’s works and associated material
including raw material procured for the project as
on the date of termination.
(b) the costs reasonably incurred by the
Contractor in the removal of the Contractor’s
Equipment from the Site and in the repatriation of
the Contractor’s and its Subcontractors’
personnel
(c) any amounts to be paid by the Contractor to
its Subcontractors in connection with the
termination of any subcontracts, including any
cancellation charges
(d) costs incurred by the Contractor in protecting
the Facilities and leaving the Site in a clean and
safe condition
(e) the cost of satisfying all other obligations, Tender clause remains the same
47
3.21 Term and
extension of
Contract
The Purchaser shall reserve the sole
right to grant any extension to the
term above mentioned and shall notify
in writing to the MSI/SI, at least 6
months before the expiration of the
term hereof, whether it shall grant the
MSI/SI an extension of the term. The
decision to grant or refuse the
extension shall be at the Purchaser’s
discretion. Accordingly, the Bank
Guarantee of the same amount shall
be extended up to extended period of
the Contract
Additional period up to 2 years as
deemed appropriate (Purchaser
reserves the right to extend the
Contract with the MSI/SI), terms &
conditions for SLA, penalty and
Prices for on premise services shall
remain same as given for 8th Year.
Kindly arrange to clarify that any extension to
Contract term of 8 years shall only be granted
after mutual acceptance of MSI/SI and
Purchaser.
Yes, mutual acceptance and further extension
47
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.21Term
and extension
of Contract
The Purchaser shall reserve the sole
right to grant any extension to the
term above mentioned and shall notify
in writing to the MSI/SI, at least 6
months before the expiration of the
term hereof, whether it shall grant the
MSI/SI an extension of the term.
Extension of O&M period should be with mutual
consent of Purchaser and MSI/SI.
Please accept and confirm.
Yes, mutual acceptance and further extension
47
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.21Term
and extension
of Contract
The Purchaser shall reserve the sole
right to grant any extension to the
term above mentioned and shall notify
in writing to the MSI/SI, at least 6
months before the expiration of the
term hereof, whether it shall grant the
MSI/SI an extension of the term.
Please define maximum period of such
Extension, if any.
Yes, mutual acceptance and further extension
52
3.31.1
Termination
e) Termination
for
Convenience
The Purchaser, may, by prior written
notice sent to the MSI/SI at least two
months in advance, terminate the
Contract, in whole or in part at any
time for its convenience.
Please specify how, and to what extent will the
MSI/SI be compensated for the payments made
for execution of the works on the date of such
termination, including any payments made to its
vendors/sub-contractors for carrying out the
work. Any other losses shall also be made good.
Tender clause remains same
37 3.8 The Purchaser’s Representative shall interface with the MSI/SI, to provide the required information, clarifications and to resolve any issues as may arise during the execution of the Contract. Purchaser shall provide adequate cooperation in providing details, assisting with coordinating and obtaining of approvals from various governmental agencies, in cases, where the intervention of the Purchaser is proper and necessary. The Purchaser shall support in addressing the local legal conditions during implementation stage of the project. However, the MSI/SI shall raise all potential issues during the survey stage of the implementationA project can only be successful if Purchasers
discharges its' obligations first and the bidder/ SI
is not made responsible for the delays which are
not attributable to him. This clause be therefore
be amended to add responsibilities of the
Purchaser which are critical for successful
execution of the project and avoiding any dispute
during or after the work execution. Purchase
should therefore also be responsible for following:
i. Appointing and enabling relevant agencies for
project execution, monitoring the project such as
a Third Party Auditor (TPA).
ii. Executive decision making
iii. Creation of project governance structure,
Monitoring and evaluation
mechanism, Project level procedures such as
Implementation guidelines, standards and
checklists, ROW and other permissions, Testing
and acceptance process, Issue reporting and
management process, other project
management and coordination tasks such as
BBNL/USOF/DoT etc
iv. Project management and coordination,
provisioning of EB connection and making
payment of electricity charges during lifecycle of
the Contract
v. Defining and monitoring of implementation
and maintenance SLAs.
vi. Serving as the Single Window agency for
RoW clearances (including payment of ROW
charges), access to Govt. sites and permissions
for cabling on EB poles
vii. Issuance of Purchase Order, providing
applicable approvals required as per RFP in
accordance with the defined timelines, Final Sign-
Offs and acceptance of completed sites,
processing MSI invoices and releasing payments
in time-bound manner as defined in the RFP
viii. Providing access to S-NOC infrastructure
1. TPA selection is under process, onboarding of
TPA will be completed along with SI onboarding.
2. PMU will be formed by TANFINET which includes
all stakeholders of the project to support coordination
and completion of the activities related to
implementation.
23 2.28 The quoted price will be corrected for
arithmetical errors if any. In case of
any discrepancy between price
quoted in words and that quoted in
figures in the Price Bid, the lesser
of the two would be considered.
As per the standard practise worldwide, in case
there is discrepancy in the price quoted in words
& that quoted in figures, the prices quoted in
words are considered. In case of any inadvertent
mistake committed by any bidder while entering
financial bid in figures, this may lead to a dispute
putting entire tender at risk. This clause may,
therefore, be amended suitably.
Tender clause remains same
23 2.29 The total cost “Z” will be divided in to
two parts. Part I, which is the 67% of
the total cost will be paid during
implementation period and 33% of the
total cost will be paid for O&M period
of 7 years. For the purpose of
payment during implementation, the
cost of commissioning shall be made
on cost per GP basis. The actual total
cost of the implementation phase
shall be 67% of the total work order
value and the cost during
maintenance period, (remaining 33%)
will be finalised/arrived at accordingly.
The 33% of the total cost for the
maintenance period will be paid to the
SI as in the payment schedule.
The payment during implementation period on per
GP basis is not feasible as we are quoting the
prices on per km basis. It is requested to kindly
amend the clause suitably.
As per BBNL guidelines the payment is GP wise.
493.25 Time is of
Essence
Time shall be of the essence in
respect of any date or period
specified in this Tender or any notice,
demand or other communication
served under or pursuant to any
provision of this Tender and in
respect of the completion of the
Services by the MSI/SI by the
completion date.
Will the breach of the requirement of time with
regards to any date, period specified, any notice
or demand or other communcation, lead to a
breach of contract?
Strict timeliness on delivery is already mentioned
along with penalty clauses.
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
...Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19)…
1) As per our undersatnding any Aerial OPGW
works carried out for any utility in last 3 financial
years is covered under this requirement. Please
arrange to confirm.
2) In case any of the Contract(s) of relevant
works were awarded in years prior to last three
financial years and amended/executed during last
3 financial years and having value components in
US Dollar portion. In that case please arrange to
clarify the procedure to consider the date and
exchange on which the USD exchange rate is to
be converted into INR to avoid any ambiguities.
Please refer corrigendum
74-75 4.6 Form 6
(Point No.5)
Bidder must have experience in
‘Installation, Testing and
Commissioning of……
A certificate from the Statutory Auditor of the sole
bidder/ consortium company confirming laying of
the OFC for Telecom Infrastructure during the
past 3 financial years should be submitted as a
proof of performance/credential.
Refer Corrigendum
74-75 4.6 Form 6
(Point No.5)
Bidder must have experience in
‘Installation, Testing and
Commissioning of……
As we are aware many of the SI/ PIA subcontract
laying work against Purchase Order placed by a
govt./semi govt agency/PSU to a subcontractor
on back to back basis. Please confirm if an
SI/PIA as well as its' subcontractor/ vendor
participates in this tender and submits experience
certificate against same Principal work order, one
issued by the govt./semi govt agency/PSU to the
SI and other issued by the SI to it's
subcontractor/vendor, experience of only one of
the two shall be considered.
Tender Clasue remains the same.
74-75 4.6 Form 6
(Point No.5)
Bidder must have experience in
‘Installation, Testing and
Commissioning of……
Normally specific experience sought in the tender
is 30% (approx.) of the tender scope. The same
has also been followed in many BharatNet
tenders. Since this experience requirement for all
the three packages the same should be revised
to minimum of 10,000-15000 km of installation,
Testing and Commissioning of Underground/
ADSS OFC. Please confirm.
Refer Corrigendum
76 4.8 Form 8 ISO Certification & TL 9000
Certification
This table requires details of TL 9000 certification
to be filled in but TL 9000 has not been included
in Pre-Qualification requirement. Please clarify.
It is not part of pre qualification.
74-75 4.6 Form 6 Pre-Qualification Compliance
Documents
Point no.4 &5 are missing in this table. Request
you to provide the same to avoid any confusion.
Refer Corrigendum
74-75 4.6 Form 6
(Point No.3)
Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19)
A certificate from the Statutory Auditor of the sole
bidder/ consortium company confirming laying of
the OFC for Telecom Infrastructure during the
past 3 financial years should be submitted as a
proof of performance/credential.
Refer Corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 3
Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19) as below
Package B: Rs. 207 Cr.
Supporting Documents Required :
Work order and completion certificate
from customer.
We understand that this requirement can be meet
either by sole bidder or jointly by bidder along with
consortium partner. Please confirm.
Please refer corrigendum
26
Clause 2.30:
Pre-
Qualification &
Technical
Eligibility
Criteria
4. Package A:
1. The Bidder must have experience
in commissioning at least 1500 Nos
of IP-MPLS Carrier grade Routers for
Telecom Service Providers, after 1st
April 2016.
2. The Bidder must have the
experience in implementing and
maintaining Operations Support
System & Business Support System
(OSS & BSS) in two projects catering
to
Telecommunication/Wireline/Cellular
Network service sectors in India after
1st April 2016
As you are inviting bids from global reputed
bidders and OEMs, we request that global
experience should be counted.
Revised Clause -
4. Package A:
1. The Bidder or consortium partner must have
experience in commissioning at least 1500 Nos of
IP-MPLS Carrier grade Routers for Telecom
Service Providers, after 1st April 2016.
2. The Bidder or consortium partner must have
the experience in implementing and maintaining
Operations Support System / Business Support
System (OSS / BSS) in two projects catering to
Telecommunication/Wireline/Cellular Network
service sectors in India/Globally after 1st April
2016
Please refer corrigendum
102-103
Package B:
Survey,
Supply,
Installation,
Commissioning
and Operation
& Maintenance
of Optical Fibre
Network (OFN)
in Tamil Nadu
Table A
D.1 - Pulling/laying / blowing of optical
Fibre Cable and PLB pipe and at
crossings(with protection provided)
(96 core fiber), splicing, jointing,
commissioning, AT, ABD etc. - kM - 1
E.1 - Slinging / Laying of ADSS 24
core OFC including fixing of
installation accessories and fixtures
etc., splicing, jointing, commissioning,
AT, ABD etc. - kM - 1
E.2 - Slinging / Laying of ADSS 48
core OFC including fixing of
installation accessories and fixtures
etc., splicing, jointing, commissioning,
AT, ABD etc. - kM - 1
Kindly arrange to clarify that rates to be quoted
against item numbers D.1, E.1 and E.2 is only for
1 km each for additional works if any. Please also
arrange to confirm the overall evaluation/Contract
management process as overall BoQ does not
cover the complete installation scope and value.
Refer Corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 2
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
Please note that Consortium member is equally
responsible and liable for Tender obligations.
Therefore, we request to kindly accept and
confirm that turn over of lead bidder as well as
consortium member shall also be considered to
suffice this requirement.
Please refer corrigendum
76
4.8. Form 8 -
ISO
Certification &
TL 9000
Certification
TL 9000 Certification
As per our understanding TL 9000 is extension to
ISO 9001:2015. Since we are already certified to
ISO 9001-2015 and our scope is for installation
and supply, which already covers the TL 9000
points related to the scope. Accordingly, we
understand that submission of TL 9000
Certification is not the mandatory pre-qualification
& technical eligibility criteria as also not
mentioned against clause number 2.30 and is not
required to be submitted. Kindly arrange to
exclude this requirement.
TL 9000 is only extension and not subset of ISO
9001:2015. Hence not considered
74 4.8 TL-9000 Certification We understand that TL-9000 certification for OFC
manufacturer against this tender however if SI is
bidding as a consortium of 2 members in this
tender, TL certification for either of consortium
member is acceptable. Kindly confirm.
Refer Corrigendum
84
4.14. Form 15 -
Declaration on
PMA
Form 15 - Declaration on PMA
Please arrange to clarify that Form-16 is not
required to be submitted for Package-B, C & D
as no electronic product is under scope of supply
under these packages.Package B, C & D comprises of Passive
Components and it is requested to submit the MAF
(Form 16) for Passive Equipment
664. TECHNICAL
BID FORMAT
15. Template for Security Deposit
(SD)
Please arrange to clarify that Template for
security deposit (SD) is not required to be
submitted at Tendering stage but is to be
submitted post award of the project by successful
bidder. Only the successful bidder is required to submit the
Security Deposit and the same is mentioned in the
Section 2.16 (page 21) of the tender document
28
2.33 Rejection
of Tender of
Banned
Tenderer
As per The Tamil Nadu Transparency
in Tender Act 1998, if at any time
before the acceptance of tender, the
Tender Accepting Authority receives
information that a tenderer who has
submitted tender has been
banned/blacklisted by any procuring
entity, the Tender Accepting Authority
shall not accept the tender of that
tenderer even if it may be the lowest
tender.
We understand that this clause is applicable only
upto the date of bid submission only. Otherwise, it
is almost impossoble for Purchaser to track such
incidents for sole bidder/any of consortium
member. Please accept.
The clause is applicable ever after the date of bid
submission
56 3.43 Conditions during implementation
period: Additional Clause
TPA plays a major role in timely delivery of the
project but there had been instances where TPAs
created road-blocks in the project due to different
reasons. Following clause may therefore be
added in the tender "Purchaser shall ensure that
the TPA does not demand any report/ information
which is beyond the tender scope or is not as per
the standard industry practise. Purchaser shall
further ensure that TPA extends its full co-
operation and support to the bidder in interest of
the project and the certifications/ audits/
inspection and other responsibilities in TPA scope
is discharged by the TPA in time bound manner."
Please refer to Section 5.14 (Page:134) of the RFP
document in which RASCI matrix has been already
prepared for the Stakeholders of the project along
with their responsibilities
1205.7.1 Package
B, C& D:
i. Coordination with various agencies
like CPSU, Local Administration,
agencies appointed by Purchaser
including TPA, PMA, BBNL PMUs
etc. for Site Access, RoW and for end-
to-end implementation and
submission of documentations.
Please arrange to clarify that System Integrator
will coordinate with either TANFINET or their
appointed single agency for all kind of
coordination for Site Access, RoW and for end-to-
end implementation and submission of
documentations to avoid any kind of
duplication/ambiguities. Having a single SPOC will be easy for coordination
and System Integrator (SI) as a lead bidder can act
as SPOC.
543.37 Conflict of
Interest
If the MSI/SI found to have a Conflict
of Interest shall be disqualified.
Please specify the conditions what shall constitute
a conflict of interest in terms of this Contract.
Please refer corrigendum
43
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
Issuance Work OrderWe understand that Word Order means
Purchase Order. Kinldy accept and confirm.
Yes
30 2.41 Mobilization Advance
BG should be 100% of the advances and Intrest
for Advances should be excluded Please refer corrigendum
18
2.10 Bid
Submission
Approach
C. Documents
relating to Pre-
Qualification
and Technical
Bid
Pre-Qualification and Technical Bid
Documents:
g) Pre-Contract Integrity Pact
(Company Letter head)
j) Package of Bidder Participation
l) Compliance for Bill of Material -
SOR
m) Compliance against Technical
Specifications
o) Template for Performance Bank
Guarantee (PBG)
1) Kindly arrange to provide the Bidding
Forms/Formats for submission against
requirement Sl. Nos. - g, j, l & m for submission
during bidding stage
2) As per our understanding submission against
sl. No.-'o' i.e. Template for Performance Bank
Guarantee (PBG) is not required to be submitted
during bidding stage and is required only after
award of the project.
Kindly arrange to confirm.
1. Please refer corrigendum
2. PBG to be submitted after LOA
15
2.2 Due
diligence by
the Bidder
The Bidder shall take note that any
work that needs to be done under its
scope, shall be accounted for, even if
the same is not elaborated in the
Tender document. No escalation of
cost in the Tender by the Bidder will
be permitted throughout the period of
Contract or extension thereof, on
account of any reasons whatsoever.
Any such work that needs to be acconted for shall
be intimated to the MSI/SI in writing, in case the
same is not elaborated under the tender
documents. In case there is any escalation of
costs due to force majeure event, or due to the
actions of the Purchaser, or any change in law,
such costs shall be allowed to be added to the
costs during the execution of the contract. As per the Tamil Nadu Transparency in Tender Act
1988, the price adjustment clause in the case of
large contracts applies only when the period of
execution is likely to exceed eighteen months
40
3.11
Intellectual
property rights
(3)
The MSI/SI shall make full and
complete disclosure to the purchaser
on the technical design, development
and implementation methodology and
documents prepared exclusively for
this project under this contract and
shall transfer all the ownership to the
purchaser.
This transfer of ownership should not include the
transfer of any Intellectual Property Rights. At
best they shall be having a license to make use of
any such IP rights of the MSI/SI but the same
should not be inferred to mean as transferred.The RFP clause asks only about technical design,
development, implementation methodology &
documents prepared exclusively for this projecct
under this contract.
353.3 No
assignment
The MSI/SI shall not be able to assign
the agreement to any individual or
agency/company or a body corporate,
without the prior consent of the
Purchaser, which the Purchaser shall
be entitled to decline from giving
without assigning any reasons for the
same.
Kindly arrange to clarify that such consent/s for
assignment shall not be unreasonably withheld.
Tender clause remains the same.
37.0 3.9 We request you to kindly add following in this
clause>>> i. MSI/SI
shall ensure that none of the components and sub-
components is declared end-of-sale or end-of-
support by the respective OEM at the time of
submission of bid. If the OEM declares any of the
products/solutions end-of-sale subsequently, the
MSI/SI should support in migrating the
components to newer or equivalent version of
devices without any cost to the purchaser. This
involves additional license and cost if any, the SI
should make alternate arrangement before the
tender.
ii. If a product is de-supported by the OEM for any
reason whatsoever, from the date of Acceptance
of the System till the end of contract, MSI/SI
should replace the products/solutions with an
alternate that is acceptable to the Purchaser at no
additional cost to the Purchaser and without
causing any performance degradation. The
Licenses will be in the name of Purchaser only.
iii. MSI/SI shall ensure that the OEMs provide the
support and assistance to MSI/SI in case of any
problems/issues arising due to integration of
components supplied by him with any other
component(s)/product(s) under the purview of the
overall solution. If the same is not resolved for
any reason whatsoever within the reasonable
period for the reasons attributable to MSI, MSI/SI
shall replace the required component(s) with an
equivalent or better substitute that is acceptable
to Purchaser without any additional cost to the
Purchaser and without impacting the performance
of the solution in any manner
whatsoever.............. These clauses are critical to
the execution of the contract & would provide
flexibility to the SI during any hindrances in the
project, hence be added.This would be part of MAF which SI need to submit in
technical bid
104 5.5What Process do we Have to Follow in order to
avail the Survey Report.Details will be shared to successful bidder after LOA
106 5.6.1
Detail as to in Which Area Underground/
Overhead OF Cable connectivity Needs to be
Done ?Details will be shared to successful bidder after LOA
116 5.6.2Detail as to max. No's of GPs that can be
Covered in one SS (Sub-Station)Details will be shared to successful bidder after LOA
107Detail about Connectivity from TNSWAN to EB
Station Details will be shared to successful bidder after LOA
For EB to EB is Protection Ring required or not ?Details will be shared to successful bidder after LOA
104We Require GP/EB Station Name with
Coordinates Details will be shared to successful bidder after LOA
what is max. Lengh that needs to kept from
Substation to GP ? As per BBNL Engineering Instruction Annexure B
What is the min. distance that needs to be kept
between Two poles?As per BBNL Engineering Instruction Annexure B
34 3.1.9 “End-to-End Connectivity” means
Complete Installation, Integration,
Commissioning and Testing of the
created network (duly approved by
TPA) which shall include OTDR link
test, Power On & Self Testing, Radio
equipment testing (If applicable) As
Build Diagram (ABD reports),
integration of MPLS router at GPs
with State and BBNL NOC and Final
acceptance certificate;
End-to-End Connectivity” means Complete
Installation, Integration, Commissioning and
Testing of the created network (duly approved by
TPA) which shall include OTDR link test, Radio
equipment testing (If applicable) As Build
Diagram (ABD reports), and Final acceptance
certificate,. However, if Commissioning of
Package B is pending for more than 30 days due
to reasons not attributable to SI including
dependency on other Packages, then End-to-End
Connectivity shall be deemed to be achieved on
completion of installation, commissioning & ABD
reports are submitted.
Since the package-B,C & D scope is limited to
OFC & dependency of integration is attributable
to readiness of other packages including active
infrastructure, this clause must be amended
suitably. Please confirm.
Tender clause remains the same
34 3.1.7 “Project Go-Live” means the date 30
days from the date on which the
electronics for all the GPs covered
under BharatNet Phase 2 of Tamil
Nadu are commissioned and
discovered in NMS at SHQ S-NOC
and End-to-End Acceptance Test
certificate has been issued for Fibre
infrastructure and electronics.
Project Go-Live” means the date on which the
optical cable network along with associated
accessories for 90% of the GPs covered under
BharatNet Phase 2 of Tamil Nadu are
commissioned and discovered in NMS at SHQ S-
NOC and End-to-End Acceptance Test certificate
has been issued for Fibre infrastructure.
However, if Project Go-Live of Package B is
pending for more than 30 days due to any reason
not attributable to MSI including dependency on
other packages , then Package B shall be
provided Project Go-Live 30 days after all fibre
infrastructure as mentioned in scope are
commissioned at GP/Block level.
Since the package B,C & D scope is limited to
OFC & go-live should be linked to laying of OFC
only. Linkage of Go Live with installation/
commissioning of active infrastructure or any
other dependency on other package should be
removed. This clause must be amended suitably.
Tender clause remains the same
50
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.27
Payment
Schedule
90% of the work order value of the
commissioned segment adjusted to
mobilisation advance (if any)
1. Please provide the list of GP / location as per
scope in the RFP.
2. If in case, all GP are not commissined in
particular block due to any reason (which is not
attributable to successful bidder) then whether
Purchaser shall release the payment of
commissioned GP's or not?
3. Please confirm that payment shall be released
by Purchaser irrespective of set of commissioned
GP's (location) with block.
Details will be shared to successful bidder after LOA
503.28 Package
B, C & D: SI
During the O&M period of the 7 years,
33% of the total cost for the
maintenance period will be paid every
quarter subject to the SLAs as below.
Period
Percentage
First year after Go-Live
4
Second year after Go-Live
4
Third year after Go-Live
4.5
Fourth year after Go-Live
4.5
Fifth year after Go-Live
5
Sixth year after Go-Live
5.5
Seventh year after Go-Live
5.5
Kindly arrange to clarify which percentage of
O&M value precedes the other percentage w.r.t.
Clause number 3.28 (33% with provided annual
values of 4%, 4%, 4.5%, 4.5%, 5%, 5.5% &
5.5%) or Price schedule Table-B wherein the
annual percentage is minimum 5% for 7 years i.e.
35%.
Please refer corrigendum
30 2.41 Mobilization (Up to 10% of cost of
Project (excluding O&M cost) towards
material advance) shall be secured
against irrevocable bank guarantee
and shall be recovered in the
subsequent bills payable along with
interest. If the MSI/SI wishes to avail
the mobilization advance, then they
shall submit an additional Bank
Guarantee from a Nationalised Bank
of value 110% of the mobilization
advance as per act and rules.
Mobilization advance is to assist the bidder/SI
financially for faster execution of the work.
Interest on advance payments will be deterrent
for the MSI/SI in availing advance payment. Also
since bidder/SI shall be submitting the bank
guarantee of 110% of the value of mobilization
advance ensuring security of the advance
payment, in the interest of the project and help
bidder/SI with smooth cash flows, the advance
must be recovered from the last capex milestone
bill. This request is in line with other BharatNet
Tenders including Tender No.BBNL/MM/
2017/PIA for BharatNet Phase-II/PB & BH/004 dt
15.12.2017 floated by BBNL for Punjab & Bihar
which has been finalised and is under execution.
Please amend the clause accordingly.
Please refer corrigendum
43-45
3.19 Time
Schedule –
Package B, C
& D
Monthly Progress Report – End to
End integration to NOC with
Successful test completed report
Please arrange to clarify in case NOC is not
available by MSI due to any circumstances in that
case how the payments of SI shall be ensured
during different milestones?
Tender clause remains the same
50 3.28 Payment Schedule:
Package B,C & D:SI
Success of any project depends on smooth cash
flows but the payment terms given in the tender
will result in blocking of capital for the SI
consequently resulting into failure of the project.
In addition these payment terms are not in line
with the BharatNet Tenders floated by other
states and BBNL. We request you to amend
payment terms in line with tender floated by
APSFL for BharatNet Phase-II Project. Please
confirm.
Please refer corrigendum
43 & 50 3.19 & 3.28 Time Schedule (3.19) and Payment Terms (3.28)
Request you to provide a single table correlating
the time schedule of execution and payment term
milestone as it will enable us to prepare the
project execution schedule.
Please refer corrigendum
47
3.20 Penalty
for Delay in
Implementation
...Penalty shall be capped to
maximum 20% of total cost of Work
(excluding O&M cost) Value….
Request to kindly keep the penalty capping to
maximum 10% of total cost of Work (excluding
O&M cost) Value.Please refer corrigendum
43-45
3.19 Time
Schedule –
Package B, C
& D
If the bidder fails to complete
10%/20%/30%/45%/60%/75%/90%/1
00% of total GPs within stipulated
time schedule, then a penalty of 10%
of total cost of the un delivered
Portion of the Project (excluding O&M
cost) of incomplete GPs shall be
deducted
Please arrange to clarify that 10% penalty will be
only on total cost of the un-delivered portion of
the GPs (excluding O&M cost) required to be
completed upto the mentioned month and not for
un delivered Portion of the entire Project
(excluding O&M cost) .
Request to arrange to clarify in case our
understanding is correct.
Please refer corrigendum
44 3.20 Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
The penalty of 20% is not as per the industry
practise and is too high. The same is not in line
with any BharatNet tenders.
The penalties should be deducted only if there is
overall delay in execution of the work.
The Clause may be amended as>>> Penalty
shall be capped to maximum 10% of total cost of
Work (excluding O&M cost) Value. The penalty
due shall be imposed at each individual milestone
and shall be imposed only for delays due to
reasons attributable to MSI/SI.
Penalty amount due to the missed milestones
shall be imposed only once, at the time of Project
Go-Live for all the missed milestones. In case the
MSI completes the Project Go- Live deliverables
on time, the penalties accumulated till then shall
not be imposed. O&M penalty shall also be
capped at 10% of quarterly gross revenue.
Please refer corrigendum
48 3.21
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
The total liability of the MSI/SI shall be capped to
10% of Contract Price including all penalties
Please refer corrigendum
46
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.20
Penalty for
Delay in
Implementation
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
Penalty should be only on execution cost and not
on supply cost. Please accept and confirm.
Please refer corrigendum
46
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.20
Penalty for
Delay in
Implementation
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
We understand that Penalty is levied only on
basic value and not on Taxes and other levies like
GST, transportation etc. Please accept and
confirm.
Please refer corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 4
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
Supporting Documents Required :
Work order and completion certificate
from customer.
We understand that onging larger project shall
also be acceptable to suffice this clause. Please
confirm.
Please refer corrigendum
3.06 to 7.04 BOQ_180916 The formulas applied in the sheet are not
working. The total price of the services part is not
being calculated.
Further the quantity for services part of OFC is
mentioned as 01 instead of the actual quantity
being procured in CAPEX. The sheet may be
amended suitably.
Please refer corrigendum
- BOQ_180916 (Additional line item) Please note that the scope of work for SI include
Radio links at PoPs though the BOQ doesn't
include any price for Radio links. The detailed
technical specifications for Radio Infrastructure is
also mentioned in the RFP but the provision for
pricing of the same has not been taken in BOQ.
Please refer corrigendum
23 2.29 If the overall L1 Bidder of a package
has quoted higher cost for certain line
items, then Purchaser shall negotiate
with the L1 bidder of that package to
match the lowest line items prices
quoted by other bidders within that
package. Purchaser shall also
negotiate for improvement in the
Scope and timeline.
The input prices for various items may differ for
different bidders. Negotiating with the bidder on
line item & selecting lowest for all line items may
make the entire bid unworkable for the bidder.
This clause may, therefore, be deleted.
Refer Corrigendum
41 3.17Price Format shall be as in TT act
(Rule 14(7)).What is the TT Act and Rule 14(7).
The TT Act is Tamil Nadu Transparency in Tenders
Act, 1998 and the document is available online for all
the public
47 3.22 Prices
Prices quoted must be firm and shall
not be subject to any upward revision
(except customs/excise/taxes) on any
account whatsoever throughout the
period of contract.
If at any time, during the period of
contract, the MSI/SI offers identical
services/products to any other
Govt. Department/ Organization at
prices lower than those chargeable
under this contract, he shall notify
the same to the purchaser and
extend such reduced prices to the
purchaser with immediate
effect.
The basis for such rates may be different hence
cannot be provided to Purchaser after agreeing to
fixed price. Therefore request the Purchaser to
delete this clause.
Tender clasue remains the same
40 3.16 Taxes
The quoted offer should be inclusive
of Taxes. Taxes shall be paid extra
on actual, as applicable. The taxes
prevailing at the time of raising the
invoice shall be paid. Price Format
shall be as in TT act (Rule 14(7)).
Price Bid shall include all costs of
delivery at the final destination such
as transportation, payment of duties
and taxes leviable, insurance and any
incidental services and giving the
break up mentioned in Price Bid
format mentioned under section 4 of
the tender documents.
1) Please arrange to clarify that BOCW/Labour
Cess is applicable on entire Contract Value
including O&M part of Contract or is applicable
only on implementation part and not applicable on
O&M part?
2) Please arrange to clarify about the TT Act and
Rule 14(7).
TTACT 14(7)
131.3 Project
Structuring
...Bidders shall participate in more
than one package, eligibility of the
bidders will be considered accordingly
on aggregated manner…
Kindly arrange to clarify that in case a bidder is
bidding for multiple packages, the minimum
turnover requirement will be the aggregate of the
turnover specified. As regards other requirements
in the table, it would suffice if the requirements for
one package (package B, C, D) are met.
Please refer corrigendum
11 1.1.3 26. The systems should be
Retrofitted on server racks of
different OEM rack manufacturers
There is a quantity of 3 Racks of 42 U height
mentioned in the BoQ . Do we need to supply
Rack Access Control Requiremnets software for
Racks already installed in TAFINET network ?
11 1.1.3 6. Mounting Hardware -1000 sets We do not see 1000 sets of Mounting Hardware
ever getting uitlised. Please confirm whether we
need to supply 1000 sets with neach Rack?
Tender clause remains the same
52
2.3 Technical
Specification
for Radio Link
c. Tower/Pole
Specification (9
m pole and 15
m tower)
a. Radio Modem:
Reference: TEC/GR/R/ISM-MOD-
001/04.MAR2016
c. Tower/Pole Specification (9 m pole
and 15 m tower)
Kindly arrange to clarify that Connectivity through
radio to connect a GP is under the scope of MSI
for package-A and not under the scope of SI
under package B, C & D.
Under the scope of Package B, C&D respectively
1195.7.1 Package
B, C& D:
Connectivity through radio to connect
a GP (depending upon site survey
only where Aerial connectivity is not
feasible)
Kindly arrange to clarify that Connectivity through
radio to connect a GP is under the scope of MSI
for package-A and not under the scope of SI
under package B, C & D. Further, there is no
provision in price schedules also for Radio
connectivity requirements.
Under the scope of Package B, C&D respectively
44
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End-to-End connectivity of GPs of
100% GPs of the Package as per the
prescribed schedule
Please understand that total project completion
time mentioned as 330 days from the date of
award of Work. This is too less, we request that
Project timelines shall be 15 months from the
date of Purchase Order. Kindly consider and
confirm.
Tender clause remains same
146
5.19 O&M of
Optical Fibre
Infrastructure
(SI)
b) Fault
Restoration
Services
In case of any breakdown in the OFC
network, SI shall be responsible for
obtaining approval at his own cost
from statutory authorities like
Municipal Corporation, Development
Authorities, RWS&S, Electricity
Department, NHAI and any other
concerned authority as required for
carrying out the repair. Purchaser can
assist in getting permission for repair
in few cases where there is urgency.
Kindly arrange to clarify that all the cost incurred
in obtaining RoW shall be borne by Purchaser on
actuals on giving necessary/relevant documents
and no RoW cost is to be absorbed by MSI/SI.
As per RFP, Cost incurred in obtaining ROW shall be
reimbursed on actuals on giving necessary/relevant
documents.
8
2.2 Laying OF
PLB HDPE
Ducts
Manholes are kept 200 m apart
As per Clause 2.2 of Annexure B manhole
location is mentioned at approx 200 m only.
Whereas the combined quantity of the manholes ,
joint chambers, loop chambers are mentioned as
1950 nos., 3296 nos. & 3100 nos. for packages B
(Underground cable length-1300 kM), C
(Underground cable length-2646 kM) & D
(Underground cable length-2550 kM) respectively
in BOQ SI.No 3.05.
Please arrange to provide the segregated
numbers of each manhole, joint chamber, loop
Chamber matching with total underground lengths
and technical specifications.
As per BBNL Engineering Instruction Annexure B
134-140
5.14
Stakeholders
of the Project
& their
Responsibilitie
s
MSI
Kindly arrange to bifurcate the roles and
responsibilities of MSI and SI to avoid any
ambiguities and confusions, considering that MSI
and SI are different agencies. This is required as
in lot of instances the work sequence of MSI and
SI are inter-dependent or sequential in nature.
TANFINET will provide the details for successful
bidder during implementation
89
4.1.3
Personnel
required for
project
execution - d
MSI/SI shall deploy adequate number
of parallel teams on ground for
undertaking field activities such as
survey, laying of fibre, setting up of
PoPs, testing at field etc. to
implement the network. As the
timelines for commissioning entire
network is 24 months, it is imperative
to have parallel teams working in
different milestones for timely
completion of work and adherence to
SLAs.
Please arrange to clarify whether the timelines for
commissioning entire network is 24 months?
Please refer corrigendum
37-383.9 MSI/SI’s
Obligations
MSI/SI’s obligations shall include all
the activities as specified by the
Purchaser in the Scope of Work and
other sections of the Tender and
Contract and changes thereof to
enable Purchaser to meet the
objectives and operational
requirements. It shall be MSI/SI’s
responsibility to ensure the proper
and successful implementation,
performance and continued operation
of the proposed solution in
accordance with and in strict
adherence to the terms of his Bid, the
Tender and this Contract.
2. In addition, the MSI/SI shall provide
services to manage and maintain the
said system and infrastructure as
mentioned in the Tender and changes
thereof.
Please arrange to clearly bifurcate the
responsibilities and define the inter-dependability
of MSI and SI (considering both agencies are
different) for their scope of work and SLA targets
and how the default at level of one agency will not
affect the interests of other agency?
This is to request you to kindly do not use the
words MSI and SI as inter-changeable in different
clauses to avoid ambiguities.
TANFINET will provide the details for successful
bidder during implementation
140
5.19 O&M of
Optical Fibre
Infrastructure
(SI)
PIA shall obtain necessary Right of
Way (RoW) from State/Central
agencies whichever applicable.
TANFINET shall facilitate the PIA in
obtaining the same. The cost incurred
in obtaining RoW shall be reimbursed
on actuals on giving
necessary/relevant documents.
Please clarify -
1. Will TANFINET facilitate RoW clearance's with
NHAI, HSVP, PWD nodal agencies and bear the
costs directly?
2. Railways RoW is a major issue, request
TANFINET to clear the same.
3. NGT (Forest) RoW also requesting TANFINET
to clear the same.
4. Please confirm that ROW charges for all
applicable authorieties will be borne by
TANFINET
5. Please confirm that it is TANFINET
responsibility to get necesarry ROW approvals
from all relavent auhtorities.
6. Please note that RoW shall be applied on letter
head of TANFINET and demand note shall be
issued by concerned authorities in name of
TANFINET. Therefore, RoW payment shall be
made directly by TANFINET. However, SI shall
support in this process.
Please confirm.
1.TANFINET will facilitates in getting State related
ROW and presmission.
2. Railways approval should be handled by SI.
3. Forest approval should be handled by SI.
4. Charges for all ROW will be paid as actuals with
necessary documents..
5. TANFINET will provide necessary approval.
6.RoW related documents in the name of SI.
127
SECTION V.
SCOPE OF
WORK 5.8
Acceptance
testing
Purchaser will select a Third-Party
Agency (TPA) for monitoring of the
implementation of projects on various
Parameters. TPA shall verify and
certify the quality as well as quantity
of the of work done for material,
OTDR Testing, End to End Testing,
checks and review of trenching,
installation of OFC /Duct, refilling of
trench, splicing etc. for all 100% sites.
Please clarify:
1. Who will be TPA and when such TPA shall
made availabe by Purchaser?
2. Who shall bear the cost of TPA?
3. Any AT schedule defined by Tanfinet
1. TPA will be selected by TANFINET under process,
will be selected before on boarding of SI
2.TPA cost will be borne by selected vendor for TPA.
3.Will be provided to sucessuful during
implementatation.
38.0 3.9.11(a) Site Commissioning means Supply,
Installation, Integration,
Commissioning and Testing of the
created network (duly approved by
the TPA) which shall include OTDR
link test, As Build Diagram (ABD
reports), integration of equipment at
NOC.
Since NOC is not part of Package B,C,D so the
clause may be suitably amended by deleting
integration of equipment at NOC and clause may
be emended as : "Site Commissioning means
Supply, Installation, Integration, Commissioning
and Testing of the created network (duly
approved by the TPA) which shall include OTDR
link test, Radio Infrastructure & As Build Diagram
(ABD reports)". Please confirm.
Tender clause remains the same.
Site Survey
We request you to provide sample site at
1. block level
2. sub-station
to understand the typical existing infrastructure. Will be provided to successful bidder during
implementation.
136 5.14
Stakeholders
of the Project
& their
Responsibilitie
s
Strengthening of poles
Assessment of existing poles and
strengthening wherever required
Please arrange to clarify that during the
strengthening/replacement of the damaged poles,
the existing conductor reworks (supply &
services) shall only be in the scope of
TANGEDCO/TNEB and not in scope of SI.
Tender calsue remains the same.
99
Package B:
Survey,
Supply,
Installation,
Commissioning
and Operation
& Maintenance
of Optical Fibre
Network (OFN)
in Tamil Nadu
Table A Sl No. -
B.5
Supply of Manhole, Joint chambers &
Loop chamber
Please arrange to provide the technical details
details of loop chamber and separate quantities
of Manhole, Joint Chamber & Loop chambers for
all packages.
As per BBNL Engineering Instruction Annexure B
109
5.5 Network
Implementation
Approach
TANFINET have conducted the
desktop survey on the above principle
and arrived at GIS survey report.
Please arrange to share the available survey
report for proper site assessment of the work for
the bidders. Alternatively, we request you to
provide sample site at
1. Block level
2. Sub-station level
to understand the typical existing infrastructure.
Details will be shared with the successful bidders
55
3.43
Conditions
during
implementation
period
The delay in commissioning of GPs
due to RoW issues of Central
Government and Central PSUs shall
be time shall not be counted as delay
for calculation of Penalty.
Kindly arrange to clarify that delay in
commissioning of GPs due to any kind of RoW
issues of any agency shall not be counted as
delay for calculation of Penalty.
The delay in commissioning of GPs due to RoW
issues of Central /State Govt Agencies shall not be
counted as delay for calculation of Penalty.
37
3.6
Commenceme
nt and
Progress
The items supplied under this
Contract shall conform to the
standards mentioned in Section 4 -
Technical Specifications (TEC GR
Nos). In other cases where no
applicable standard is available such
standards which are issued by the
relevant certified agencies as
accepted by purchaser shall be
applicable.
Any such standards that need to be complied
with, and which are not available under Section 4
Technical Specification, need to be shared with
the MSI/SI before hand for compliance with such
standards.
Please refer corrigendum
47
3.23 Change
Orders/Alterati
on/Variation
The MSI/SI shall agree that the
requirements /quantities
/specifications and Service
requirements given in the tender are
minimum requirements and are in
no way exhaustive and guaranteed by
the Purchaser. Any escalation of
the cost after awarding contract
shall be borne by MSI/SI except
duties.
Any upward revision and/or additions
consequent to errors, omissions,
ambiguities, discrepancies in the
quantities, specifications, architecture
etc. of the Tender which the MSI/SI
had not brought to the Purchaser’s
notice till the time of award of work
and not accounted for in his Bid shall
not constitute a change order and
such upward revisions and/or addition
shall be carried out by the MSI/SI
without any
time and cost effect to Purchaser.......
In view of the first para of the said clause it
implies that there is no upper limit of
cost/specifications. Therefore request the
Purchaser to freeze the
requirements/specifications/services during pre-
tendering stage to avoid any escalation of the
cost after awarding the Contract.
Tender clasue remains the same
105
Table-B
(Operations &
Maintenance
(O&M) Cost)
The O&M value quoted should be
minimum 5% of Sub total cost of
Table-A value in column of O&M table
per year. If quoted less than 5%, the
financial bid of such bidder shall not
be considered
Kindly arrange to clarify which percentage of
O&M value precedes the other percentage w.r.t.
Clause number 3.28 (33% with provided annual
values of 4%, 4%, 4.5%, 4.5%, 5%, 5.5% &
5.5%) or Price schedule Table-B wherein the
annual percentage is minimum 5% for 7 years i.e.
35%.
Please refer corrigendum
36
Annexure B
Engineering
Instruction
22 GUIDELINE
FOR
INSTALLATIO
N OF ADSS
AERIAL
OPTICAL
FIBRE CABLE
1) Scope
This document is intended to provide
guidelines for selection of appropriate
methodology for aerial installation of
ADSS optical Fibre Cable on Existing
Electrical Poles of 440/220/132/33/11
KV Lines and LT lines as per the
route map and network design.
As per GR aerial ADSS OFC shall be as per
TEC/GR/TX/OFC-022/02/MAR-17 which is
limited to 33/11 KV with spacing between OFC &
power conductor more than 1.5 meter. So
requesting to change the guidelines for
installation up to 33 KV only.
Tender clause remains the same.
59-62
3.56 Service
Level
Agreement &
Targets
Block Level Device Connectivity (UG)
Block Level Device Connectivity
(Aerial)
GP Type 1 level Connectivity (Aerial)
Sl. No. Measurement
GP Type 2 level Connectivity (Aerial)
Please arrange to clarify in case any Electronic
Equipment is not available provided by MSI due
to any circumstances in that case how the
payments of SI shall be ensured during different
SLA requirements?Payment based on end to end integration SI/MSI
need to cordiante and complete the implementation
1215.7.1 Package
B, C& D:
10. Designing, planning of optical
network, feasibility of radio-based
solution as well as creation of
database for utility infrastructure. The
SI shall prepare KMZ/KML file as per
the data recorded during site survey
from GP to GP using optimized
routes.
12. A final exhaustive site survey
report should be submitted covering
detail BoQ for each GPs and further
consolidated at Block level, deviation
from indicative BoQ (As per the
financial bid format- given in Section
IV), risks involved to execute the
work along with mitigation plan,
resources required as well as a
quality assurance plan indicating
expected deviations along with the
project execution strategy. A
comprehensive documentation folder
in soft copy (in Video format, KMZ
format and MS Excel) to be submitted
on the completion of the survey
Please arrange to clarify that SI shall prepare
KMZ/KML file as per the data recorded during site
survey from GP to GP using optimized routes.
Survey soft copy in Video format is not required
to be submitted by SI.
Tender clause remains the same.
42 & 50
3.19 - Time
Schedule &
3.28 - Payment
Terms
3.19 - Time Schedule & 3.28 - Payment Terms
Request you to provide a single table correlating
the time schedule of execution and payment term
milestone as it will enable us to prepare the
project execution schedule.
Please refer corrigendum
43 3.18 Time Schedule-Package-A This Clause may be deleted since it is not
required for Package B,C & D.
Please refer corrigendum
44 3.19 Time Schedule-Package-B,C,D The time schedule & related penalties are too
stringent and will lead to unnecessary laodings by
the bidder, hence please be amended as
provided in Annexure-A to this sheet.
Please refer corrigendum
1205.7.1 Package
B, C& D:
h. For provisioning of Radio
connectivity as per the survey report,
the SI shall undertake the following:
I. Supply of end-to-end equipment
required to establish the Radio link
along with fittings and associated
items as per the approved survey
report.
II. End-to-End installation of the Radio
equipment, poles/antenna, related
hardware along with the civil work that
needs to be carried out for installation
of Radio connectivity according to
survey report.
III. Link testing (with OTDR & Power
meter, etc.) and commissioning.
IV. All design/ pre-installation
drawings should be implemented, to
be updated as per the actuals/ post
installation.
Kindly arrange to clarify that supply & installation
works for connectivity through Radio to connect a
GP is under the scope of MSI for package-A and
not under the scope of SI under package B, C &
D. Further, no provisioning done for radio
equipment supply and installation in the price
schedules under package B, C & D. Please
confirm.
Please refer corrigendum
13
SECTION - I
Tender
Schedule
Package - D
Package D comprise of Dindigul,
Kanniyakumari, Madurai, Pudukkottai,
Ramanathapuram, Sivagangai, Theni,
Thoothukudi, Tirunelveli,
Virudhunagar Districts
Kindly inform the following:
No. of POPs along with Location in each district
Details will be shared with the successful bidders
47
3.21 Term and
extension of
Contract
The term of this Contract shall be
initially for a period of 8 years (one
year for implementation and 7 years
for Operations & maintenance) from
the date of signing of contract and Go
live of the entire work.
The Purchaser shall reserve the sole
right to grant any extension to the
term above mentioned and shall notify
in writing to the MSI/SI, at least 6
months before the expiration of the
term hereof, whether it shall grant the
MSI/SI an extension of the term. The
decision to grant or refuse the
extension shall be at the Purchaser’s
discretion. Accordingly, the Bank
Guarantee of the same amount shall
be extended
up to extended period of the Contract
Additional period up to 2 years as
deemed appropriate (Purchaser
reserves the right to extend the
Contract with the MSI/SI), terms &
conditions for SLA, penalty and
Prices for on premise services shall
remain same as given for 8th Year.
Where the Purchaser is of the view
that no further extension of the term
be granted to the MSI/SI, the
Purchaser shall notify the MSI/SI of
its decision at least 6 (six) months
prior to the expiry of the Term.
Upon receipt of such notice, the
Bidder shall continue to perform all its
obligations hereunder, until such
reasonable time beyond the Term of
the Contract within which, the
Purchaser shall either appoint an
alternative MSI/SI or create its own
Currently we understand that there is no provision
of EOT during construction period. We therefore
request you to kindly arrange to include the
provision of EOT for construction period for the
delays not attributable to the scope of System
Integrator.
Tender calsue remains the same.
29
12. Joint
Enclosure and
Splicing:
There is detailed specified in the
tender OJC regarding straight or
Branch Joint Closure.
Need ClarificationsAs per BBNL Engineering Instruction Annexure B
26 2.30 (2) Sole Bidder or Lead Bidder should
have a minimum cumulative annual
turnover for the last 3 financial years
(FY 2016-17, FY 2017-18, FY 2018-
19) as given below: -
Package wise turnover Requirement:
• Package A: Minimum Rs. 405 Cr
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
The Solo bidder or Lead Bidder with turonver of
100Crs in a year may find it difficult to
manage/execute such high value project worth
300 Crs in a year as this project requires lot of
capital expediture initially.Hence We request you
to change the cumulative annual turnover to
average annual turnover which enables financially
capable bidder to bid for this project.
Sole Bidder or Lead Bidder should have a
average annual turnover for the last 3
financial years (FY 2016-17, FY 2017-18, FY
2018-19) as given below: -
Package wise turnover Requirement:
• Package A: Minimum Rs. 405 Cr
Note: In case of consortium, the turnover of junior
partner will not be considered for this purpose.
Please refer corrigendum
26 2.30 (3) Sole Bidder or consortium should
have executed works to the minimum
value of Rs. 135 Cr in NOC and
MPLS equipment commissioning in
Telecom services in the last 3
financial years (FY 2016-17, FY 2017-
18, FY 2018-19)
Only keeping Network Operations ( NOC) and
MPLS equipment commissioning experience may
restrict some of competent bidders who has
experience of handling much larger Telecom/ IT
projects, therefore we would like to respectfully
suggest to amend the clause as follow:-
Sole Bidder or consortium should have executed
works to the minimum value of Rs. 135 Cr in
supply and commissioning of equipment for NOC
and MPLS Network / Telecom network
Infrastruture projects in the last 5 financial years
(FY 2014-15,2015-16,2016-17, FY 2017-18, FY
2018-19)
Please refer corrigendum
26 2.30 (4)(1) The Bidder must have experience in
commissioning at least 1500 Nos of
IP-MPLS Carrier grade Routers for
Telecom Service Providers, after 1st
April 2016.
Only keeping MPLS equipment commissioning
experience may restrict some of competent
bidders who has experience of commissioning
carrier grade IP/Packet Telecom for Telecom
Service Providers, therefore we would like to
respectfully suggest to amend the clause as
follow:-
The Bidder or consortium must have
experience in commissioning at least 1500
Nos of IP-MPLS Carrier grade Routers / IP
Transmission Equipment Nodes for Telecom
Service Providers, after 1st April 2015.
Please refer corrigendum
26 2.30 (4)(2) The Bidder must have the experience
in implementing and maintaining
Operations Support System &
Business Support System (OSS &
BSS) in two projects catering to
Telecommunication/Wireline/Cellular
Network service sectors in India after
1st April 2016
We request to modify the clause as follow:-
The Bidder or consortium/ Bidder’s OEM
partners must have the experience in
implementing and maintaining Operations
Support System & Business Support System
(OSS & BSS) or Network Management System
& Business Support System (NMS & BSS) in
two projects catering to
Telecommunication/Wireline/Cellular Network
service sectors after 1st April 2015.
Please refer corrigendum
26 2.30 (2) Sole Bidder or Lead Bidder should
have a minimum cumulative annual
turnover for the last 3 financial years
(FY 2016-17, FY 2017-18, FY 2018-
19) as given below: - Package wise
turnover Requirement:
Package B: Minimum Rs. 615 Cr
Package C: Minimum Rs. 620 Cr
Package D: Minimum Rs. 552 Cr
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
The Solo bidder or Lead Bidder with turonver of
200Crs in a year may find it difficult to
manage/execute such high value project worth
500 Crs in a year as this project requires lot of
capital expediture initially.Hence We request you
to change the cumulative annual turnover to
average annual turnover which enables financially
capable bidder to bid for this project.
Sole Bidder or Lead Bidder should have a
average annual turnover for the last 3
financial years (FY 2016-17, FY 2017-18, FY
2018-19) as given below: -
Package wise turnover Requirement:
Package B: Minimum Rs. 615 Cr
Package C: Minimum Rs. 620 Cr
Package D: Minimum Rs. 552 Cr
Note: In case of consortium, the turnover of junior
partner will not be considered for this purpose.
Please refer corrigendum
26 2.30 (4) Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
The scope of the project includes both laying of
underground and Aerial Optical Fibre Cable which
requires different laying methodologies. Hence it
would be more prudent to sought the bidder past
experience in laying and commissioning of both
UG and Aerial OFC. We request you to amend
the clause as below.
Bidder must have experience in ‘Installation,
Testing and Commissioning of Aerial Optical
Fibre Cable (24 and above core ADSS/OPGW
and accessories) of at least 5000 km after 1st
April 2015
AND
Experience in 'Laying, Installation, Testing
and Commissioning of Underground Optical
Fibre Cable, PLB Duct and accessories of at
least 5000 km after 1st April, 2015
Please refer corrigendum
Page No. 22 Annexure A-
Technical
Specifications
(TEC GRs)
“Preference is for an open source
software”
Minimum specification mentioned for GIS
Software License is feasible through COTS GIS
Platform where OEM is responsible for end-to-
end GIS solution. Such Minimum specification
mentioned in the RFP are not fully compliable with
the open source software. Why COTS platform
is not allowed? COTS platform is more reliable
compare to open source.
As per RFP, GIS is open source.
1 GeneralRef No: NIT/TANFINET/001/
PACKAGE-C
We understand that this is a typo error, kindly
amend the same as - Ref No:
NIT/TANFINET/001/ PACKAGE-B.
Typo error to be corrected. Should be PACKAGE-B
13
SECTION - I
Tender
Schedule
Package - B
Package B comprise of Cuddalore,
Kancheepuram, Tiruvallur,
Tiruvnnamalai, Vellore, Viluppuram
Districts
Kindly inform the following:
No. of POPs along with Location in each district
Refer Corrigendum
24
2.29 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 1
Evaluation and award of contract
would be done Package wise. The
cost quoted by the Bidders would be
compared package wise.
We understand that, RFP has FOUR (4)
packages in line with SOW, Geography and
Soil starta hence there will be a cost variation
package-wise from prospective bidder(s). we
are requsting not to compare BOQ wise rates
post price-opening and comparision of L1
method. Please confirm.
Refer Corrigendum
24
2.29 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 1
If the overall L1 Bidder of a package
has quoted higher cost for certain line
items, then Purchaser shall negotiate
with the L1 bidder of that package to
match the lowest line items prices
quoted by other bidders within that
package. Purchaser shall also
negotiate for improvement in the
Scope and timeline.
Line-item wise comparision Or negociations
post L1 declaration of respective packages
can not be linked. RFP has FOUR (4)
packages and each package is different in
nature, hence L1 to be declated on overall
value of Packages. We are requesting to
remove line-item wise negociations/rate
revision post L1 value should not be
applicable in this case, pls confirm.
Refer Corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 2
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
Please note that Consortium member is
equally responsible and liable for Tender
obligations. Therefore, we request to kindly
accept and confirm that turn over of lead
bidder as well as consortium member shall
also be considered to suffice this
requirement.
Please refer corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 3
Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19) as below
Package B: Rs. 204 Cr.
Supporting Documents Required :
Work order and completion certificate
from customer.
Please note that restriction on experience
only for "Optical Fibe cable laying for
Telecom Infrastructure" is not correct. We
request to consider as follows:
Sole bidder or consortium should have
executed works to the minimum value
mentioned below in Optical Fibre cable
project including supply and laying for
Telecom infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY 2018-19) as
well as current financial year i.e. 2019-2020
as below
Package B: Rs. 204 Cr.
Supporting Documents Required :
1. Work order copy clearly mentioning the
scope and value of the work
2. Completion certificate from customer.
In case of large ongoing projects,
Proportionate Completion certificate /CA
certificate specifying completion.
Kindly consider.
Please refer corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 4
Package B:
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation, T
esting and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
1. Please understand that 5000 Kms OFC
cable laying experience is too huge & may
limit to select few bidders, which in turn
restructing competition. In order to ensure
fair and competitive bidding, we request to
please consider 3000 Kms instead of 5000
Kms.
2. We understand that onging larger project
under BharatNet Phase 2 shall also be
acceptable to suffice this clause. Please
confirm.
Please refer corrigendum
30
2.41 Pre-
Qualification &
Technical
Eligibility
Criteria
Mobilization (Up to 10% of cost of
Project (excluding O&M cost) towards
material advance) shall be secured
against irrevocable bank guarantee
and shall be recovered in the
subsequent bills payable along with
interest. If the MSI/SI wishes to avail
the mobilization advance, then they
shall submit an additional Bank
Guarantee from a Nationalised Bank
of value 110% of the mobilization
advance as per act and rules.
As we have an experience of execution of
similar projects, we took mobilization
advance in those cases. Standard practice is
a non-interest based mobilization advance
againt respective Bank gurantee of 110%
advance amount value. We are requesting to
remove intrest on mobilization advance
clause.
Tender clasue remains the same
39
Section III -
General
Conditions of
the Contract
and Service
Level
Agreement.
Clause no
3..9.11.B
All the OEMs that Bidder proposes
should have Dealer possession
licenses
DPL is required for RF and Wi-Fi hence it is not
applicable for other OEMs, pls confirm
Refer Corrigendum
43
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
Submission of survey report,
1. Please provide format of Survey report.
2. Please provide format of Monthly Progress
report.
Report format shall be provided later after award of
contract.
43
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End-to-End connectivity of 10% GPs
of the Package as per the prescribed
schedule
in RFP, there are FOUR (4) packages.
Electronics are different and not part of
Package#B,C,D hence end-to-end
connectivity will be depending on one of the
sucessful bidder of Package#A. This will
leads to project delay due to multiple PIA
dependancy, implementation will be a joint
responsibilities and passive/active by two
different PIA will leads to a major challange in
terms of planning, loss of packates, O&M,
provisioning and call log and responsibilities.
we are strongly recommending to give
package-wise active and passive both
responsibilities to ensure timely exectsion,
one party accountibilitiy for delivery,
installation, support, QoS and timely
execution.
Please refer corrigendum
43
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End-to-End connectivity of 10% GPs
of the Package as per the prescribed
schedule
We understand that bidder may choose any
10% GP from complete package irrespective
of particular District/Block. As it is not
pratically possible to complete 10% GP in
each block every month as all blocks can not
be opened for execution simultaneously.
Please accept and confirm.
Please refer corrigendum
43
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End to End integration to NOC with
Successful test completed report
In case of any delay in installation and
commissioning of NOC (which is in scope of
Package A), PIA of this package shall not be
penalized and Purchaser shall release the
payment based on the completion of work by
PIA in this Package. As we ask for
clarification to give "one PIA" accountable
irrespective of active and passive, one PIA
acountibility will give better control on
implementation to meet milestone, right
delivarables on GP progress, accountibility,
O&M and QoS. we are strongly
recommending to have "One PIA"
responsibility for a complex project to meet
end-to-end GP delivarables.,
Please refer corrigendum
45
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End-to-End connectivity of GPs of
100% GPs of the Package as per the
prescribed schedule
With our two state executions, from
AOP/Work order to agreement and
submission requirement of PBG/ABG with
survey report are taking time. We are a very
serious bidder with an experience of 3000
GP's live with 15000 KM of OFC under-ground
laid. We are strongly recommending to have
"One PIA" accountable for active and passive,
this wil enable timely execution without an
excuse of other dependancy for end-to-end
GP-lit with AT. suggesting and
recommending 15 months timeline with "One
PIA" accountibility for active and passive
both by single PIA for respective
package#B,C, D. Tanfinet may discover
common brand of active and fix a rate
contract however all 3 package PIA
(Prospective bidder) should source and
supply product and delivery it timely with
their passive for timely execution. This will
surely meet 100% GP live by 15 months from
the date of agreement.
Please refer corrigendum
46
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
MSI/SI shall start end to end
connectivity of GPs in those
Segments for which the site survey
has been conducted and approved by
Purchaser. Meanwhile the MSI/SI
shall also continue to do the site
survey for the remaining GPs. Hence,
the site survey and commissioning of
network at GPs shall go
simultaneously. For example: MSI/SI
can submit the survey report of 10
Segments for the approval by
Purchaser and can start
implementing the required work and
can continue the site survey for other
sites and start delivery &
implementation of the approved sites.
But the survey of whole package
should be completed within three
months.
we are strongly suggesting to give active and
passive supply, installation and support from
PIA of Package#B/C/D. Tanfinet may discover
OEM and cost for overall project however PIA
of #B/C/D should be responsbile to supply at
discovered rate with active-passive
installation and GP-lit along with project
completion on-time with its O&M post Go-
live.
Tender clause remains the same.
47
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.20
Penalty for
Delay in
Implementation
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
Such terms are ideal when "One PIA" is
accountable for E2E and clear parameters to
identify respective "one Party". Multiple PIA
will leads to confusion and excuses to accept
such SLA and its downtime.
Please refer corrigendum
13
SECTION - I
Tender
Schedule
Package - D
Package D comprise of Dindigul,
Kanniyakumari, Madurai, Pudukkottai,
Ramanathapuram, Sivagangai, Theni,
Thoothukudi, Tirunelveli,
Virudhunagar Districts.
Kindly inform the following:
No. of POPs along with Location in each district
Refer Corrigendum
38
Section III -
General
Conditions of
the Contract
and Service
Level
Agreement.
Clause no
3..9.11.B
All the OEMs that Bidder proposes
should have Dealer possession
licenses
DPL is required for RF and Wi-Fi hence it is not
applicable for other OEMs, pls confirm
Refer Corrigendum
49
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT
AND SERVICE
LEVEL
AGREEMENT
S.No 3.27
Payment
Schedule
1. SLA
report duly certified by
TPA/Purchaser
2. Go-Live certificate by TPA, as
accepted by Purchaser
1. Go-Live shall not be linked with NOC as
NOC is not in scope of this package.
2. In case, any delay in establishment of NOC
then payment of successful bidder of this
pacakge shall not be impacted. Please
confirm.
Tender clause remains the same.
58
3.56 Service
Level
Agreement &
Targets
The MSI/SI has to maintain the
Operations for 8 years as per the
terms & conditions of the TENDER
and to meet the SLA
For package "A" active component, Suppose
NOC is not likely to be fully functional, it is
suggested that SLA, Penalty shall not be
applicable during this time for SI package B,C
& D.
Please confirm.NOC Level SLA is provided in Package B, C and D
just for information. Other Block/GP level network
SLAs are applicable as given in the RFP.
58
3.56 Service
Level
Agreement &
Targets
Measurement Tool
We request to the authority kindly confirm :
Shall authority provide any authenticate
measurement tool ?
Suppose if any alarm comes to NMS then how
would we come to know that it is by Active
component or by Passive component?
Kindly confirm.
SI to have necessary resources and equipement for
implementation
58
3.56 Service
Level
Agreement &
Targets
Reports for EMS
We request to the authority kindly confirm.
shall authority provide any authenticate lisence
software for EMS? EMS/NMS is under
Package-A SI scope.
58
SECTION III.
3.56 Service
Level
Agreement &
Targets
Network Availabilty at Block Nodes
(UG & Aerial)
The Monthly Target needs to be amended to >
95% (No Penalty) instead of > 99.5% due to
various factors not attributed in Package B SI
scope, < 90% with additional 1% penalty on
account of each reduction in uptime.
Kindly consider & please confirm.
Please refer corrigendum
59
SECTION III.
3.56 Service
Level
Agreement &
Targets
All segments of connectivity
Network latency / Jitter (Core to
Access) - Upto 40ms (No Penalty) &
More than 40ms (0.5% penalty on
account of each 5ms additional
latency)
We request for removal of this clause since it is
applicable on Active SCOPE (Package A)
Please refer corrigendum
64
4. TECHNICAL
BID FORMAT
S.no 12
Declaration on PMA
PMA should be mandated for this tender to
enable synergy with the existing ecosystem.
Form 15 to be submitted
64
4. TECHNICAL
BID FORMAT
S.no 12
Declaration on PMA
Kindly clarify the index submitted option Yes or
No declaration on PMA. It is mandatory document
for submission of technical bid. if the bidder will
not submitted the PMA declaration then the
bidder will rejected for technical cretieria.
Kindly Confirm
Form 15 to be submitted
73
Section IV -
Bid Submission
Formats 4.
TECHNICAL
BID FORMAT
4.8. Form 8 -
ISO
Certification &
TL 9000
Certification
Valid ISO Certificate ISO 9001:2008 /
ISO 9001:2015 & TL 9000 should be
submitted
We undestand that either bidder or consortium
member shall have the valid ISO
certificate.Please confirm.
Please refer corrigendum
79 4.14. Form 15 - Declaration on PMA
Form 15 should be mandated for this tender to
enable synergy with the existing ecosystem.
Kindly confirm
Form 15 to be submitted
126
Acceptance
testing
(Commissionin
g) for the
network
Audit and inspection of material at
warehouse maintained by SI
Please confirm:
1. Tanfinet shall provide warehouse for storage of
Active & Passive components etc. to successful
bidder.
2. Stored material ownership shall lie with
Tanfinet, in order to cover for any loss to the
bidder.
Kindly clarify.
All materials to be stored and maintained by SI.
125
Acceptance
testing
(Commissionin
g) for the
network
Purchaser will select a Third-Party
Agency (TPA) for monitoring of the
implementation of projects on various
Parameters. TPA shall verify and
certify the quality as well as quantity
of the of work done for material,
OTDR Testing, End to End Testing,
checks and review of trenching,
installation of OFC /Duct, refilling of
trench, splicing etc. for all 100% sites.
Please confirm:
Has Tanfinet nominated any TPA? If yes please
provide details.
Please confirm that Tanfinet will bear commercial
cost of hiring TPA and SI has nothing do to the
same.
TPA selection and cost will be borned by TANFINET.
126
SECTION V.
SCOPE OF
WORK 5.9
Quality
Assurance and
testing
The QA test schedule shall be issued
by Purchaser. There shall be stages
of testing as required.
1. What is the timelines for issuance of QA test
Schedule?
2. Who shall carry out the bulk QA testing at
OEM factory?
3. Who shall bear the cost of testing charges by
QA testing agency?
Kindly Clarify
QA test schedule will be shared later based on the
implementation. TANFINET/TPA will do the testing.
136
Fault
Restoration
Services
1:The SI shall deploy Maintenance
Teams at the designated locations as
decided by Purchaser. The
Maintenance teams shall comprise of
manpower, logistics (Vehicles),
required tools/tackles/machinery &
equipment.
2:The SI shall provide OFC
maintenance service on round the
clock basis for attending & rectifying
the OFC fault in minimum downtime
(including travel time) from regard to
the power launched on to the fibre.
Restoration of site shall be done to
the entire satisfaction of Purchaser.
Please confirm that for Maintanance purpose,
material shall be provided by Tanfinet and
workmanship shall be done by SI during O&M.
All cost related to maintenance will be borned by SI.
2
Annexure B
Engineering
Instruction
1.4.1 PLB HDPE
Duct
PLB HDPE Duct shall be as per latest TEC
GR No. TEC/GR/TX/CDS-008/03/MAR-
11 with latest Amendments. It is silent
on supply length of ducts
1. Please clarify if the duct is to be suppied in 500
mtrs +/-10% supply length ( which is better for
handling) or in 1000 mtrs +/- 10%.
2. Please provide the printing details to be print on
Duct.Tender clasue remains the same
29
Annexure B
Engineering
Instruction
12 Joint Closure
& Splicing
Features: Standard fibre count 24 F.
Universal type i.e. suitable for all type of
cable (ADSS OFC, Armoured and metal
free cable). Provide scope for straight /
branch joints. Resistant to chemicals and
corrosive atmosphere. Easy re-entry and
closing with mechanical plastic clamp.
Shall be water and air proof. Ribs on the
body for extra strength. 6 Cable entry
port & 1 oval port. Suitable for cable size
upto-30mm. Mounting Bracket for
erecting on pole vertically straight.
Dome type. Dimensions: Length-395mm
±5%. Outer diameter-273mm ±5%
This clause contradicts with clause III at Page 48 of
Annexure A of RFP : (Technical Specifications (TEC
GR)) wherein it states that Splice Closure for Optical
Fibre Cable as per TEC GR No.
TEC/GR/TX/OJC002/03/APR-2010.
We would request you to kindly confirm whether
the Straight Joint Closure/Branch Joint Closure can
be supplied under TEC GR No. TEC/GR/TX/OJC-
002/03/APR-2010 with latest amendments.
As per BBNL Engineering Instruction Annexure B
29
Annexure B
Engineering
Instruction
12 Joint Closure
& Splicing
Joint Closure (OJC) 1.Dimension shared
is L = 395mm ; Outer diameter : 273mm
But as per TEC GR dimensions of the product is L =
550mm ; Outer diameter : 178mm(dome). Kindly
clarify.
Annexure B Engineering instruction to be followed
29
Annexure B
Engineering
Instruction
12 Joint Closure
& Splicing
General
There is NO detailed specified in the tender OJC
regarding straight or Branch Joint Closure.
Kindly Clarify
Tender clasue remains the same
13
SECTION - I
Tender
Schedule
Package - B
Package C comprise of Ariyalur,
Coimbatore, Dharmapuri, Erode,
Karur, Krishnagiri, Nagapattinam,
Namakkal, Perambalur, Salem,
Thanjavur, The Nilgiris, Tiruchirapalli,
Tiruppur, Tiruvarur
Kindly inform the following:
No. of POPs along with Location in each district
Refer Corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 3
Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19) as below
Package C: Rs. 207 Cr.
Supporting Documents Required :
Work order and completion certificate
from customer.
Please note that restriction on experience
only for "Optical Fibe cable laying for
Telecom Infrastructure" is not correct. We
request to consider as follows:
Sole bidder or consortium should have
executed works to the minimum value
mentioned below in Optical Fibre cable
project including supply and laying for
Telecom infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY 2018-19) as
well as current financial year i.e. 2019-2020
as below
Package C: Rs. 207 Cr.
Supporting Documents Required :
1. Work order copy clearly mentioning the
scope and value of the work
2. Completion certificate from customer.
In case of large ongoing projects,
Proportionate Completion certificate /CA
certificate specifying completion.
Kindly consider.
Please refer corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 4
Package B:
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation, T
esting and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
1. Please understand that 5000 Kms OFC
cable laying experience is too huge & may
limit to select few bidders, which in turn
restructing competition. In order to ensure
fair and competitive bidding, we request to
please consider 3000 Kms instead of 5000
Kms.
2. We understand that onging larger project
under BharatNet Phase 2 shall also be
acceptable to suffice this clause. Please
confirm.
Please refer corrigendum
42
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End-to-End connectivity of 10% GPs
of the Package as per the prescribed
schedule
in RFP, there are FOUR (4) packages.
Electronics are different and not part of
Package#B,C,D hence end-to-end
connectivity will be depending on one of the
sucessful bidder of Package#A. This will
leads to project delay due to multiple PIA
dependancy, implementation will be a joint
responsibilities and passive/active by two
different PIA will leads to a major challange in
terms of planning, loss of packates, O&M,
provisioning and call log and responsibilities.
we are strongly recommending to give
package-wise active and passive both
responsibilities to ensure timely exectsion,
one party accountibilitiy for delivery,
installation, support, QoS and timely
execution.
Please refer corrigendum
42
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End to End integration to NOC with
Successful test completed report
In case of any delay in installation and
commissioning of NOC (which is in scope of
Package A), PIA of this package shall not be
penalized and Purchaser shall release the
payment based on the completion of work by
PIA in this Package. As we ask for
clarification to give "one PIA" accountable
irrespective of active and passive, one PIA
acountibility will give better control on
implementation to meet milestone, right
delivarables on GP progress, accountibility,
O&M and QoS. we are strongly
recommending to have "One PIA"
responsibility for a complex project to meet
end-to-end GP delivarables.,
Please refer corrigendum
44
SECTION III.
GENERAL
CONDITIONS
OF THE
CONTRACT,
Clause No.
3.19, Time
Schedule -
Package B, C
& D
End-to-End connectivity of GPs of
100% GPs of the Package as per the
prescribed schedule
With our two state executions, from
AOP/Work order to agreement and
submission requirement of PBG/ABG with
survey report are taking time. We are a very
serious bidder with an experience of 3000
GP's live with 15000 KM of OFC under-ground
laid. We are strongly recommending to have
"One PIA" accountable for active and passive,
this wil enable timely execution without an
excuse of other dependancy for end-to-end
GP-lit with AT. suggesting and
recommending 15 months timeline with "One
PIA" accountibility for active and passive
both by single PIA for respective
package#B,C, D. Tanfinet may discover
common brand of active and fix a rate
contract however all 3 package PIA
(Prospective bidder) should source and
supply product and delivery it timely with
their passive for timely execution. This will
surely meet 100% GP live by 15 months from
the date of agreement.
Please refer corrigendum
1145.6.2 Package
B, C & D
Medium of connectivity for BharatNet
Phase 2 shall be as follows.
1. 48 Fibre ADSS cable through
Gram Panchayat to Block on
TANGEDCO poles.
A: shall any rent paid for existing pole? If yes then
please clarify.
1: how much paid for the rent of existing poles?
2: Who shall bear the cost of the rent of existing
poles? No rent for utilization of exisitng poles.
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 2
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
Please note that Consortium member is
equally responsible and liable for Tender
obligations. Therefore, we request to kindly
accept and confirm that turn over of lead
bidder as well as consortium member shall
also be considered to suffice this
requirement.
Please refer corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 3
Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19) as below
Package C: Rs. 207 Cr.
Supporting Documents Required :
Work order and completion certificate
from customer.
Please note that restriction on experience
only for "Optical Fibe cable laying for
Telecom Infrastructure" is not correct. We
request to consider as follows:
Sole bidder or consortium should have
executed works to the minimum value
mentioned below in Optical Fibre cable
project including supply and laying for
Telecom infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY 2018-19) as
well as current financial year i.e. 2019-2020
as below
Package C: Rs. 207 Cr.
Supporting Documents Required :
1. Work order copy clearly mentioning the
scope and value of the work
2. Completion certificate from customer.
In case of large ongoing projects,
Proportionate Completion certificate /CA
certificate specifying completion.
Kindly consider.
Please refer corrigendum
26
2.30 Pre-
Qualification &
Technical
Eligibility
Criteria
S.No 4
Package B:
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation, T
esting and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
1. Please understand that 5000 Kms OFC
cable laying experience is too huge & may
limit to select few bidders, which in turn
restructing competition. In order to ensure
fair and competitive bidding, we request to
please consider 3000 Kms instead of 5000
Kms.
2. We understand that onging larger project
under BharatNet Phase 2 shall also be
acceptable to suffice this clause. Please
confirm.
Please refer corrigendum
128
Acceptance
testing
(Commissionin
g) for the
network
Audit and inspection of material at
warehouse maintained by SI
Please confirm:
1. Tanfinet shall provide warehouse for storage of
Active & Passive components etc. to successful
bidder.
2. Stored material ownership shall lie with
Tanfinet, in order to cover for any loss to the
bidder.
Kindly clarify.
1. No warehouse will be provided for storage of
Active and passive components etc.
2. Stored material ownership shall lie with SI,
complete mechanism of delivery and distribution
under the responsibility of the SI
48
ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.
3.Underground (OFC Cable): 96 pair
ADSS on power lines: As per TEC
GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
1. It is mentioned TEC GR No.TEC/GR/TX/OFC-
022/02/MAR-17 with latest amendments if any,
only for 48F & 24F ADSS Type 2A,We
understand that this is the typoerror.
kindly mentioned Underground 96F Ribbon as
per BSNL Tender No.
CA/MMT/NOFN/selection of PIA/T-610/2017
issued on 29.12.2017. Kindly Confirm.
2. Please provide the printing details to be
printed on OFC.
3. We understand that MSI/SI can supply
short length also as per the requirement.
Please confirm.
1. Refer Corrigendum
2. Will be shared to successful Bidder.
3. Short length of cable supply is not allowed
48
ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.
4.Underground (OFC Cable): 144 pair
ADSS on power lines: As per TEC
GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
This tender asked only 3 type of OFC i.e 24F
ADSS(Type-2A),48F ADSS(Type-2A) & 96F
Ribbon type.
Request to delete this clause from RFP.
Refer Corrigendum
48
ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
Note.
All the materials as above have to be
TSEC/Type approved by BSNL
QA/TEC against mentioned TEC GR
or as per the approval procedure of
BBNL for which TEC GR not there.
It is evident from the RFP that the Bidder has to
submit valid TSEC approval certifcate of the
OEM of respective proudcts on the date of
submission of bid for items mentioned at S.
No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03 and 4.05 of
BoQ. Pls confirm whether valid TSEC approval
certificate by the respective OEM has to be
submitted by the lead bidder on the date of
submission of bids.
Refer Corrigendum
48
ANNEXURE A
TEC (TECHNICAL
SPECIFICATION -
PACKAGE B, C &
D)
Note.
All the materials as above have to be
TSEC/Type approved by BSNL QA/TEC
against mentioned TEC GR or as per the
approval procedure of BBNL for which
TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01, 7.02 & 7.03 of
BoQ)are one of the most crucial and critical
components of the network. Standardisation of these
products across various suppliers is a must for
equitable comparison and uniform supplies. To meet
this objective in tenders of BBNL made it obligatory
and imperative to procure only UL Listed Server and
Network racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of APSFL Tender
No. APSFL/BBNL/73/2016 Dated: 13/07/2018 -
Annexure C - Racks Speicfiactions. If required - copy
can be furnished by us . You are hereby requested to
add " UL Listed " in the specifications of 42U ; 27 U
and 9 U Racks. Please confirm.
Refer Corrigendum
48
ANNEXURE A
TEC (TECHNICAL
SPECIFICATION -
PACKAGE B, C &
D)
Note.
All the materials as above have to be
TSEC/Type approved by BSNL QA/TEC
against mentioned TEC GR or as per the
approval procedure of BBNL for which
TEC GR not there.
Mesh type filters. Stainless steel perforated sheet
with 4 mm hole diameter with fine holes punching
type with necessary framework to prevent dust and
insects as per site window size (1200 mm*1300 mm).
We request to issue some detailed speciafiactions
and QAP- so as to have a unifom supplies from
various suppliers.
Tender clasue remains the same
48
ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
5
Below mentioned accessories for
Aerial Cable (Wedge Type) –
(As per TEC GR No.
TEC/GR/TX/OAF-001/03/MAR-17)
with latest amendments if any.
1. Formed OFC Dead End &
Termination Fittings @ 5 per Km
(Wedge Type)
2. OFC Suspension Fittings @ 12 per
Km (Wedge Type)
3. De-mountable pulley @ 1 per 10
Km
4. Adjustable Cable Storage Bracket
@ 3 per Km (One loop bracket 1.5m
stainless steel strap & 2 nos buckles)
Wedge Type - Type 3
Please clarify the cable size of Aerial cable for the
Wedge type.
Refer Technical Specification on Annexure A
49ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.1
1U 24F Rack Mountable 1x12F
splicing traysin RACK, TEC should not required. Pls confirm
Refer Corrigendum
49ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.2
2U 48F Rack Mountable 1x12F
Splicing traysin RACK, TEC should not required. Pls confirm
Refer Corrigendum
61ANNEXURE A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.7
42U Rack Mountable network Rack
dimensions : 800x1000
As per TEC GR Rack dimensions are
900x400/600mm. Please clarify
Refer Corrigendum
29
Annexure B
Engineering
Instruction
12 Joint
Closure &
Splicing
Features: Standard fibre count 24 F.
Universal type i.e. suitable for all type
of cable (ADSS OFC, Armoured and
metal free cable). Provide scope for
straight / branch joints. Resistant to
chemicals and corrosive atmosphere.
Easy re-entry and closing with
mechanical plastic clamp. Shall be
water and air proof. Ribs on the body
for extra strength. 6 Cable entry port
& 1 oval port. Suitable for cable size
upto-30mm. Mounting Bracket for
erecting on pole vertically straight.
Dome type. Dimensions: Length-
395mm ±5%. Outer diameter-273mm
±5%
This clause contradicts with clause III at Page 48
of Annexure A of RFP : (Technical Specifications
(TEC GR)) wherein it states that Splice Closure
for Optical Fibre Cable as per TEC GR No.
TEC/GR/TX/OJC002/03/APR-2010.
We would request you to kindly confirm
whether the Straight Joint Closure/Branch
Joint Closure can be supplied under TEC GR
No. TEC/GR/TX/OJC-002/03/APR-2010 with
latest amendments.
As per BBNL Engineering Instruction
25 2.30.1
The Sole Bidder and each of the
Consortium members should be
registered under Companies Act,
1956 or Companies Act 2013 or as
amended and should have at least 3
years of operations in India as on bid
submission date.
Note: Consortium is limited to 2
members including Lead Bidder
Since OEM for OFC have major control in any
OFC project, we request that OFC
manuafacturers should compulsarily be made
part of the consortium. Eligibility conditions for
OEM for OFC should also be included in the
tender to help reputed OEM for OFC in India to
participate. OEM for OFC and other consortium
members may also be made jointly and severally
responsible for successful completion of the
project.The same may please be confirmed.
Please refer corrigendum
26 2.30.2
Sole Bidder or Lead Bidder should
have a minimum cumulative annual
turnover for the last 3 financial years
(FY 2016-17, FY 2017-18, FY 2018-
19) as given below: - Package wise
turnover Requirement:
Package B: Minimum Rs. 615 Cr
Package C: Minimum Rs. 620 Cr
Package D: Minimum Rs. 552 Cr
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
We feel that that the turnover criteria should be
able to eliminate financially incapable companies
from the bidding process. Since Turnover
required is cumulative for 3 years while project is
to be completed in less than an year the eligible
turnover should be at least 3 times of the
package value. Moreover Turnover of OEM for
OFC should also be added which should be at
least 3 times of the estimated value of OFC to be
supplied in a package. Please confirm.
Please refer corrigendum
26 2.30.3
Package B, C & D: Sole Bidder or
consortium should have executed
works to the minimum value
mentioned below in Optical Fibre
cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19) as below:
Package B: Rs. 204 Cr.
Package C: Rs . 207 Cr,
Package D: Rs. 184 Cr.
As per this clause a bidder with experience of
work valuing 204 Crores in last three years can
be awarded work of Rs.615 Crores (in case of
Package-B) which is required to be completed in
less than an year which is not justified from the
angle of selecting a compenent bidder. The
requirement for the value of work executed in the
last three years should, therefore, be more than
the estimated value of the package. Please
confirm.
Please refer corrigendum
New Condition
The Net worth of the Lead bidder is an important
aspect to evaluate the financial health of the
company but the same has been ignored in
eligibility conditions. It is, therefore, requested to
include Net-worth as one of the eligibility criteria
for the Lead Bidder as well as OEM for OFC. The
net worth requirement should also be in line with
the total value of the project.
Refer Corrigendum
- New Condition Eligibility Criteria for OEM for OFC
In order to ensure supply of best quality Optical
Fibre cable from a reputes OEM for Optical Fibre
cable having relevant experience and track
record, we request you to add following qualifying
conditions for OEM for OFC:
i) OEM for OFC should have been in the business
of manufacture and supply of Optical Fibre
Cables for at at least 10 years as on the date of
submission of bid.
ii) The OEM for OFC should have a total turnover
of at least Rs. 900 Crores for the financial years
16-17, 17-18, FY 18-19.
iv) The OEM for OFC should have experience of
supplying total of at least 60000 km of minimum
24 Fibre count Optical FIbre Cable to private
telecom operators, PSUs, Government, Telecom
Operators and/or Registered Infrastructure
Provider IP1 category in India starting during last
4 financial years which shall also include supply of
ADSS Optical Fibre and ribbon type optical fibre
cable required in the project.
v) The OEM for OFC should have got
infrastructure assessment done by BSNL QA and
have certified manufacturing capacity of 2,00,000
cable Km per annum for up to 48 Fibre metal free
duct OFC cables / Aerial cables valid on the date
of submission of bids.
vi) The OEM for OFC should have a valid TSEC
certificate issued by BSNL, QA for 24/48F ADSS
OFC and 96F Ribbon type OFC (to be supplied
against the present tender) for a tender floated by
any government/ semi-government agency in
India. OFC manufacturer may, however, be
required to obtain TSEC against this tender
before start of supply.
vii) The OEM for OFC should have valid ISO
9001 and TL 9000 certification valid on the date
of submission of bids Please refer corrigendum
25 2.30.1
The Sole Bidder and each of the
Consortium members should be
registered under Companies Act,
1956 or Companies Act 2013 or as
amended and should have at least 3
years of operations in India as on bid
submission date.
Note: Consortium is limited to 2
members including Lead Bidder
1. Current qualification criteria is drafted in such a
way that any company (irrespective of project
experiece/ similar project expereience) which
can fulfill the turnover criteria can qualify for
bidding. As the projects are critical in nature
considering the timeline of execution, complexity
nature of project (specific skill sets are required),
we strongly beleive that for successful execution
of project companies with relavant experiece
should be considered for particiaption.
2.Making lead bidder/compnaies without any past
experiece of similar project execution eligible for
participatition would create an non -level playing
field - as such companies would not know the
challanges, risk associated with execution and
thus companies with experience of similar
projects would tend to become non competitive
wrt these companies. Please refer corrigendum
26 2.30.4
Package B, C & D:
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
We propose to increase the qualification
requirement to minimum 20000kms of "Laying,
Installation, Testing and Commissioning of
Underground Optical Fibre Cable, PLB Duct and
accessories or/ and Aerial Optical Fiber Cable of
24F and above" from 1st April 2016. Please refer corrigendum
Suggestion Include OEM qualification criteira (for OFC)
As time is essence for completion of project, it
becomes equally important to ensure that
availability of OFC (which is the key fator for
such project). In order to ensure the same - we
propose to include the OEM /OFC qualifiaction
criteria.The factors that should be considered for
qualifing the manufacturers should be on
1. Size of the company
2. Installed Manufacturing Capacity
3. Quality Certification
4. Past supply experience - in order to ensure the
capability to supply such huge quantities.
The detail qualification criteria can be considered
from other state governement tenders like-
1. Andhra Pradesh, 2. Telangana, 3. Maharashtra
etc. Refer Corrigendum
45 3.19 Time Schedule
It has been observed in other similar tenders that
the TPA, ROW (Government Order) & design
finalization does not happen for a considerable
amount of time even after award of PO/Work
order to MSI. We strongly suggest the following
for successful and timely exeuction of project -
1. As TPA becomes te 1st point of contact for
MSI for all approvals and finalization - the TPA
should be onboarded before the Work Order/PO
is awarded to MSI.
2. Design should be finalized and concluded
within 14 days of PO/Work order is awarded. Any
delay in finalization which is not associated to the
MSI should be recorded as hinderance and
should automatically call for extended timeline for
execution.
3. The Right of Way - State Governement order
for project execution should be issued before
award of project.
4. All the approvals, process which has a
dependancy on TPA and the SIA should be
strongly goverened by SLA's/ Tur Around Time
(TAT). The TAT's for all such process should be
defined in RFP so that there can be an equal
resposnibility for ensuring project completion as
per timeline. TAT's for each process can be
reffered from other state RFP's like Telangana. Tender clasue remains the same
Clause no. 1
Tender
Schedule/Page
no. 11
EMD Amount; Mode of Payment:
RTGS
We request to kindly accept Bank Gaurantee
from any Nationalised Bank for payment of EMD
Please refer corrigendum
Clause no.
3.20 Penalty
for Delay in
Implementation
/Page no. 47
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
As per the Model RFP Shared by USOF for
Implementation of BharatNet Phase-II, the
Penalties shall be capped to maximum of 12% of
total cost of Project (excluding O&M cost) Value
Please refer corrigendum
Clause No.
2.30; Criteria
No. 4; Pre-
Qualification &
Technical
Eligibility
Criteria; Page
No. 26
Package B, C and D
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
If consortium is allowed, then experience of
consortium should also be allowed and
considered. The criteria may be changed to:
Package B, C and D:
Bidder or any member of the consortium must
have Experience in ‘Installation, Testing and
Commissioning of Aerial Optical Fibre Cable (24
and above core ADSS/OPGW and accessories)
and or Aerial Bunched Conductor electrical line
and or Transmission and Distribution line of at
least 1500 km instead of 5000 KM
Or
Bidder or any member of the consortium must
have Experience in 'Laying, Installation, Testing
and Commissioning of Underground Optical Fibre
Cable, PLB Duct and accessories of at least
1500 km instead of 5000 KM after 1st April, 2016
Refer Corrigendum
Clause No.
2.30; Criteria
No. 3; Pre-
Qualification &
Technical
Eligibility
Criteria; Page
No. 26
Package B, C and D
Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19)
As per RFP Eligibility Criteria it is written "Sole
Bidder or Consortium". This criteria is applicable
for any of the consortium member or all? Kindly
clarify and amend the criteria as:
Package B, C and D:
"Sole Bidder or any of the consortium member
should have executed works to the minimum
value mentioned below in Optical Fibre cable
laying for Telecom infrastructure and or Aerial
electrical transmission and distribution lines
(Aerial bunched cable / bare conductor) in the last
3 financial years (FY 2016-17, FY 2017-18, FY
2018-19)"
Refer Corrigendum
Clause No.
2.30; Criteria
No. 3; Pre-
Qualification &
Technical
Eligibility
Criteria; Page
No. 26
Package B, C and D: Sole Bidder or
consortium should have executed
works to the minimum value
mentioned below in Optical Fibre
cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19)
Supporting documents to be
submitted
1. Work order copy clearly mentioning
the scope and value of the work
2. Completion Certificate in the
company letter head signed by the
Authorized signatory of the Customer
clearly mentioning commissioning
date and years of operations
completed.
Supporting documents to be submitted
We request you to kindly allow ongoing projects
with self certification from the bidder for the
ongoing project along with the copy of work
order/purchase order as part of documentary
evidence
Refer Corrigendum
Clause No.
2.30; Criteria
No. 3; Pre-
Qualification &
Technical
Eligibility
Criteria; Page
No. 26
Package B, C and D: Bidder must
have experience in ‘Installation,
Testing and Commissioning of Aerial
Optical Fibre Cable (24 and above
core ADSS/OPGW and accessories)
of at least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
Supporting documents to be
submitted
1. Work order copy clearly mentioning
the scope and value of the work
2. Completion Certificate in the
company letter head signed by the
Authorized signatory of the Customer
clearly mentioning commissioning
date and years of operations
completed.
Supporting documents to be submitted
We request you to kindly allow ongoing projects
with self certification from the bidder for the
ongoing project along with the copy of work
order/purchase order as part of documentary
evidence
Refer Corrigendum
Section 4; 4.23
Form P2-
Financial Bid -
Package B, C
and D/Page
no. 98 to Page
no. 105
Total cost asked in Table A and Table
B is inclusive of taxes
For evaluation purpose, rates should be exclusive
of all taxes which shall be paid as per actuals
Also, As per RFP clause no 3.16; Taxes; "Taxes
shall be paid extra on actual, as applicable" which
is making the financial evaluation criteria
contradictory. If taxes shall be paid as per actuals
then why the total cost is asked inclusive of taxes.
Kindly make the total cost exclusive of taxes for
financial evaluation purpose
Please refer corrigendum
Section 3;
Clause no.
3.19; Time
Schedule -
Package B, C
and D/Page
no. 43
Penalties Since, the there is a complete scope for
BharatNet Project which is "Design, Supply,
Installation, Integration, Testing and
Commissioning of Underground OFC through IP-
MPLS Network, Radio and setting up of State
Network Operations Centre (SNOC) including
Operations & Maintenance and service
provisioning of the created network for 8 years".
All the activities are linked to each other in order
to achieve the End-to-End connectivity. Kindly
clarify that in case there is a delay from any
activity pertaining to passive component or
service then penalty should not be levied on
bidder who is responsible for active part or
component of the project.
Please refer corrigendum
Section 3;
Clause no.
3.28; Payment
Terms;
Package B, C
and D/Page
no. 50
Payment Terms
For Package B, C and D; 1st
Payment is mobilization advance of
up to 10% of cost of project
How can mobilization advance be given for cost
of project?
If State will finalize Package A first then to give
the mobilization advance of up to 10% of cost of
project they have to wait for other packages to be
finalized. In case other packages will not get
finalize then this mobilization advance of 10% of
cost of project cannot be met
Kindly make the mobilization advance as
"mobilization advance of up to 10% of the
Contract Value of Package-B/C/D (Excluding
O&M)"
Please refer corrigendum
Section 3;
Clause no.
3.28; Payment
Terms;
Package B, C
and D/Page
no. 50
Payment Terms:
1. Award of Work: N.A.
2. Mobilization Advance: Up to 10%
of cost of Project (excluding O&M
cost)
3. Completion of the site survey and
finalization of BoQ: N.A
4. End-to-End connectivity of
completed segment of network with
set of GPs (Location) with Block: 90%
of the work order value of the
commissioned segment adjusted to
mobilization advance (if any)
5. 1 month after commissioning of
entire network: Available 10%
deducted work order value of all
segments of connectivity
6. Operations & Maintenance
(Inclusive of Service Levels
Agreement): Payment shall be made
GP wise after completion on every
Quarterly basis (Based on SLA
Parameters)
Payment Terms:
Suggested Payment Terms is given in Sheet2
"Suggested Payment Terms-PKG-B, C and D
Please refer corrigendum
Clause no.
3.23; Change
Orders/Alterati
on/Variation/Pa
ge no. 47
It shall be the responsibility of the
MSI/SI to meet all the performance
and other requirements of the
Purchaser as stipulated in the
tender/Contract. Any upward
revisions/additions of quantities,
specifications, service requirements
to those specified by the MSI/SI in his
Bid documents, that may be required
to be made during
installation/commissioning of the
network or at any time during the
currency of the contract in order to
meet the conceptual design, objective
and performance levels or other
requirements as defined in the tender.
Kindly change the clause to:
It shall be the responsibility of the PIA to meet all
the performance and other requirements of the
Purchaser as stipulated in the RFP / Contract.
Any upward revisions / additions of quantities,
specifications, service requirements to those
specified by the PIA in his Bid documents, that
may be required to be made during installation /
commissioning of the network or at any time
during the currency of the contract in order to
meet the conceptual design, objective and
performance levels or other requirements as
defined in the RFP. These changes shall be
carried out as per mutual consent.
LterationVge Cnohhageondum
Clause no.
3.23; Change
Orders/Alterati
on/Variation/Pa
ge no. 48
In case applicable rates for the new
items are not available in the Contract
then the rates shall be decided as per
TNTIT Act.
Kindly define the TNTIT Act. Or change the line to
"In case applicable rates for the
increase/decrease in question are not available in
the Contract then the rates as may be mutually
agreed shall apply"
Refer TNTIT Act.
Clause no.
3.29; Event of
default by
MSI/SI/Page
no. 51
Where there has been an occurrence
of such defaults inter alia as stated
above, the Purchaser shall issue a
notice of default to the MSI/SI, setting
out specific
defaults/deviances/omissions and
providing a notice of 15 days to
enable such defaulting party to
remedy the default committed.
Kindly change the clause to:
Where there has been an occurrence of such
defaults inter alia as stated above, the Purchaser
shall issue a notice of default to the MSI/SI,
setting out specific defaults/deviances/omissions
and providing a notice of 30 days to enable such
defaulting party to remedy the default committed.
DefaultIt Cnovvegeo. 3.29; Event of default bydum
Section 4; 4.23
Form P2-
Financial Bid -
Package B, C
and D/Page
no. 98 to Page
no. 105
N.A. Quantities mentioned for Service of UG OFC
laying is mismatching with what is given in the
RFP clause no. 1.3; Project Structuring.
Kindly change the quantities in the Financial Bid
Format; Form P2- Financial Bid - Package B, C
and D. Laying of UG OFC is asked for 1 Km
instead of 1300 Km for PKG B, 2646 Km for PKG
C and 2550 Km for PKF D
Please refer corrigendum
Section 4; 4.23
Form P2-
Financial Bid -
Package B, C
and D/Page
no. 98 to Page
no. 105
N.A. Quantities mentioned for Service of Aerial OFC
laying is mismatching with what is given in the
RFP clause no. 1.3; Project Structuring.
Kindly change the quantities in the Financial Bid
Format; Form P2- Financial Bid - Package B, C
and D. Laying of Aerial OFC is asked for 1 Km
instead of 8001 Km (24 Core) & 8800 Km (48
Core) for PKG B, 7303 Km (24 Core) & 6700 Km
(48 Core) for PKG C and 6200 Km (24 Core) &
6000 Km (48 Core) for PKF D
Please refer corrigendum
BoQ Uploaded
on Portal for
Package B, C
and D
N.A. In the BoQ uploaded on eProcurement Portal
BoQ1 is given for Table A but BoQ for Table B is
not given in the same due to which system will
not be able to given total cost of project i.e. value
of Z
Kindly amend the BoQ with Table B i.e. O&M
Table included in the same
Please refer corrigendum
Section 4; 4.8
Form 8 - ISO
Certification &
TL 9000
Certification/
Page no. 76
Valid ISO Certificate ISO 9001:2008 /
ISO 9001:2015 & TL 9000 should be
submitted
Kindly Clarify that this ISO 9001:2008 / ISO
9001:2015 & TL 9000 is required to be submitted
by Bidder or all the consortium members or any
of the consortium members. We request you to
kindly relax the TL 9000 document as ISO
900:2008/ISO 9001:2015 fully certify the
quality assurance to supply the material.
Please refer corrigendum
Annexures
TEC GR
N.A. No TEC GR given for Pole Specifications & 96F
OFC Please refer corrigendum
Clause no.
2.29; Price bid
Evaluation
Method;
Package A, B,
C and D
Financial
Evaluation/Pag
e no. 24
If the overall L1 Bidder of a package
has quoted higher cost for certain line
items, then Purchaser shall negotiate
with the L1 bidder of that package to
match the lowest line items prices
quoted by other bidders within that
package. Purchaser shall also
negotiate for improvement in the
Scope and timeline.
As per CVC and GFR2017 negotiation is not
allowed. In Exceptional circutances negotiation is
allowed but only with the L1 bidder. Kindly clarify
and refer CVC & GFR Guidelines
Valuationoe Cnorrin/Pagekage A, B, Cdum
Technical Bid
Cover Letter
N.A. There is no format for Technical Bid Cover Letter
is given in the RFP. Kindly clarify if TANFINET
will provide the same or self undertaking will be
accepted
Please refer corrigendum
Package of
Bidder
Participation
N.A. There is no format for Package of Bidder
Participationis given in the RFP. Kindly clarify if
TANFINET will provide the same or self
undertaking will be accepted
Please refer corrigendum
Clause no.
2.28; Price bid
Evaluation
Method;
Package B, C
and D Financial
Evaluation/Pag
e no. 24 and
Clause no.
3.28; O&M
Percentage/Pa
ge no. 50
The total cost “Z” will be divided in to
two parts. Part I, which is the 67% of
the total cost will be paid during
implementation period and 33% of the
total cost will be paid for O&M period
of 7 years
In one section it is mentioned that CAPEX value
is 67% of the total cost and OPEX value is 33%
of the total cost. And in Financial Bid Format;
Instructions to fill the Financial Bid; Point No. 6: it
is written that "The O&M value quoted should
be minimum 5% of Sub total cost of Table-A
value in column of O&M table per year. If
quoted less than 5%, the financial bid of such
bidder shall not be considered." Also, the
same shall not be applicable to O&M
percentage table given in Clause no. 3.28;
O&M Percentage/Page no. 50
Kindly provide clarification on the same as
this point says that O&M should be minimum
35% of Sub total cost of Table-A
Please refer corrigendum
Clause No.
2.30 #1, Pre-
Qualification &
Technical
Eligibility
Criteria, Pg.
No. 25
Note:
Consortium is limited to 2 members including Lead Bidder.
As the Tender is for long duration (1+8 years)
we request you to kindly allow 3 members &
any partner/ OEM manufacturer partner can
become lead bidder. yd tol Billel eligibilityior long duration (1+8 years) we
request you to kindly allow 3 members & any partner/
OEM manufacturer partnerlrs) we request you to
kindly allow 3 members & any partner/ OEM
manufacturer partner can become lead bidder.
Clause No.
2.30 , # 2, Pre-
Qualification &
Technical
Eligibility
Criteria, Pg.
No. 26
Sole Bidder or Lead Bidder should
have a minimum cumulative annual
turnover for the last 3 financial years
(FY 2016-17, FY 2017-18, FY 2018-
19) as given below: -
Package wise turnover Requirement:
Package B: Minimum Rs. 615 Cr,
Package C: Minimum Rs. 620 Cr
Package D: Minimum Rs. 552 Cr
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
In case of consortium any partner can fulfill
the financial eligibility criteria.
Kindly allow.
Echnical , Colause No. 2.30 , #lause No. 2.30 , #
gcaldum
20 1.1.8
12. The proposed solution must have
capability to support HCI nodes with
different models (same OEM) /
different CPU and Memory / Disks
configurations in the same cluster
without any impact on storage
services/functionalities.
We request you to consider support multiple
OEM brand HCI nodes (compatible).
Refer Corrigendum
20 1.1.8
4. The proposed solution should
support all leading Virtualization
Software; viz., VMware ESXi,
Microsoft Hyper-V, Open KVM, and
XenServer. HCI solution must support
industry-leading protocols NFS, iSCSI
& SMB.
We request you to please change the clause
to " The proposed solution should support all
leading Virtualization Software; viz., VMware
ESXi, Microsoft Hyper-V, Open KVM, and
XenServer. HCI solution must support
industry-leading protocols NFS/ iSCSI / SMB "
Tender clause remains the same
Generic Generic
There is no sizing input given in the
RFP in terms of what is the proposed
network for which NMS/EMS has to
be sized for.
Requesting to publish a comprehensive list
so that NMS can be sized accordingly.
- Number of network elements for each
network technology
- Vendor Types (make and model)
- Number of EMSs
Equipment details shared in the tender regard to
remote location and NOC accrodingly need to size
the NMS
11 1 (12) EMD
Rs.XXX Cr
Mode of Payment: RTGS
Account Number:37307405906, e-
Treasury Branch (17676), State Bank
of India, Chennai. Please refer corrigendum
1) This amount is too huge for RTGS transfer.
Generally, the companies / individual has their
fixed limit for RTGS transfer. Hence, this
condition will restrict them to participate in the
tender.
Request to allow bidder to submit the EMD in
form of Bank Guaratnee also.
20 2.15 Earnest Money Deposit (EMD)
The EMD amount shall be transferred
online using payment gateway as
mentioned under Section I, as part of
its bid submission
Please refer corrigendum
11 1 (14) TENDER SCHEDULE
Period of contract
8 years (One year on implementation
and & 7 years on maintenance)
Since the period of contract reflects in the tender
is "8 years (One year on implementation and & 7
years on maintenance)", hence the same duration
of 8 years (instead of 7 years) should be
mentioned in MAF as service support
requirement from OEMs.
Please refer corrigendum
25 2.30 (1) The Sole Bidder and each of the
Consortium members should be
registered under Companies Act,
1956 or Companies Act 2013 or as
amended and should have at least 3
years of operations in India as on bid
submission date.
Note: Consortium is limited to 2
members including Lead Bidder.
As the scope of work for all three packages i.e.
Package B, Package C & Package D includes
creation, operation & maintenance of OFC
Network, we propose to add following lines with
existing clause -
The bidder should either be an EPC contractor or
an OFC manufacturer or consortium of EPC
contractor and OFC manufacturer jointly meeting
all the eligibility requirements provided in the
tender.
In case of consortium -
i) both the partners (EPC contractors as well as
OFC Manufacturer) should be joinlty and
severally liable to execute the project and should
be resposible for discharging any financial
liablities against the tender for their respective
portion of work including performance bank
guarantee
Please refer corrigendum
13 1.3 Project Structuring
Project implementation and
maintenance is divided into
packages…..Purchaser shall evaluate
and award the bids package wise.
Bidders shall participate in more than
one package, eligibility of the bidders
will be considered accordingly on
aggregated manner.
Refer Corrigendum
26 2.30 In case a bidder is bidding for multiple
packages, the minimum turnover
requirement will be the aggregate of
the turnover specified. As regards
other requirements in the table, it
would suffice if the requirements for
one package (package B, C, D) are
met.
In case of bidding for multiple
packages where the turnover is less
than the aggregate specified, the
minimum value package shall be
excluded.
Please refer corrigendum
form of Bank Guaratnee also.
2) Please also provide - 'Exact Name of client'
and 'IFSC Code' with the Bank details.
There is some contradiction in these two clause -
Clause 1.3 says - Bidders shall participate in
more than one package, eligibility of the bidders
will be considered accordingly on aggregated
manner.
Whereas, notes under table of minimum eligibility
criteria (clause 2.30) talks specifically about
turnover only.
We request to change the sentence in clause
1.3(underlined) as follows -
In case a bidder is bidding for multiple packages,
the minimum turnover requirement will be the
aggregate of the turnover specified. (Details to be
checked from respective tender references).
26 2.30 (2) Sole Bidder or Lead Bidder should
have a minimum cumulative annual
turnover for the last 3 financial years
(FY 2016-17, FY 2017-18, FY 2018-
19) as given below: - Package wise
turnover Requirement:
Package B: Minimum Rs. 615 Cr
Package C: Minimum Rs. 620 Cr
Package D: Minimum Rs. 552 Cr
Note: In case of consortium, the
turnover of junior partner will not be
considered for this purpose.
As bidders are allowed to quote all three
Packages (Packages B, C & D), there may be
chances of winning all three package by a single
bidder. Keeping this scenario under
consideration, we proposed to introduce turn-over
and other experience criteria on a higher side, so
that only companies who are caplable to execute
entire project (Package B, C & D) may come
forward and participate in the tender.
We proposed to modify the turn-over requirement
as follow:-
Sole Bidder or Lead Bidder should have a
minimum cumulative annual turnover of Rs. 1,800
Crore for the last 3 financial years (FY 2016-17,
FY 2017-18, FY 2018-19) out of which Turn-over
of Rs. 1000 Crore should be from OFC
Construction/Services work only.
Please refer corrigendum
26 2.30 (3) Sole Bidder or consortium should
have executed works to the minimum
value mentioned below in Optical
Fibre cable laying for Telecom
infrastructure in the last 3 financial
years (FY 2016-17, FY 2017-18, FY
2018-19) as below:-
Package B: Rs. 204 Cr.
Package C: Rs. 207 Cr.
Package D: Rs. 184 Cr.
Considering scenario of winning all three
packages by one single bidder, only highly
capable and well experienced bidders should be
allowed to quote. We proposed following
amendment in the clause -
Sole Bidder or consortium should have executed
works to the minimum value of Rs. 1000 Crore in
Optical Fibre cable laying for Telecom
infrastructure in the last 3 financial years (FY
2016-17, FY 2017-18, FY 2018-19)
Please refer corrigendum
26 2.30 (4) Package B, C & D:
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
Referring to previous BharatNet tenders issued
by State Govt. or PSUs, the laying experience
sought from the bidder was more than approx.
30% of total requirement. Hence, we recommend
to increase this requirement as follows -
Sole bidder or consortium must have experience
in ‘Installation, Testing and Commissioning of
Aerial/Underground Optical Fibre Cable (24 and
above core) of at least 15,000 km after 1st April,
2016. Out of this at least 2000 Km OFC shall be
Ribbon Type.
Please refer corrigendum
16 2.4 Bids (Technical bid & Financial bid)
shall be submitted online through e-
tender website
(tntenders.tn.gov.in)…..
As per our understanding - correct etender
website address is 'www.tntenders.gov.in'
Please confirm. TN etender website address is
'www.tntenders.gov.in'
18 2.10(A) Bid Preparation
The Bidders shall sign and stamp on
all pages of the tender document,
Technical & Pre-qualification Bid
formats as mentioned under Section
4, other tender related documents,
certificates, etc. All signed and
stamped documents should be
uploaded by the Bidder owning
responsibility for their
correctness/authenticity.
As bidder need to submit Compliance against
Technical Specifications and other
terms/conditions of the tender document
(including BOQ), submitting entire tender
document again seems extraneous.
A single page declaration confirming compliance
of all the terms/conditions of the tender document
The GIS system reference in these points is implying
that a robust Fiber management system that not only
captures the fiber network elements and display
them as features on a map, a detailed cable plant
management at the fiber core/strand level, splicing,
connectivity etc is required too. Please clarify. Tender Clasue remains the same
43 3.19 Time Schedule
As the activities involve extensive scope, request
you to modify the following timelines as well:
a. 10% GPs - T0 + 180 days
b. 20% GPs - T0 + 210 days
c. 30% GPs - T0 + 240 days
d. 45% GPs - T0 + 270 days
e. 60% GPs - T0 + 300 days
f. 90% GPs - T0 + 360 days
g. 100% GPs - T0 + 390 days
T0 - Date of award of contract
Please refer corrigendum
43 3.19 Time Schedule
Understand that TANFINET will issue a GO for all
state/central authorities (Muncipal corporations,
SH, PWD, NHAI, NH, forests etc) to issue ROW.
As the project is of national importance it is
suggested that SI start the work post formal
intimation to authority.
Further, any delay in ROW will be excluded from
the timeline of the project.
State level Row approvals will be supported by
TANFINET, Central authorities to be handled by SI.
44 3.2
End-to-End connectivity of GPs of
the Package as per the prescribed
schedule
AS the timelines for commissioning package
B,C.D is dependent on active and infra
deployment, any delay due to equipment and infra
installation should be excluded from project
timelines for package B,C,D. Kindly confirm. In
case, any delay beyond 30 days from the date of
end to end fiber readiness, request to accept the
fiber network based on OTDR readines and
release the payment. Once the equipments are
installed, the GP equipments can be integrated.
Please refer corrigendum
24 2.29Current Capex and Opex considered
as 67% and 33% respectively
Request to please consider Capex at 75% and
Opex at 25% and accoridngly change the
payment schedule for Opex given at page no 50
Please refer corrigendum
50 3.28 Given payment schedule for Capex
Request to please change the payment schedule
as per below:
1- Mobilization Advance: 20% of Capex value as
interest free advance against submission of
Advance Bank Guarantee of equivalent amount.
2- Payment Against Supply: 70% amount of
Capex value against delivery & inspection of
material on a pro-rata basis adjusted to
mobilization advance (if any)
3- 20% amount of capex value as payment
against End-to-End connectivity of completed
segment of network with set of GPs (Location)
with Block on a pro-rata basis
4- 10% balance Capex value on commissioning
of entire network. This amount can also be
claimed against submission of bank guarantee
along with milestone no 3
Tender clasue remains the same
Price bid
Format
Request to please review Price bid format as in
case of Services Quantities - Mentioned only 1
while unit is given as Kms.
Please refer corrigendum
Price bid
Format
Capex and Opex formats are not aligned with
price bid formats as Table B mentioned in the
RFP is missing in price bid excel template
Please refer corrigendum
101 5.4
Phase 1: Survey, Design, Installation and
Commissioning of all necessary
components to build Optic Fibre
Network infrastructure from Block to GP.
We understand that TANFINET will provide the
planned KMZ Route details for Survey & analyse the
project before award of LOA. Please confirm.Planned KMZ route details will be provided
101 5.4
Phase 1: Survey, Design, Installation
and Commissioning of all necessary
components to build Optic Fibre
Network infrastructure from Block to
GP.
We understand that TANFINET will provide the
GIS Latitude and Longitude of all Block and
Grampanchyat locations before award of LOA.
Please confirm.
yes will be shared post LOA
112 5.6 b
Prerequisites for Pop
Implementation: Block PoPs
4. MSI should do necessary electrical
and civil work as required.
We understand that MSI Package A will take care
of required Civil & Electrical work. Package D
should only install the Rack , FDMS & Should
take care of Fiber cabling only. Pls confirm.
Yes understanding is in line with Tender condition.
112 5.6 b
Prerequisites for Pop
Implementation:
Type 1 Gram Panchayat PoPs
3. MSI should do necessary electrical
and civil work as required.
We understand that MSI Package A will take care
of required Civil & Electrical work. Package D
should only install the Rack , FDMS & Should
take care of Fiber cabling only. Pls confirm.
Yes understanding is in line with Tender condition.
112 5.6 b
In case of PoPs where the equipment
should be installed, does not have
appropriate plug points/wiring, the MSI
shall draw the electrical wiring from the
nearest junction box via network rack
with proper fittings
We understand that EB upgrade will be taken care by
TANFINET in case sufficient power is not available
from Electricity board. Further Tanfinet will pay for EB
provisioning (connection) as well as recurring
charges. Pls confirm.
Tender clause remains the same.
112 5.6 b Block to GP connectivity
We understand that no cable termination will be
done at Substation and we need to lay the cable
in substation. Pls confirm,
Yes, Understanding is in line with tender conditon
113 5.6 d
6. Not more than 15 GPs shall be on one
linear string (this can vary depending on
the ground demands and availability of
required dark fibre).
We understand that 6F termination in each GP is not
required in this architecture. Pls confirm.
Tender clasue remain the same
114 5.6 f 10. Assets inventory management
We understand that Passive inventory management
system is not part of Assets inventory management
system. Only Active inventory management needs to
be considered which is part of Package A. Kindly
confirm there is no scope for the same for Package
BCD
Assest management inventory include all components
115 5.6 i
Service fulfilment: as defined by the Tele
Management Forum’s (TMF) Enhanced
Telecom Operations Map (eTOM).
Kindly provide detailed scope for service fulfilment
Tender clasue remain the same
119 5.6.2
a. SI shall conduct Survey for the
routes and PoPs across locations of
their packages as per the GIS maps
shared by the Purchaser.
We request TANFINET to share the GIS maps to
plan the pre RFP Survey for better commercial
bid submission & to analyse the risk.
Will be shared with successful bidder during LOA
119 5.6.2
b. Further optimization of the route shall
be carried by SI to arrive at optimal route
plan for connecting locations across the
State, SI shall generate survey reports
along with As-Build Diagram for
identified OFC routes and submitted the
report to Purchaser.
We understand that As-Build diagram for identified
OFC routes needs to be submitted post the execution
of OFC work. Pls confirm.
Tender clasue remain the same
119 5.6.2
d. Medium of connectivity for
BharatNet Phase 2 shall be as
follows.
1. 48 Fibre ADSS cable through
Gram Panchayat to Block on
TANGEDCO poles.
We understand that TANGEDCO poles GIS
Latitude & longitude will be shared by TANFINET.
Pls confirm.
Will be shared with successful bidder during LOA
119 5.6.2
d. Medium of connectivity for
BharatNet Phase 2 shall be as
follows.
1. 48 Fibre ADSS cable through
Gram Panchayat to Block on
TANGEDCO poles.
We understand that TANGEDCO poles which are
on Road network need to be used for Aerial
Cable laying. This will increase the Network
uptime & ease of O&M in future. Please confirm.
Tender clause remains the same
119 5.6.2
i. Coordination with various agencies
like CPSU, Local Administration,
agencies appointed by Purchaser
including TPA, PMA, BBNL PMUs
etc. for Site Access, RoW and for end-
to-end implementation and
submission of documentations.
We understand that TANFINET will provide the
Government Order (GO) as blanket approval for
all authorities before award of LOA. Pls confirm.
State ROW approvals will be facilitated by
TANFIENT, central approvals under the scope of SI
119 5.6.2
k. Real time updating of data in Project
Monitoring Tool and any other identified
monitoring tools like Mobile App., GIS
platform etc., as required by the
Purchaser.
We understand that MSI Package A will provide the
GIS & Project management tool along with Mobile
Application for Package B , C & D. Pls confirm.Yes. It will be provided by MSI Package A
114 5.6.2
11. During the survey, the SI shall
consider connectivity to GP based on
optimal path for fibre layout covering
maximum population en-route.
We understand that Poplulation details of All
Gram panchyat will be provided by TANFINET.
Please confirm.
Will be shared with successful bidder during LOA
121 5.7.1
12 - A comprehensive documentation
folder in soft copy (in Video format,
KMZ format and MS Excel) to be
submitted on the completion of the
survey
We request TANFINET to allow Web based 360
degree Panoromic Photogrammatry based
application in place of Video Submission. This will
help to record the data on Web based application
& easy to access any timer by searching the GIS
Lat long. Pls allow SI to use the 360 degree
Panoromic Photogrammatry application.
Minimum is specified in tender document SI utlisize
any method for survey
123 5.7.1
1. The survey should start from
specified 110 KVA TANTRANSCO
substation location and traverse via
distribution poles of TANGEDCO
through GPs until they reach next 110
KVA TANTRANSCO substation
location to create linear chain.
We understand that TANFINET will share the GIS
lat long & address of 110 KVA TANTRANSCO
substation location. Pls confirm.
Will be shared with successful bidder during LOA
123 5.7.1
4. Locations not feasible to connect
on wired medium to be connected on
Radio connectivity. Survey to be
conducted to assess the line of sight
and tower height requirement and
other details for implementation.
(Annexure – List location and
Medium).
Please share the maximum Linear length of OFC
which can be used for GP connectivity by 24F
cable.
Will be shared with successful bidder during LOA
123 5.7.1viii. Height of installation of optical
fibre cable in different poles/rotes.
We request TANFINET to remove this as part of
Survey report as this will be decided during the
Cable installation period.
Tender clause remains the same
125 5.7.1
1. Capturing the route coordinates of
each HT Pole and coordinates of
PoPs, and joint enclosures with the
GIS.
We understand that poles which are on Road
network need to be used for Aerial Cable laying
and poles in the private (farm land , etc) will not
be used and new poles needs to be installed in
those cases. Please confirm
Tender clause remains the same
125 5.7.1
1. Capturing the route coordinates of
each HT Pole and coordinates of
PoPs, and joint enclosures with the
GIS.
incase if the poles availabe in the provate land
has to be use kindly confirm the below :
1.Access to use these poles will be responsibility
of TANFINET.
2.In case of cable damages for such routes (Due
to Burning of crop, intentional cuts etc) would be
treated as force majure.
Tender clause remains the same
125 5.7.1
2. Recording the availability of HT line
Poles along the route identified by
Purchaser and to record the places
where the new PSC poles to be
erected.
We understand that SI should not use low-tension
line poles to deploy the OFC cable. Pls confirm.
As per BBNL Engineering Instrcution
48
2. TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D
4. Underground (OFC Cable): 144
pair ADSS on power lines: As per
TEC GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
Request to add 144 F OFC cable in SOR line
item as same will be used for Overlap sectioned.
Tender Clause remains the same
34 3.1 Definitions
“Project Go-Live” means the date 30
days from the date on which the
electronics for all the GPs covered
under BharatNet Phase 2 of Tamil
Nadu are commissioned and
discovered in NMS at SHQ S-NOC
and End-to-End Acceptance Test
certificate has been issued for Fibre
infrastructure and electronics.
We request you to modify the clause to read as:
“Project Go-Live” means the date on which the
electronics for 90% of all the GPs covered under
BharatNet Phase 2 of Tamil Nadu are
commissioned and discovered in NMS at SHQ S-
NOC and End-to-End Acceptance Test certificate
has been issued for Fibre infrastructure and
electronics.
Tender clause remains the same
35 3.2 (i)
(i) In the event of an inconsistency
between the terms of this tender and
the Bid, the terms & conditions hereof
shall prevail.
Request deletion of this point as vendor's bid
needs to be read in totality.
Tender clause remains the same.
353.3
No Assigment
The agreement shall not be assigned
by the MSI/SI to any individual or
agency/company or body corporates,
save and except without the prior
consent in writing of the Purchaser,
which consent the Purchaser shall be
entitled to decline without assigning
any reason.
We request you to modify the clause to read as:
The agreement shall not be assigned by the
MSI/SI to any individual or agency/company or
body corporates, save and except without the
prior consent in writing of the Purchaser, which
shall not be unreasonably withheld by the
Purchases.
Tender clause remains the same.
38 3.9.4
Purchaser reserves the right to
require changes in personnel which
shall be communicated to MSI/SI.
MSI/SI with the prior approval of the
Purchaser may make modifications to
the project team. MSI/SI shall provide
the Purchaser with the resume of Key
Personnel and provide such other
information as the Purchaser may
reasonably require. The Purchaser
also reserves the right to interview
the personnel and reject, if found
unsuitable. In case of change in its
team members, for any reason
whatsoever, MSI/SI shall also ensure
that the exiting members are replaced
with at least equally qualified and
professionally competent members
accepted by purchaser, after
interview by purchaser if required.
Change of resource should be notified
to purchaser 30 days in advance and
MSI/SI shall ensure a minimum of 15
days of overlap in activities to ensure
proper knowledge transfer and
handover/takeover of documents and
other relevant materials between the
outgoing and the new member.
Please confirm that requirement under last part of
this clause reading as:
"Change of resource should be notified to
purchaser 30 days in advance and MSI/SI shall
ensure a minimum of 15 days of overlap in
activities to ensure proper knowledge transfer
and handover/takeover of documents and other
relevant materials between the outgoing and the
new member"
shall not be applicable in cases of change in
resource due to unforeseen reasons like
termination etc.
Tender clause remains the same
39 3.9.11 (b)
All the software licenses that MSI/SI
proposes should be perpetual
software licenses. The software
licenses shall not be restricted based
on location or otherwise and the
Purchaser should have the flexibility
to use the software licenses for other
requirements if required.
Since OEM licenses come with usage specific
restriction, the licnese shall be used for the
requirement as per the terms of licenses.
Accordingly, we request deletion of "and the
Purchaser should have the flexibility to use the
software licenses for other requirements if
required" from this clause.
Tender clause remains the same.
393.9.14
If a product is de-supported by the
OEM for any reason whatsoever,
from the date of Acceptance of the
System till the end of contract, MSI/SI
should replace the products/solutions
with an alternate that is acceptable to
the Purchaser at no additional cost to
the Purchaser and without causing
any performance degradation. The
Licenses will be in the name of
Purchaser only.
We request you to confirm that Product lifecycle
related commitments under this clause is
applicable only during original contract period
only.
Tender clause remains the same.
39 3.10.4
In case of any problems/ issues
arising due to integration of the
Infrastructure supplied by the MSI
with any other
component(s)/product(s) under the
purview of the overall solution, the
MSI shall replace the required
component(s) with an equivalent or
better substitute that is acceptable to
Purchaser without any additional cost
to the Purchaser and without
impacting the performance of the
solution in any manner whatsoever.
We request to modify this clause to read as:
In case of any problems/ issues arising due to
integration of the Infrastructure supplied by the
MSI with any other component(s)/product(s)
under the purview of the overall solution for the
reasons attributable to MSI, the MSI shall
replace the required component(s) with an
equivalent or better substitute that is acceptable
to Purchaser without any additional cost to the
Purchaser and without impacting the performance
of the solution in any manner whatsoever.
Tender clasue remain the same
413.18
Warranty
A comprehensive on-site warranty
and Operations & Maintenance on all
goods supplied under this contract
shall be provided by the respective
Original Equipment Manufacturer
(OEM) through MSI/SI till the Go-Live.
The penalties for the SLA during the
warranty period shall be recovered by
the 10% withhold value.
Please confirm that comprehensive warranty and
O&M shall be provided by MSI/SI and OEM will
be responsible for providing standard warranty.
Tender clause remains the same
44~463.20
Time Schedule
If the bidder fails to
complete the deliverables ad per the
stipulated time schedule, then a
penalty of 10% of total cost of the un
delivered Portion of the Project
(excluding O&M cost) of incomplete
GPs shall be deducte.
We request you to modify the clause to
incorporate the following:
1. Penalty shall be 0.5% per week of delay
applicable on value of delayed portion of work
instead of 10% flat penalty for missing the
milestone
2. Penalties shall be imposed for delays due to
reasons attributable to MSI
3. Penalty amount due to the missed milestones
shall be imposed only once, at the time of Project
Go-Live for all the missed milestones. In case the
MSI completes the Project Go- Live deliverables
on time, the penalties accumulated till then shall
not be imposed.
Please refer corrigendum
48
3.21
Penalty for
Delay
The MSI/SI shall perform the
Services and comply in all respects
with the critical dates and the parties
hereby agree that failure on part of
the MSI/SI to meet the critical dates
without prejudice to any other rights
that the Purchaser have, may lead to
the imposition of such obligations as
are laid down in the Delay and
Deterrent Mechanism and/or levy of
penalty as set and/or termination of
the Contract at the discretion of the
Purchaser.
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
The Purchaser may without prejudice
to its right to effect recovery by any
other method, deduct the amount of
penalties from any amount belonging
to the MSI/SI in its hands (which
includes the Purchaser’s right to
claim such amount against MSI/SI s’
Bank Guarantee) or which may
become due to the MSI/SI. Any such
recovery or penalties shall not in any
way relieve the MSI/SI from any of its
obligations to complete the Works or
from any other obligations and
liabilities under the Contract.
Since the penalty is supposed to act as detterent,
we request that Penalty shall be capped to
maximum 12% of total cost of Work (excluding
O&M cost) Value.
We further request that SLA penalty during O&M
phase shall be capped to maximum 10% of total
cost of quarterly O&M Value.
Please refer corrigendum
51
3.28
Payment
Schedule
End-to-End connectivity of completed
segment of network with set of Blocks,
GPs and Pseudo GPs
Please clarify the definition of "Pseudo GP". Further,
we request you to confirm that if End-to-End
connectivity of Segment of network with set of Blocks
and GPs is pending due to reasons not attributable to
the MSI, then proportionate payment for completed
GPs will be released to MSI.
Tender clasue remain the same
563.43
Force Majeure
3.43
Force Majeure
We request deletion of references to "Purchaser
decision being final and conclusive"Tender clause remains the same
128 5.9
Purchaser will select a Third-Party
Agency (TPA) for monitoring of the
implementation of projects on various
Parameters. TPA shall verify and
certify the quality as well as quantity
of the of work done for material,
OTDR Testing, End to End Testing,
checks and review of trenching,
installation of OFC /Duct, refilling of
trench, splicing etc. for all 100% sites.
In case of TPA involvment in Operation phase,
TAT of TPA in case of documents verification and
approval should be predefined. Aside in case of
more time being taken by TPA to apporve
monthly or quarterly reports, payments of SI
should not be on hold. This understanding should
be cleared at the time of start of Operation
period.
TAFINET will have conditions and SLA mentioned for
TPA regard to the contract of TPA
60~63 3.57 SLA Penalty for SLA breach
Penalty on SLA breach should be different in case
of different POP's. Also Penalty of SLA should be
different for UG and OH links and also the
different for GP/mandal/core rings / linear.
Please change it as per the industry standard
Please refer corrigendum
48
3.21
Penalty for
Delay
Penalty shall be capped to maximum
20% of total cost of Work (excluding
O&M cost) Value.
We further request that SLA penalty during O&M
phase shall be capped to maximum 10% of total
cost of quarterly O&M Value.
Please refer corrigendum
129 & 130 5.12
Patrolling teams shall consist of 1
member for every 250 PoPs on monthly
basis. They should cover the route of the
OFC laid to check the health of the
network and address all emergency
issues on immediate basis. Patrolling
team shall also conduct periodic
assessment of the Network through
Helpdesk.
Each patrolling team should update their
location along with the photograph of
the fault location in the mobile
application.
The Patrolling team shall be equipped
with all Vacuum Cleaner and other
cleaning accessories and repair tool kit
during O&M phase to handle the
periodic maintenance of the network
health.
A person with a two-wheeler may be
engaged to clean the PoPs using a
Vacuum Cleaner at every VPSC and BPSC.
13,500 PoPs should be cleaned within 15
days, which means every team should
cover 80 PoPs in 15 days.
As per this clause, One Patrolling team should have 4
Patroller for 250 PoP's (80*4 = 320). This will be a
very big team and high cost for maintenance. Please
elaborate more about the same. Two visits in a
month at every PoP location may not required as it
will be in controlled and secured environment.
Please refer corrigendum
h) Helpdesk
Manpower
a)
5.6
The MSI/SI shall deploy adequate
manpower as required for managing
all the sites to meet the SLAs as per
the criteria mentioned in the tender
document.
This clause is saying adequate resources while
the clause (Helpdesk g-b) is saying two
resources for each package. Kindly clarifyAdequate manpower for operational period and 2
manpower from each SI during implementation
period.
137 5.15
The details of the manpower
deployment at the NOC, districts and
field staffs for maintenance.
Please elaborate the resource required for district
level SI shall prepare the resource plan. Refer section 5.15
137 5.15
FRT shall be positioned strategically
for a geography of 50 km radius thus
enabling the team to provide faster
response on fault rectification.
It will be SI's own strategy to keep the resources
to adhere the SLA
Tender Clause remains the same
137 5.15
Material storage locations with
adequate capacity across the state to
speed up material delivery during fault
to reduce MTTR.
SI understands that Purchasar will provide
spaces in all the PoP's to procure the critical
spares
Material storage under the scope of SI/MSI
139 5.18.1
The qualified Service Personnel of
the OEM shall undertake preventive
maintenance (Cleaning of UPS and
Batteries, checking fitment of internal
and external hardware and heating of
the UPS, Cleaning of PCBs if any and
operating power parameters,
Checking of input/output voltage of
batteries etc.) as per the standards of
the OEM which shall be shared to be
Purchaser by the MSI.
Please change the word Qualify Service
Personnel of the OEM to Qualified Service
Personnel from the OEM.
Tender clause remains the same
GeneralAll Packages-
B, C, DGeneral
Kindly share the location details along with Kmz
file. The details will be shared with the successful bidder
43
3.19 Time
Schedule -
Package A
Other Milestones for Package A will
be based on commissioning in GPs
which is same as milestones for other
packages
We recommond to allow package A for
commissioning of GP go live declaration if OFC
of Package B , C & D is not commissioned in 1
Month post intimation of Package A for router
installation.
Tender clasue remain the same
44
3.20 Time
Schedule –
Package B, C
& D
Deliverable
We recommond to allow package B , C & D for
commissioning of GP go live declaration if Router
under package A is not commissioned in 1 Month
post intimation of Package B , C & D for OFC
Readiness.
Tender clasue remain the same
25 2.30.1
The Sole Bidder and each of the
Consortium members should be
registered under Companies Act, 1956 or
Companies Act 2013 or as amended and
should have at least 3 years of
operations in India as on bid submission
date.
Note: Consortium is limited to 2
members including Lead Bidder
1. Current qualification criteria is drafted in such a
way that any company (irrespective of project
experiece/ similar project expereience) which can
fulfill the turnover criteria can qualify for bidding. As
the projects are critical in nature considering the
timeline of execution, complexity nature of project
(specific skill sets are required), we strongly beleive
that for successful execution of project companies
with relavant experiece should be considered for
particiaption.
2.Making lead bidder/compnaies without any past
experiece of similar project execution eligible for
participatition would create an non -level playing field
- as such companies would not know the challanges,
risk associated with execution and thus companies
with experience of similar projects would tend to
become non competitive wrt these companies. Please refer corrigendum
26 2.30.4
Package B, C & D:
Bidder must have experience in
‘Installation, Testing and
Commissioning of Aerial Optical Fibre
Cable (24 and above core
ADSS/OPGW and accessories) of at
least 5000 km
Or
Experience in 'Laying, Installation,
Testing and Commissioning of
Underground Optical Fibre Cable,
PLB Duct and accessories of at least
5000 km after 1st April, 2016
We propose to increase the qualification
requirement to minimum 20000kms of "Laying,
Installation, Testing and Commissioning of
Underground Optical Fibre Cable, PLB Duct and
accessories or/ and Aerial Optical Fiber Cable of
24F and above" from 1st April 2016. Please refer corrigendum
Suggestion Include OEM qualification criteira (for OFC)
As time is essence for completion of project, it
becomes equally important to ensure that availability
of OFC (which is the key fator for such project). In
order to ensure the same - we propose to include the
OEM /OFC qualifiaction criteria.The factors that
should be considered for qualifing the manufacturers
should be on
1. Size of the company
2. Installed Manufacturing Capacity
3. Quality Certification
4. Past supply experience - in order to ensure the
capability to supply such huge quantities.
The detail qualification criteria can be considered
from other state governement tenders like-
1. Andhra Pradesh, 2. Telangana, 3. Maharashtra etc. Tender clause remains the same
13 1.1.4 Routers should support coherent
DWDM with flexible grid support
/ OTN.
Any specific reason why DWDM/OTN
support is required in Core IP/MPLS Router
in the NOC?
For the future long distance/ inter city network
the proosed routers will be connected to the
DWDM network, so the support has been
asked.
99 4.25.2 Table
A (A)
NOC IT Components a. Application load Balancer missed for
application to run in HA mode
b. AAA or ISE Server required for access
control of all the IP/MPLS network
elements
c. Access control for entry and exit in NOC
d. Ip telephony Services for O&M support
it requires EPABX system system.
e. Ip address management system to keep
track of the IP schemas and assignments is
missing.
f. UPS is missing for the NOC IT devices
will they provide by SDC
a. Application Load Balancer- not required
b. AAA- is required for IP MPLS
authentication. SI to provision the same.
c. NOC will be co-located at the SDC. No
separate ACS is required.
d. Not required
e. SI to provide the IP Address Management
System.
f. NOC will be co-located at the SDC. No
separate UPS/ DG set is required.
18 Line Item 13 Network and application level
attacks ranging from malformed
packet attacks to DoS attacks,
Support RSA and Diffie-Hellman,
MD-5, SHA-1, SHA-128, SHA-
256.
recommended is sha 512 on 64 bit
Systems for key strength
E1 interfaces are not mandatory.
21 1.1.8( Point
17 )
Proposed solution should
integrate with L2/L3 network
device. Each HCI node must be
configured with at least 4 x 10G
Ethernet ports.
recommending 40 Gig for Data traffic
interface for vms on HCI to minize the
delay on application access
The understanding is correct. The proosed
routers will be connected to the DWDM
network, so the support has been asked.
42 1.5 The number of 100G ports and throughput
planned for the Block router will not be
sufficient to current and future demands
considering that there is no room for
expanding the same and due to the
geographic conditions, some times there
could be more than 2 blocks interconnected
sing 100G links. This project is being
planned for 7 years and the capacity
requirements and interface requirements
will change very fast. The Block node
should be planned to have at least
600Gbps throughput and an additional
100g port capacity of 4 for future
requirement.
Minimum technical requirement is given in the
RfP. However, bidder can propose the better
solution meeting the functional requirement of
the RfP.
42 1.5 The number of 10G ports and throughput
planned for the Type 1 router will not be
sufficient to current and future demands
considering that the peak customer base
that could be served is 8000 which is
approximately 2000 households even if you
take 10Mbps per household with a
contention ratio of 1:20 the bandwidth
requirement per GP will be 1Gbps but if
you plan for other enterprise services like
tower connectivity, Wifi connectivity and
other IoT devices traffic the bandwidth
requirement per GP would be 2Gbps. A
maximum of 15 GPs are planned per linear
string. In the scenarios where you have
these linear strings, there will be need for
additional 10G ports to cater to the
cascading traffic demands. It is better to
plan for additional 4 10G ports instead of 2
to cater to the future demands. Box
throughput can be adjusted to 64Gbps
No change in the RfP specification.
6 1.1.1 4G and 5G backhaul should be
supported at all nodes
Wat is the interface required on the Node ?
(e.g. Ethernet)
The interfaces requirement is Ethernet.
6 1.1.1 Service edge Nodes should
support layer2 VPN, layer3
VPN,IPTV and multicast VPN
and Cable TV transmission.
what is Cable TV transmission? Is it RF
input ?
Query not clear
6 1.1.1 Packet clock and Sync E should
be supported for connecting
Telco
does nodes require E1 interfaces ? Block Router:
100GO- (2,2)
10GO- (8,8)
1GO- (4,4)
1GE- (4,2)
SI should propose the router with 700Gbps
capacity considering the scalability
requirement.
13 1.1.4 Routers should support coherent
DWDM with flexible grid support
/ OTN.
Our understanding is DWDM network will
be in the near futurebut not now. Is it
correct ?
The understanding is correct. The proosed
routers will be connected to the DWDM
network, so the support has been asked.
6 1.1.1 Router should be able to support
distributed BRAS functionality
with min 64K subscribers as and
when required.
is 64K is the maximum subscriber sessions
that should be supported by BRAS ?
RfP requirement is clear.
108 5.6.1 High level Network Diagram –
TN BharatNet and Network
Design – BharatNet Phase 2:
Type1,Type2, Type3 devices are
mentioned. But In rest of the Document
There is no Type-3 device is mentioned. Refer corrigendum
108 5.6.1 High level Network Diagram –
TN BharatNet
NOC and EB POPs are connected via
TNSWAN network and there is no
information about it.
NOC is integrated to TNSWAN PoP. EB
location no PoP deployement just cable
traverse via TNEB location
19 1.1.7 Ports & Performance
Requirement
There is no device mentioned with said
Port and Performance requirement.The requirement is for the core switch
42 1.5 GP Type II, GP Type I, and
Block Router Ports
Specifications
Port density is very Less in Block, GP
type1 and GP Type II don’t even have futue
requirement. 4 100G, 24x10G interfaces in
Block router and 2x100G, 24x10G
interfaces in GP type 1 is recommended.
Block Router:
100GO- (2,2)
10GO- (8,8)
1GO- (4,4)
1GE- (4,2)
SI should propose the router with 700Gbps
capacity considering the scalability
requirement.
43 1.5 GP Type II, GP Type I, and
Block Routers: Routes and
Addresses
GP Type is mentioned as L2 switch and
requirement of router capabilities are
mentioned.GP Type 2 is a router only. SI to propose the
solution the accordingly.
10 B- Common
Guidelines
Regarding
Compliance
of
Equipment/S
ystem
The user interface of the system
should be a user-friendly
Graphical User Interface (GUI).
Core Routers and switches at NOC wont
usually have GUI.
EMS/ NMS to have the required GUI.
108 1.5
(Tendernotic
e-Tamilnadu
OFN
Package A)
Type 2 Gram Panchayat PoP: L2
switches with 1 Gig Interface for
connectivity to Type 1 PoPs or
Block PoPs.
in Annexure_A_TecGRs document it was
mentioned as GP Type II, GP Type I, and
Block Router Specificatins in Page no:41Refer corrigendum
41 1.5 in
Annexure_A
_
The Router should support
Copper, Fibre Ethernet, 1G, 10G
and 100G Interfaces consistent
with Tables 1, 2, 3 and 4 that are
given in the sequel, for each type
of router
Copper for 100G port in not possible.
100G and 10G interfaces are SFP and not
copper.
15 1.1.4.1 NOC Router Specifications NOC and Internet Router Minimum
Requirements Descriptio were same.IGW
router port specifications were not
mentioned.
Internet Gateway should have minimum
12x10G and 8x1G SFP interfaces and the
router should support Minimum 400 Gbps FD.
26 2.30 Sr No 4 Package A:
1. The Bidder must have
experience in commissioning at
least 1500 Nos of IP-MPLS
Carrier grade Routers for
Telecom Service Providers, after
1st April 2016.
2. The Bidder must have the
experience in implementing and
maintaining Operations Support
System & Business Support
System (OSS & BSS) in two
projects catering to
Telecommunication/Wireline/Cell
ular Network service sectors in
India after 1st April 2016
1) we request to consider experience in
commissioning of IP/MPLS routers for
Private/Government/Telecom/IT service
providers in last 5 years .
2) We request you to change the
experience in commissioning of IP/MPLS
routers to 500 nos in last 5 years in
Telecom/Government/Private sector as
many of the projects have been completed
in last 5 years using IP/MPLS technology.
3) As many of the projects have been
executed in last 5 years we request you
change the clause as below
" The Bidder must have the experience in
implementing and maintaining Operations
Support System & Business Support
System (OSS & BSS) in two projects
catering to
IT/Telecommunication/Wireline/Cellular
Network service/Government sectors in
India in last 5 years".
Refer corrigendum
3.9 Refer corrigendum
11 (c) Refer corrigendum
49 Annexure- A
Clause No. 2
2.1
1
24F S & P Module- 19-inch
Rack Mountable, 1U height, with
1 nos of 12F Splicing Trays,
each preloaded with 12 Nos.
single fibre pigtails of 0.9mm
SCAPC/SCPC connectorized
and 1.5 meters in length & 12
Nos. of SCAPC/SCPC Adaptors.
The pigtails shall be color coded
for easy identification
Considering the requirement of S&P
module of 24F capacity the no. of splice
trays required with 12F capacity should be
2 nos., if we need to terminate 24 Fibres.
Please confirm.Two nos splice trays are required for the
termination of 24 F OFC
39 All the OEMs that Bidder
proposes should have Dealer
100% component is not applicable for DPL
from OEM hence request to remove/relax
49 Annexure-A
Clause No. 2
2.2
1
48F S & P Module- 19-inch
Rack Mountable, 2U height , with
1 nos of 12F Splicing Trays,
each preloaded with 12 Nos.
single fibre pigtails of 0.9mm
SCAPC/SCPC connectorized
and 1.5 meters in length & 12
Nos. of SCAPC/SCPC Adaptors.
The pigtails shall be color coded
for easy identification
Considering the requirement of S&P
module of 24F capacity the no. of splice
trays required with 12F capacity should be
4 nos., if we need to terminate 24 Fibres.
Please confirm.
Four numbers of splice trays required for the
termination of 48 F OFC
61 Annexure-A
Clause No. 3
3.6
2
General- Floor mount Rack – 42
U with heavy duty extruded
Aluminum Frame for rigidity. Top
cover with FHU provision. Top &
Bottom cover with cable entry
gland plates. Heavy Duty Top
and Bottom frame of MS. Two
pairs of 19” mounting angles with
‘U’ marking. Depth support
channels - pairs
Please specify wether we need PG glands
or grommets. Also the number of ports and
size requirements.
PG glands/ grommets can be used. Ports and
size to be considered as per the design
requirement.
61 Annexure-A
Clause No. 3
3.6
2
General- Floor mount Rack – 42
U with heavy duty extruded
Aluminum Frame for rigidity. Top
cover with FHU provision. Top &
Bottom cover with cable entry
gland plates. Heavy Duty Top
and Bottom frame of MS. Two
pairs of 19” mounting angles with
‘U’ marking. Depth support
channels - pairs
Please specify the number of ports and
size of the ports required?
Ports and size to be considered as per the
design requirement.
61 Annexure-A
Clause No. 3
3.6
2
General- Floor mount Rack – 42
U with heavy duty extruded
Aluminum Frame for rigidity. Top
cover with FHU provision. Top &
Bottom cover with cable entry
gland plates. Heavy Duty Top
and Bottom frame of MS. Two
pairs of 19” mounting angles with
‘U’ marking. Depth support
channels - pairs
Please specify the depth of supporting
channels
The depth of supporting channels to be
considered as per the equipment dimension.
61 Annexure-A
Clause No. 3
3.6
6
Door- Both the front and rear
doors should be designed with
quick release hinges allowing for
quick and easy detachment
without the use of tools.
Please specify wether the doors should be
with single panel or 2 panelsFront door: Single panel
Rear door: Single / double depeneding upon
the space available
61 Annexure-A
Clause No. 3
3.6
6
Door- Both the front and rear
doors should be designed with
quick release hinges allowing for
quick and easy detachment
without the use of tools.
Please specify wether the doors should be
3 point lock or 2 point lock?
Locks to be provided as per the type of the
door.
61 Annexure-A
Clause No. 3
3.6
2
C
Racks should have Rear Cable
Management channels, Roof and
base cable access.
Please specify wether the cable managers
should be verticle or horizontal?Bidder to consider the cable managers
(verticle or horizontal) as per the design
requirement.
61 Annexure-A
Clause No. 3
3.6
2
C
Racks should have Rear Cable
Management channels, Roof and
base cable access.
Please specify the size of cable managers?
As per the design requirement.
61 Annexure-A
Clause No. 3
3.6
2
B
All racks should have mounting
hardware 2 Packs, Blanking
Panel.
Please specify the size of blanking panels?
As per the design requirement.
61 Annexure-A
Clause No. 3
3.6
4
Power- Power Distribution Unit
Vertically mounted 2 nos - 06/16
Amp Industrial socket-6 socket
with Complete hardware
accessories.
Please specify the size of power
distribution unit?Bidder to design the PDUs as per the device
connectivity requirement in the rack.
61 Annexure-A
Clause No. 3
3.1
Block Location - Modular
Network Rack (42 U)
Please specify the colour requirements of
the rack?Black colour would be preferable.
61 Annexure-A
Clause No. 3
3.1
Block Location - Modular
Network Rack (42 U)
Please specify the net weight requirements,
if any? The load bearing capacity of the rack should
be min. 750kg.
61 Annexure-A
Clause No. 3
3.1
Block Location - Modular
Network Rack (42 U)
Please specify the frack finish
requirements, if any?As per RfP requirement.
61 Annexure-A
Clause No. 3
3.1
Block Location - Modular
Network Rack (42 U)
Please specify the IP rating requirements, if
any?As per RfP requirement.
41 1.5 GP Type
II, GP Type I,
and Block
Router
Specification
The product offered, or the family
should be CE 2.0 compliant
The product offered, or the family should be
CE 3.0 certified
The product offered, or the family should be
CE 2.0 or higher certified.
40 D- Block &
Gram
Panchayat –
Technical
Specification
The Router should support the
following:
OSPF, BGP, IS-IS, IP Multicast,
PIM, IGMP/ IGMPv1/v2/v3,
MLDv2, MPLS, L2VPN, L3VPN,
Segment Routing / seamless
MPLS, BGP-LS /LU, VPLS/H-
VPLS, RSVP/FRR, BFD for IPv4
and IPv6.
The Router should support the following:
OSPF, BGP, IS-IS, IP Multicast, PIM,
IGMP/ IGMPv1/v2/v3, MLDv2, MPLS,
L2VPN, L3VPN, Segment Routing,
seamless MPLS, BGP-LS, LU, VPLS, H-
VPLS, RSVP, FRR, Flex Algo and BFD for
IPv4 and IPv6.
Bidder to propose the solution with segment
routing functionality in addition to the RfP
requirement.
40 D- Block &
Gram
Panchayat –
Technical
Specification
The Router should support the
following features: 802.1Q, LFA,
VLAN Stacking (Q-in-Q), Y.1731,
802.1ag, ERPS-G.8032 / FRR,
LACP, etc
he Router should support the following
features: 802.1Q, T I - LFA, R-LFA, SR
MPLS, VLAN Stacking (Q-in-Q), Y.1731,
802.1ag, ERPS-G.8032 / FRR, LACP, etc. No Change in the RfP specification
40 D- Block &
Gram
Panchayat –
Technical
Specification
Additional points - Request to
add to RFP
The router should support Segment routing
based - Traffic Engineering, Convergence,
Segment routing - EVPN, TI- LFA, R-LFA,
Binding SID, Anycast SID, On demand next
hop, SR MPLS & SRv6 readyNo Change in the RfP specification
40 D- Block &
Gram
Panchayat –
Technical
Specification
Additional points - Request to
add to RFP
The proposed router should support the
following label depth: Label Depth @ GP
type 2 - 5, GP Type 1 - 7 and Block – 10.No Change in the RfP specification
40 D- Block &
Gram
Panchayat –
Technical
Specification
Additional points - Request to
add to RFP
Router should have mechanism to change
IGP path selection behaviour within same
IGP process to create end-to-end network
software slice for different traffic types for
different customers & applications with
path selection criteria such as IGP metric,
TE-Metric , low-latency on the same
physical network.
No Change in the RfP specification
40 Functional
requirement
Additional points - Request to
add to RFP
The High level design and low level design
for Tanfinet should be done by the selected
IP-MPLS OEM only. 10% of the network
should be deployed by the IP-MPLS OEM. No Change in the RfP specification
40 Functional
requirement
Additional points - Request to
add to RFP
The deployment of the entire network
should be done using an automation
platform, the automation platform should be
furnsihed by the IP-MPLS OEM for the
duration of plan, design , Build phase.No Change in the RfP specification
40 Functional
requirement
Additional points - Request to
add to RFP
The automation platform should also be
able to automated service provisioning like
Layer 3 MPLS VPN , Layer 2 MPLS VPN,
Mulitcast VPN, Layer 2 Point to point
services etc , this shoould be done by the
IP-MPLS OEM only. The solution should be
included and should be scalable in future
with addition of required hardware and
software.
No Change in the RfP specification
17 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :5
HA configuration that uses
dedicated HA-control interfaces
apart from the mentioned traffic
interfaces.
We should have required dedicated HA
port, we can use data ports for dedicated
HA connectivity.No Change in the RfP specification
17 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :7
Should support up to 20 Million
Concurrent sessions and at least
500,000 sessions per second.
Should support up to 20 Million Concurrent
sessions and at least 200,000 sessions per
second with AVC OnKindly read as "Should support up to 20 Million
Concurrent sessions and at least 200,000
sessions per second"
17 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :8
Should provide 80 Gbps Firewall
Throughput and IPS throughput
20 Gbps.
Should support 25 Gbps of NGFW (FW,
AVC and IPS) real-world / production
performance / 64KB / 1024B NGFW for Datacenter:
1. Should have the Threat Prevension
throughput including FW, IPS,
Antivirus/Antimalware, Antispam and URL
filtering of min. 10 Gbps
2. 10x10G SFP interfaces from day1
NGFW for DMZ:
1. Should have the Threat Prevension
throughput including FW, IPS,
Antivirus/Antimalware, Antispam and URL
filtering of min. 15 Gbps
2. 10x10G SFP interfaces from day1
18 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :11
4 x 100 Gig Ports and 8 x 10G
Ports
The appliance should support atleast 6 *
10G Gigabit ports and 4 * 40G and should
be scable for additional 8*10G/4*40G for
future scalabiltyNGFW for Datacenter:
1. Should have the Threat Prevension
throughput including FW, IPS,
Antivirus/Antimalware, Antispam and URL
filtering of min. 10 Gbps
2. 10x10G SFP interfaces from day1
NGFW for DMZ:
1. Should have the Threat Prevension
throughput including FW, IPS,
Antivirus/Antimalware, Antispam and URL
filtering of min. 15 Gbps
2. 10x10G SFP interfaces from day1
18 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :17
Stateful and stateless and Zone-
based device.
Stateful and Zone-based device.
Kindly read as "Stateful and Zone-based
device"
18 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :23
Stateful and stateless and Zone-
based firewall.
Stateful and Zone-based Firewall
Kindly read as "Stateful and Zone-based
device"
18 1.1.6 Next
Gen Firewall
at Data
Center and
DMZ :26
Support for IPv4, RIPv2, OSPF,
BGP, VLAN, DHCP. Support for
IPv6 RIPng, OSPFv3.
Support for IPv4, OSPF, BGP, VLAN,
DHCP. Support for IPv6 OSPFv3.
Kindly read as "Support for IPv4, OSPF, BGP,
VLAN, DHCP. Support for IPv6 OSPFv3".
20
1.1.8 Hyper
Converged
Infrastructure
The proposed solution should be
in the leaders quadrant by latest
FY18/19 Gartner Report for
Hyper Converged Infrastructure.
The proposed HCI solution should be in the
leaders quadrant in latest FY18/19 Gartner
Report for Hyper Converged Infrastructure.
The solution components quoted including
HCI system , hypervisor, server, network
switch should be listed as a leader in
Gartner’s Magic Quadrant for Hyper-
converged infrastructure, Hypervisor,
modular servers and Data Center
Networking respectively
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
Each node in both the HCI
clusters must be configured with
Intel Skylake processor with at
least 20 cores useable (without
any HCI overhead). Besides,
each node should have at least
192 GB useable DDR4 memory
(without any HCI overhead).
Each node in both the HCI clusters must be
configured with Intel Xeon Cascade Lake
processor with at least 20 cores useable
(without any HCI overhead). Besides, each
node should have at least 216 GB useable
DDR4 2933 MHZ memory (without any HCI
overhead).
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The management HCI cluster
must be configured with at least
64 TB of usable capacity (even
after one node failure scenario)
in the HCI cluster, after providing
for not more than 1:1.25 data
efficiency due to compression
and de-duplication. Erasure
coding should be deployed for
cold data not exceeding 40%.
The solution should be
provisioned with minimum 10%
SSD.
Each HCI Cluster (Management &
Application) should be configured with at
least 64TB usable capacity (even after one
node failiure). The capacity to be
configured with minimum data protection of
replication factor 2 or equivalent or higher.
The solution should support de-duplication
and compresion on day 1 with necessary
licenses. For storage sizing maximum of 15
% de-duplication savimg & 20 %
compression savings can be assumed.
The solution should be proposed using
Hybrid HCI Cluster nodes (which uses SSD
drives for caching & HDD for Capacity Tier
configured as per best practices of the
OEM. The HCI should be propsed with 12G
SAS 10K RPM SFF (Small Form Factor)
drives or higher HDDs for capacity tier for
all server nodes.Any other capacity
required for meta data, host maintenance
mode, component rebuilds etc. should be
factored over and above the capacity.
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed solution should
support all leading Virtualization
Software; viz., VMware ESXi,
Microsoft Hyper-V, Open KVM,
and XenServer. HCI solution
must support industry-leading
protocols NFS, iSCSI & SMB.
The proposed HCI Solution should support
leading Virtualisation software viz- VmWare
ESXi & Microsoft Hyper-V. The HCI Nodes
need to be licensed with Virtualization
software. Virtualization layer shall be
deployed directly on the bare metal server
hardware with no dependence on a general
purpose OS for greater reliability and
security. It should be Industry Standard
software and no proprietary software is
allowed.
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI solution for
both management and
application cluster should use
Erasure Coding for cold data.
Please remove this line as it is vendor
specific
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed solution should
independently scale storage and
compute as and when needed
without any downtime. HCI
should support storage
expansion without any
virtualization license implication
for “only storage” expansion.
The proposed solution should
independently scale storage and compute
as and when needed without any
downtime. The HCI solution should support
scaling hyperconvered
node(compute+storage), compute-only,
storage-only(HDDs) independent of each
other under a single cluster.
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI solution must
have metadata distributed on all
nodes in a cluster i.e. each node
in the cluster should carry
information about data lying
across every other node in the
cluster (including its own), while
maintaining the capacity
utilization /and distribution across
all nodes uniform at all times.
The HCI software should pool all HDDs
from all the nodes in the cluster to present
a single storage resource pool to all server
nodes in the cluster. Similarly, the HCI
software should pool all SSDs from all the
nodes in the cluster to present a single
storage cache pool across the HCI nodes.
The capacity utilisation / and distribution
should be uniform across all nodes in the
cluster
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI solution
should be able to create multiple
logical unit (LUN's) for storage,
with the ability to support
different policy for de-duplication
and compression, across LUNs.
The proposed HCI solution should be able
to create multiple logical unit (LUN's) / data
store for storage, which can be used for
different purposes as per organisation
requirements
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI solution must
support Hybrid and All flash
nodes in same cluster without
impacting any functionality
The proposed solution should support
either hybrid or all flash nodes in same
cluster for future scalability, so that
performance of the cluster is not impacted.
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
The proposed solution must
have capability to support HCI
nodes with different models
(same OEM) / different CPU and
Memory / Disks configurations in
the same cluster without any
impact on storage
services/functionalities.
The proposed solution must have capability
to support nodes with same/different CPU
& Memory configurations in the same
cluster
Refer corrigendum
20
1.1.8 Hyper
Converged
Infrastructure
All the required Hypervisor
Licenses and the associated
Hypervisor Management should
be included in the solution.
Besides, all the required
software and associated licenses
to protected east-west traffic by
leveraging VM-based attributes
such as VM names, Security
tags, OS type, port number etc.
should be included
All the required Hypervisor Licenses and
the associated Hypervisor Management
should be included in the solution.
Refer corrigendum
21
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI solution must
provide logging, analysis, and
reporting facilities related to
operations, performance,
storage, CPU utilization
management on a per VM basis.
The prposed HCI Solution should hae a
dashboard to monitor & manage virtual
machines, network, storage, monitor
performance and manage events & alerts.
HCI solution should provide enhanced
visibility into storage throughput and
latency and IOPS that can help in
troubleshooting storage performance
issues.
Refer corrigendum
21
1.1.8 Hyper
Converged
Infrastructure
The proposed solution should
support multi-site (One-to-Many
and Many-to-One) replication of
data.
The prposed HCI Solution should support
replication to another HCI cluster
Refer corrigendum
21
1.1.8 Hyper
Converged
Infrastructure
Proposed solution should
integrate with L2/L3 network
device. Each HCI node must be
configured with at least 4 x 10G
Ethernet ports.
Proposed solution should include 2 Nos of
48 port 25 Gbps switch to connect HCI
Nodes. Each Node should have 4 x 25
Gbps Ethernet ports configured with
necessary cables and SFP transceivers to
connect to respective ports on the HCI
Switch. The proposed switch should be non
blocking architecture, offering line rate
speed of 25 Gbps per port. The switch
should be able to connect to uplink network
at 10 Gbps / 25 Gbps / 40 Gbps or 100
Gbps and minimum 4 uplink ports should
be available per switch. The switch should
have a throughput of 3.2 Tbps or higer and
the switch latency should be 1 micro
seconds or less.
Refer corrigendum
21
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI should
support native (without any third
party software) File Services
over NFS, CIFS, and SMB and
file replication across clusters
and data centres.
The proposed HCI should be able to
provide File Services over NFS,
CIFS/SMB.
Refer corrigendum
21
1.1.8 Hyper
Converged
Infrastructure
The proposed HCI solution
should support data at rest
encryption without using any
specialized hardware. Additional
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
The network switch should support QoS to
streamline HCI network traffic to improve
traffic filtering, segmentation and
performance. Network QoS should be
configured on the switch during the Cluster
setup
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
Each HCI Node should be 2U Rack
Mountable Server, as a single node, NOT
in a chassis consisting of multiple nodes as
a group
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
Every HCI Node should be a factory
integrated HCI APPLIANCE
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
HCI solution should support for increasing
capacity by adding CPU, Memory or any
other devices to virtual machines on an as
needed basis without any disruption in
working VMs running windows and Linux
operating system.
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
The solution should support Compression
& De-duplication, snapshots, cloning and
replication features from day one & the
same should be licensed for entire cluster
including any other licenses required for the
HCI Cluster
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
Proposed HCI solution should support
GPUs, as required.
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
It should be possible to upgrade all the
major components - Server Firmware,
Virtualisation & HyperConverged Software
from a Single pane of glass. It should also
support the capability to upgrade them on
an individual basis as needed - for
example, update only HyperConverged
Software with out updating the
Virtualisation software ; or update only the
Server Firmaware wiht out updating the
HyperVisor software etc.
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
Virtualization layer should support live
migration of running virtual machines from
one physical node to another with zero
downtime, continuous service availability,
and complete transaction integrity
transparent to users.
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
All servers together should be fully
manageable remotely through a single
graphical interface–including access to the
console and remote media, over a TCP/IP
network. Any software/hardware/ licenses
for this are to be provided.
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
The proposed solution should support
integration with NAS, FC, FCoE and iSCSI
SAN Storage from leading vendors for
greater manageability, flexibility and
availability
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
The solution should have multiple
vSwitches for network traffic segregation.
Various network traffics such as
management , storage, virtual machine,
vMotion etc. in the HCI should be
segregated on to independent virtual switch
for improved traffic management and
scaling. The procedure must be fully
automated in the HCI installation. Any
license required should be provided on day
1. Virtualization software should provide a
virtual switch which can span across a
virtual datacenter and multiple hosts should
be able to connect to it. This in turn will
simplify and enhance virtual-machine
networking in virtualized environments and
enables those environments to use third-
party distributed virtual switches.
Refer corrigendum
1.1.8 Hyper
Converged
Infrastructure
Additional points - Request to
add to RFP
Server hardware should comply to the
below security management features
- HW root of trust
- System lock down
- HW policy based security
- Anti-Counterfeit
- Secure BIOS recovery
- Digitally Signed Firmware
Refer corrigendum
16 8
The operating system of the
switch shall have a microkernel-
based architecture.
Some Switch OEMs support Multicore
CPU architecture only. Hence we request
to modify it as "The operating system of the
switch shall have a microkernel-based /
multicore CPU architecture "
Accepted.
16 16
Shall support link aggregation
using LACP as per IEEE
802.3ad. The router shall support
IEEE 802.3ad link aggregation of
minimum of 16 links within a
single bundle.
8 links on a ether channel is industry
standard. Hence request to modify it as
"Shall support link aggregation using LACP
as per IEEE 802.3ad. The router shall
support IEEE 802.3ad link aggregation of
minimum of 8 links within a single bundle"
No change in the RfP specification
17 25Should support H/W based IPv4
and IPv6 Multicasting.
Some of the Switch OEMs support S/W
based IPV4 & IPV6 Multicasting. Hence
request to modify it as "Should support
H/W or S/W based IPv4 and IPv6
Multicasting."
Accepted.
17 27
Should support Protocol
Independent Multicast - Sparse
Mode and PIM - SSM, MSDP.
Request to allow equivalent protocols for
MSDP. Should support Protocol
Independent Multicast - Sparse Mode and
PIM - SSM, MSDP/equivalent
Accepted.
20 3
The management HCI cluster
must be configured with at least
64 TB of usable capacity (even
after one node failure scenario)
in the HCI cluster, after providing
for not more than 1:1.25 data
efficiency due to compression
and de-duplication. Erasure
coding should be deployed for
cold data not exceeding 40%.
The solution should be
provisioned with minimum 10%
SSD.
Request to modify as "Should have a
Hardware RAID + RAIN architecture or a
RF3 + Erasure Coding architecture in case
of RAIN only with a minimum 2 disk failure
per Node." This will allow all OEMs to
quote.
Refer corrigendum
20 4
The proposed solution should
support all leading Virtualization
Software; viz., VMware ESXi,
Microsoft Hyper-V, Open KVM,
and XenServer. HCI solution
must support industry-leading
protocols NFS, iSCSI & SMB.
Solution must be hypervisor agnostic and
should support atleast 2 hypervisors.
Please specify supported and future
hypervisors.
Refer corrigendum
20 5
The proposed solution should
provide hyper-converged
software that allows delivery
of storage services across any
type of disks (SSD, SAS, and
NLSAS), without dependence on
a separate Storage Area
Network & associated
component such as SAN
Switches & HBAs.
The proposed solution must be able to
provide enhanced functionality by including
the following available without compromise
in function or performance in both Hybrid
as well as All Flash Nodes: Better of this
converted to ALL Flash Storage
Refer corrigendum
20 6
The proposed HCI solution
should be fully software defined
and should not leverage any
specialized (proprietary)
hardware to run virtualization
layer with virtual storage
appliance, or for providing data
services such as de-duplication
and compression.
Proposed solution must be based on
converged IT infrastructure platform that
integrates storage, compute, networking,
hypervisor, real-time deduplication,
compression, and optimization along with
powerful data management, data
protection, and disaster recovery
capabilities in a standard x86 server
building block.
Refer corrigendum
20 7
The proposed HCI solution for
both management and
application cluster should use
Erasure Coding for cold data.
This clause is not allowing all OEMs to
participate. Hence please modify it as
"Should have a Hardware RAID + RAIN
architecture or a RF3 + Erasure Coding
architecture in case of RAIN only with a
minimum 2 disk failure per Node."
Refer corrigendum
20 13
The proposed solution should be
scalable to 64 nodes in the same
cluster without any federation.
To allow all OEMs to quote request to
modify it as "The proposed Solution should
be scalable to minimum 32 nodes in a
cluster "
Refer corrigendum
8
Provide FOA (Field Operation
Assistance) for field engineers. Pls clarify does it means that a field force
system has to be provided as part part of
the NMS solution to assist field teams in
work order management.
Refer corrigendum
25 2.3, Point 4.
The Bidder must have the
experience in implementing and
maintaining Operations Support
System & Business Support
System (OSS & BSS) in two
projects catering to
Telecommunication/Wireline/Cell
ular Network service sectors in
India after 1st April 2016
Please include the standards in eligiblity
"The product supplied by the OEM should
be in Gartner leaders quadrant for OSS
2019" & "The proposed NMS solution
must be an industry standard solution from
an OEM that is ISO 27034 certified "
Tender clasue remain the same
25 2.3, Point 4. New Clause Proposed
The proposed NMS solution shall be
offered from OEM meeting the following
criteria:
(i) The OEM is a developer of the quoted
OSS product for last seven (7) years as on
originally scheduled date of bid opening
mentioned above.
(iii) The OEM of the quoted product must
have supplied similar kind of products in at
least two OSS Multivendor project for
Telecom service provider integrating at
least following network technologies within
last 7 years as on the original date of bid
opening. (a) GPON (b) IP-MPLS (c) DWDM
Tender clasue remain the same
25 2.3, Point 4. New Clause Proposed
HelpDesk System:
(i). The proposed Helpdesk tool must be
ITIL Gold-level certified on at least 10+
processes and should be PINK ELEPHANT
/ Axelos Gold level certified on at least 10+
ITIL 2011 processes: Incident
management, Problem Management,
Change Management, Knowledge
Management, Service Level Management,
Service Asset and Configuration
management, Service Catalogue and
Request Fulfilment, etc. The certification
copy to be submitted.
(ii) Proposed helpdesk system must have
done both way integration with proposed
Fault Management system for any Telecom
Service Provider, however the system must
have been commissioned and working in
India. Tender clasue remain the same
There is no sizing input given in
the RFP in terms of what is the
proposed network for which
NMS/EMS has to be sized for.
Requesting to publish a comprehensive list
so that NMS can be sized accordingly.
- Number of network elements for each
network technology
- Vendor Types (make and model)
- Number of EMSs
Bidder to size the license and hardware
requirement for all the applications meeting the
functional and technical requirement of the
RfP.
22
Annexure A-
Technical
Specification
s (TECGRs) -
clause no.
1.1.9 GIS
Software
license
GIS Software License
We understand that dept is preferring Open
Source/Standards. However, There are
COTS Solution which meets RFP
capabilities out of the box using open
standards and the technical and product
releated documentation are available in the
public domain (for evaluation) which
ensures a faster implementation at a
desired level and support for the entire
project life cycle . We hope department
would accept COTS solution in such cases.
Kindly clarify
Tender clasue remain the same
22
Annexure A-
Technical
Specification
s (TECGRs) -
clause no.
1.1.9 GIS
Software
license, Point
No. 18
GIS tool to be brought in the
name of the authority and will
belong to Authority
it is mentioned that preference is for Open
Source but Incase of purchasing the tool in
the name of authority, Please clarify
whether it is a preference for COTS.
Also consider the vulnerability of using
open source software for a long term
Project, considering the timely availability of
software service packs, API's for
integration, Updation of GIS technology in
par with other related technologies as per
the latest market standards & non
availability of Standard technical/ product
life support commitment from a designated
source.
Tender clasue remain the same
22
Annexure A-
Technical
Specification
s (TECGRs) -
clause no.
1.1.9 - 4
The system shall support server
side Geo-processing
WebGIS System should have the capability
to identify new service connection feasibility
at any given location irrespective of the
distance from the point of availability.
Please confirmTender clasue remains the same
117
Tendernotice
_1 (Package
A) Section V,
Clause No.
5.7.1 -a)
Survey
Approach,
Point No. 8
SI shall carry out the site survey
by capturing on site coordinates
at every 20-30 mtrs through
GIS/Mobile application and
related tools by actual visit to all
locations
Please provide, 1. Total No of GIS Web
Users? 2. Total No of GIS Desktop Users?
3. Total No of GIS Mobile Users? in Project
phase as well as O & M Phase. Also please
mention the preferred Mobile app OS - IOS
or Android?
TANFINET will provide the details during
implementation to successful bidder
118
Tendernotice
_1 (Package
A) Section V,
Clause No.-
5.7.1- a)
Survey
Approach,
Point No. 13
In case of Radio connectivity
equipment requirement and
tower height to be assessed
using GIS tools.
GIS Software should have inbuilt tools to
calculate tower height. Please confirm.
As per the requirement SI to provide GIS
solution
117
Tendernotice
_1 (Package
A) Section V,
Clause No.-
5.7.1 -a)
Survey
Approach,
Point No. 9
Data generated by site survey
shall be shared with TANFINET
and it shall be integrated with
GIS application and with Project
Management tool implemented
by SI.
it is understood that GIS Software should
be equipped with standard API's & also
provide GIS map services of the survey
data collected for integration with Project
Management tool and other IT systems
(OSS, NMS, EMS & BSS). Please confirm As per the requirement SI to provide GIS
solution
124
Tendernotice
_1 (Package
A) Section V,
Clause No.-
5.7.1- e) As
Built
Diagrams
As-Built Diagrams
We understand the GIS data provided to
the dept should be clean of map topology
between parts of features that are
coincident. which allows to simultaneously
edit features that share geometry. For eg:
OLT, ONT must be in coincident with the
service point. Kindly ConfirmAs per the requirement SI to provide GIS
solution
124
Tendernotice
_1 (Package
A) Section V,
Clause No.-
5.7.1- e) As
Built
Diagrams,
Point No. 2
The SI shall incorporate all
captured data on to the GIS
mapping tool provided to be
visible in the State NOC.
it is understood that the entire hosting &
deploment should be done in the State
NOC which means that in case of cloud
deployment also, it is on premise only. Data
hosting is not allowed outside the State
NOC. Please confirmOnly servers are co located at SDC.
48 to 62Annexure A
2.
2. TECHNICAL
SPECIFICATION - PACKAGE B,
C & D
Items for which TSEC approval
is required as per tender
conditions.
Only TSEC approved Items (wherever
applicable) would be supplied. However, for
the purpose of tendering, we request you to
accept the submission of QF-103 from
OEMs whose applications for TSEC
approval under process. Please confirm.
Refer corrigendum
123 5.7.1.b) 3
Cable loops are to be provided
for future maintenance purposes
at regular spacing. (As per
guidelines of BBNL, Annexure B-
Instruction of Aerial and UG
Cable implementation)
Kindly provide the loop length to be kept in
"Loop & Joint Chambers".
15 -20 Mtrs
14 1.1.4.14
BRAS and
CGNAT
Router should be able to support
distributed BRAS functionality
with min 64K subscribers as and
when required. Besides, the
Router should have hardware
based CGNAT capabilities with a
minimum of 10 Million sessions,
15 Gbps of Throughput and
scalable by 100% in future. This
is to be provided in the Router
with a hardware module or as an
additional device
We understand that the NOC is being
created to facilitate the project rollout for
the 4 packages in Bharatnet Project. Actual
NOC will be built in the new Tamilnet
project where a full fledged NOC will get
deployed As this is going to a be a
temporary NOC, we suggest that the NOC
router with the present specifications
should be replaced with the Block router
specifications to avoid procurement of
additional class of temporary routers. Kindly
confirm.
No Change in the RfP Specification
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
Block Router: 100G Optics(2,0) Block Router should have the flexibility to
support 100G optics with either of 10KM,
40 KM or 80 KM depending upon the field
deployments. We request you to specify
Qty along with the reach for 100G optics. In
order to have uniformity across the
network, we suggest you to consider 100G
optics as 80 KM reach. Please confirm.
Block Router:
100GO- (2,2)
10GO- (8,8)
1GO- (4,4)
1GE- (4,2)
SI should propose the router with 700Gbps
capacity considering the scalability
requirement. SI to propose the Optics as per
the actual distance requirement.
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
Block Router: 10G Optics(4,4) We request you to specify Qty along with
the reach for 10G optics. In order to have
uniform distribution across the network, we
suggest you to consider 10G optics with 40
KM reach. Please confirm.
SI to propose the Optics as per the actual
distance requirement.
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
Block Router: 1G Optics(4,4) We request you to specify Qty along with
the reach for 1G optics. In order to have
fair distribution across the network, we
request you to consider equal distribution of
1G optics with 10KM & 40 KM reach.
Please confirm.
SI to propose the Optics as per the actual
distance requirement.
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
GP Type 1 Router: 10G
Optics(2,2)
We request you to specify Qty along with
the reach for 10G optics. In order to have
uniform distribution across the network, we
request you to consider 10G optics with 40
KM reach. Please confirm.
SI to propose the Optics as per the actual
distance requirement.
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
GP Type 1 Router: 1G
Optics(2,4)
We request you to specify Qty along with
the reach for 1G optics. In order to have
uniform distribution across the network, we
suggest you to consider 1G optics with 40
KM reach. Please confirm.
SI to propose the Optics as per the actual
distance requirement.
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
GP Type 2 Router: 1G
Optics(2,4)
We request you to specify Qty along with
the reach for 1G optics. In order to have
uniform distribution across the network, we
suggest you to consider 1G optics with 40
KM reach. Please confirm.
SI to propose the Optics as per the actual
distance requirement.
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
Clause 6) The Router should
support the following: OSPF,
BGP, IS-IS, IP Multicast, PIM,
IGMP/ IGMPv1/v2/v3, MLDv2,
MPLS, L2VPN, L3VPN, Segment
Routing / seamless MPLS, BGP-
LS /LU, VPLS/H- VPLS,
RSVP/FRR, BFD for IPv4 and
IPv6.
Segment Routing protocol is still evolving.
Certain requirements such as QoS-enabled
TE, Resource reservation along with path,
Guaranteed Bandwidth ,Inter-area, Inter-
AS, multicast, Guaranteed deterministic
sub-50ms protection switching etc are
totally solved using MPLS RSVP/FRR.
However these requirements are yet to be
addressed by Segment Routing .
Similarly, BGP-LS/BGP-LU is the
alternative way to MPLS LDP and MPLS
RSVP for sending MPLS label .Likewise,
OSPF and IS-IS are alternative to each
other. They are both link-state routing
protocols used as Interior Gateway
Protocol (IGP). In any given network only
one of them are used.
Moreover LFA as well as FRR are
protocols and methods achieve fast re-
route of traffic. LFA works at IP layer and
FRR works at MPLS Tunnel layer. LFA is
used in conjunction with Segment Routing
to allow quick reaction to the failed next
hop.
It is therefore, requested that wherever
alternatives are available, such as OSPF/IS-
IS, Segment Routing/ RSVP-FRR, BGP-
LU/LDP-RSVP either of these alternative
option be allowed to be used in the
network. We request you to amend the
clause as "“The router should support
BGP, either OSPF or IS-IS, IP Multicast,
No change in the RfP specification
41 GP Type II,
GP Type I,
and Block
Router Ports
Specification
s
Clause 8) The Router should
support the following features:
802.1Q, LFA, VLAN Stacking (Q-
in-Q), Y.1731, 802.1ag, ERPS-
G.8032 / FRR, LACP, etc.
FRR & LFA are layer 3 Protocols and
hence should be delated from here as
Clause 8 refers to Ethernet Features.
Clause 6 covers all IP/MPLS feature sets.
Hence the clause should be amended as
"The Router should support the following
Ethernet features: 802.1Q, VLAN Stacking
(Q-in-Q), Y.1731, 802.1ag, ERPS-G.8032,
LACP etc."No change in the RfP specification
14(
Annexure),
104(Tende
r)
NOC &
Internet
Router
Specification
s & Financial
Bid Form
14. BRAS & CGNAT (NOC &
Internet Router)
A.2 Core Router & A.4 CGNAT
We understand that the NOC is being
created to facilitate the project rollout for
the 4 packages in Bharatnet Project. Actual
NOC will be built in the new Tamilnet
project where a full fledged NOC will get
deployed. As this is going to a be a
temporary NOC, we suggest that the NOC
router with the present specifications
should be replaced with the Block router
specifications to avoid procurement of
additional class of temporary routers. Kindly
confirm.
No change in the RfP specification
105 Block Level
Active
Components
C1. Floor Mount Rack - 42U
C3. 8 Port Managed Switches
Racks & Switches are not covered in
Annexure A-Technical Specifications.
Please specify if package A Bidder has to
supply these items as part of BoQ.Refer corrigendum
106 GP Type 1 -
Active
Components
D.1 Floor Mount Modular Rack-
27U
D.3 8 Port Unmanaged Switches
Racks & Switches are not covered in
Annexure A-Technical Specifications.
Please specify if package A Bidder has to
supply these items as part of BoQ.Refer corrigendum
41 1.5 GP Type
II, GP Type I,
and Block
Router
Specification
None There hasn’t been any mention of type of
Power Supply for Routers at Block, GP
Type 1 & GP Type 2. We understand that
AC Power supply would be available at the
GP and hence all routers should have AC
Power Supply modules. Please confirm if
our understanding is correct.Bidder to propose the power supplies as per
the input power available.
41 1.5 GP Type
II, GP Type I,
and Block
Router
Specification
None The network being built is a carrier class
network with high availability and hence it is
extremely important to have atleast
redundancy of power supply cards in the
Routers. Please confirm that redundancy of
power supply cards is required for all the
Routers (Block, GP Type 1 & GP Type 2).
Bidder to propose the power supplies as per
the input power available.
41 1.5 GP Type
II, GP Type I,
and Block
Router
Specification
None Telecom Providers generally deploy routers
with flexibility to use AC Power supply
module or DC Power Supply Module as
per the requirement. Please confirm if such
flexibility is required for these routers also.Bidder to propose the power supplies as per
the input power available.
Page No.
17,
Annexure,
Technical
Specificati
on
1.1.6 Next
Gen Firewall
at Data
Center and
DMZ (De-
Militarized
Zone)
Should support up to 20 Million
Concurrent sessions and at least
500,000 sessions per second.
Request to change to " Should support
up to 20 Million Concurrent sessions
and at least 460,000 sessions per
second"
Justification : Fortinet is the No. 1 Firewall
Vendor in India as per Foster and Sullivan
report and the No.2 in Global market.
Fortinet has the maximum no. of Security
Devices insatalled Globally. Fortinet
solutions are working in more than 25
Smart City projects, TN SDC, many
Tamilnadu Govt. Departments.
The specification provided for Firewall in
the RFP is generic in nature and only a few
major performance parameters has been
mentioned.
Unfortunatly, in that combination of
performance parameters, none of our
firewall models comply.
When we choose the nearest matching
model with the specifications, that particular
model has 4,60,000 new Sessions per
Second. We would like highlight that that
particular model firewall has 50 Million
Concurrent Sessions whereas RFP calling
only 20 Million. That Particular Model has
240Gbps Firewall Throughput and 44 Gbps
IPS Throughput whereas RFP is calling for
80GBps Firewall Throughput and 20Gbps
IPS Throughput. Likewise, all the
performance and technical parameters of
that particular model firewall are much
above the specification asked in the RFP
except the new session per second. This
proves that particular Model is superior
Kindly read as "Should support up to 20 Million
Concurrent sessions and at least 200,000
sessions per second"
Page No.
17,
Annexure,
Technical
Specificati
on
1.1.6 Next
Gen Firewall
at Data
Center and
DMZ (De-
Militarized
Zone)
The technical specification of the tender
does not call for any Firewall Log
Management and analyser whereas it is a
mandatory requirement from the Govt. for
any ISP and Organistaions and retain the
logs for minimum of 6 months time as a
complaince. Hence request to add the Log
Management and Analysis device with
storage for logs for six months time. All the
Firewall Vendors have Log Managment and
Analysis Devices with six month log
retension.
Additional Point: The log should be kept for 6
months and archived for additional 6 months.
SI to consider Storage for the same in the
overall storage.
Page No.
17,
Annexure,
Technical
Specificati
on
1.1.6 Next
Gen Firewall
at Data
Center and
DMZ (De-
Militarized
Zone)
Memory – at least 16GB or
higher and 100GB storage.
Please change to "Memory – at least
16GB or higher" Storages in Firewall is to
retain logs and in this solutions, log
retension for six months required atleast 4
TB and 100Gb storage will not be
sufficient. As in Query No.2 suggested, if
there is log managment device is proposed
with 4 TB for Six Months log retension,
then internal storage for firewall is not
required and will unnecessarily attract cost
Additional Point: The log should be kept for 6
months and archived for additional 6 months.
SI to consider Storage for the same in the
overall storage.
Page No.
17,
Annexure,
Technical
Specificati
on
1.1.6 Next
Gen Firewall
at Data
Center and
DMZ (De-
Militarized
Zone)
Requesting TANFINET to kindly include the
clause that " The firewall OEM supplied
should be leaders in Gartners magic
quadrent for enterprise firewall
Category" as Gartner magic quadrent is
the industry bench mark for choosing best
in class solutions. And adding Gartners
magic quadrent will help tanfinet get the
best solutions while keeping out non rated
off the market products.
No change in the RfP clause
Page No.
17,
Annexure,
Technical
Specificati
on
1.1.6 Next
Gen Firewall
at Data
Center and
DMZ (De-
Militarized
Zone)
Requesting Tanfinet to kindly include a
clause that "The security OEM proposed by
the bidders should be different from the
Network (Switching and Routing) OEM as
any OS vulnerability in a switch OS will be
avaiable in the security product also as the
OS and the engineering would be same.
Hence as per industry practice, it is not
recommanded to have same OEM.
No change in the RfP clause
Page No.
17,
Annexure,
Technical
Specificati
on
1.1.6 Next
Gen Firewall
at Data
Center and
DMZ (De-
Militarized
Zone)
Requesting to add the following security
functionalities as this Firewall is being used
as the Gateway Security and achieve 360
degree security protection from intrusions
and extrusions in the network.
Functionalities : Gateway Anti Virus, Anti-
Bot, Application Control, URL Filtering
Functionality, Advanced Persistant Threat
etc
NGFW for Datacenter:
1. Should have the Threat Prevension
throughput including FW, IPS,
Antivirus/Antimalware, Antispam and URL
filtering of min. 10 Gbps
2. 10x10G SFP interfaces from day1
NGFW for DMZ:
1. Should have the Threat Prevension
throughput including FW, IPS,
Antivirus/Antimalware, Antispam and URL
filtering of min. 15 Gbps
2. 10x10G SFP interfaces from day1
48 of 62
(Annexure
A)
5 Supply of Manhole & Joint
chambers & Loop chamber:
i. FDMS outdoor 96: GR No.
TEC/GR/TX/FDM-003/01 MAR
2012 with latest amendments if
any.
ii. FDMS outdoor 144: GR No.
TEC/GR/TX/FDM-003/01 MAR
2012 with latest amendments if
any.
Please clarify if TSEC/Type Approval
certificate is required before applying for
supply of these i.e. FDMS outdoor 96 and
FDMS outdoor 144 or applied for would be
required before quotating for the same. Bidder should have valid Type approval
certificate during submission.
48 of 62
(Annexure
A)
5 Below mentioned accessories for
Aerial Cable (Wedge Type) –
(As per TEC GR No.
TEC/GR/TX/OAF-001/03/MAR-
17) with latest amendments if
any.
1. Formed OFC Dead End &
Termination Fittings @ 5 per Km
(Wedge Type)
2. OFC Suspension Fittings @
12 per Km (Wedge Type)
3. De-mountable pulley @ 1 per
10 Km
4. Adjustable Cable Storage
Bracket @ 3 per Km (One loop
bracket 1.5m stainless steel
strap & 2 nos buckles) Wedge
Type - Type 3
Please clarify if TSEC/Type Approval
certificate is required before applying for
supply of these i.e. FDMS outdoor 96 and
FDMS outdoor 144 or applied for would be
required before quotating for the same.
Bidder should have valid Type approval
certificate during submission.
Inclusion NA
GIS software which are needed
to design , built and maintain a
Fibre Network do have a “Plan
and Build GIS planning and
Inventory application software”
loosely or tightly integrated with
Core GIS software.
The plan and built software
provides some key features such
as
Mobile application with Built in
forms to capture details of
trenching & ducting, OFC laying
activities capturing depth,
protection type, duct, fibre, OLT,
ONT, switch, route marker, joint
& loop chamber, RFMS, splitter,
etc. with installation details
Capable of maintaining complete
Geospatial Physical Inventory for
all the devices in the network
generate Splice Connectivity
Reports
Inclusion Tender clasue remain the same
14
1.1.4 NOC
and Internet
Router
Specification
s
14. Router should be able to
support distributed BRAS
functionality with min 64K
subscribers as and when
required. Besides, the Router
should have hardware based
CGNAT capabilities with a
minimum of 10 Million sessions,
15 Gbps of Throughput and
scalable by 100% in future. This
is to be provided in the Router
with a hardware module or as an
additional device.
CGNAT is a critical serviceand its
suggested to have 1+1 board level
redundant capacity for the same, to avoid
any single point failure. Also, the scalability
of CGNAT capacity should be such that it
supports the network subscribers growth
for reasonable life span of network.Suggest
to change as below.
Router should be able to support
distributed BRAS functionality with min 64K
subscribers as and when required.
Besides, the Router should have 1+1
redundant hardware based CGNAT
capabilities with a minimum of 25 Million
sessions, 30 Gbps of Throughput and
scalable by 100% in future. This is to be
provided in the Router with a hardware
module or as an additional device.
Tender clasue remain the same
15
1.1.4 NOC
and Internet
Router
Specification
s
27. Operating temperature: 5 to
40 degrees with Humidity – 10%
to 90% Non-Condensing.
As as standard practices & standard
product accepted globally & most of the
RFP in India ask for Operating
temperature: 0 to 45 degrees with
Humidity: 5% to 85% Non-Condensing.
Request to update the same so that
standard global products can be offered.
Refer corrigendum
161.1.5 Core
Switch
1. Modular Switch with at least 5
Slots
We understand that 5 slots indicate
Modular Switch with at least 5 interface
module Slots. Please clarify.
Tender clasue remain the same
19
1.1.7 Ports &
Performance
Requirement
1.1.7 Ports & Performance
Requirement
Please clarify these specs are for which
specific product ?
Should support for both Ios and android
19
1.1.7 Ports &
Performance
Requirement
Routes and Addresses
IPv4 512k
IPv6 512k
Multicast 64k
MAC 1 Mill
Does it indicate Core Switch spec? Below
spec is excessive for NOC switch, it will not
consume such many resource even in NOC
that has more than 6k virtual machines.
We understand below spec is more than
sufficient in NOC application scenario.
Routes and Addresses
IPv4 256k
IPv6 80k
Multicast 32k
MAC 256k
Tender clasue remains the same
41
1.5 GP Type
II, GP Type I,
and Block
Router
Specification
12. Operating Temperature 0 to
+65 degrees, Relative Humidity:
10% to 90% non-condensing.
As as standard practices & standard
product accepted globally & most of the
RFP in India ask for Operating
Temperature -20 to +60 degrees, Relative
Humidity: 5% to 85% non-condensing.
Request to update the same so that
standard global products can be offered
Kindly read as "Battery Back-up - 2.0 kVA - 60
minutes".
42
1.5 GP Type
II, GP Type I,
and Block
Router
Specification
Router Specifications Wire
Speed
GP Type II, GP Type I, and
Block Router Ports
Specifications
Based on IP/MPLS network industry best
practices and considering expansion
capacity in the future, suggest to modify the
spec of GP Type II to be lower & GP Type I
& Block to be higher because GP Type II is
to be used as customer premises
equipment whereas GP Type I & Block to
be used as Customer Premises &
aggregation mode.
As per RfP
NA NA
The Software is distributed
WITHOUT ANY WARRANTY,
without even implied warranty of
MERCHANT
ABILITY or FITNESS FOR A
PARTICULAR PURPOSE. The
entire risk as to the quality and
performance
of the Software is with the
purchaser.
Open source software’s can’t
offer warranty / AMC explicitly
and not
suggested for long lifecycle
projects that need support as per
the RFP. Unlike, OEM products,
the open source software’s
product-life-cycle stages are
completely unpredictable. The
growth of
the open source products is
based on the interests and
contributions made by the forums
who
are unaccountable for any
obligations related to the
commercial licensing being made
by any
firms.
Inclusion
As per RfP
22 Annexure A -
1.1.9 - 3 Solution shall ensure that the
GIS Map provides complete
details of the city in various
digital vector layers and allows
for zoom in/out, searching, and
retrieving information capabilities
At what scale these digital Vector Layers
are to be provided
As per RfP
22 Annexure A -
1.1.9 - 3 The system shall be compatible
with Google Maps, Bing™ Maps,
Micro Station, AutoCAD, MGE,
FRAMME, G/Technology, ODBC
source.
With mention of Open Source Software as
a preference, any reason for compatibility
of proprietary format and that too outdated
onesAs per RfP
Which Mobile OS currently available in the
Market you are looking the mobile Apps to
be on iOS or androidNo sperate EMS is required for UPS. UPS
shal;l be integrated with the UNMS with
SNMP.
Are you looking for a single Tier
deployment or multi tier
Tender clasue remain the same
44
1.6 Technical
Specification
s for 2.0 kVA
ONLINE
UPS System
(Document -
Annx_A_Tec
GR)
Point no 23- Battery Back-up -
2.0 kVA - 60 minutes (Min VAH
2340)
The VAH mentioned for 1kva & 2kva is
same. It seems to be typographical error &
shall be revised for 2kva/60 min back-up
time
Kindly read as "Battery Back-up - 2.0 kVA - 60
minutes".
44/46
1.6 & 1.7
Technical
Specification
s for 1 & 2.0
kVA ONLINE
UPS System
(Document -
Annx_A_Tec
GR)
Point no 27 - LCD
The min. size of LCD shall be mentioned
for better visibility
As per RfP
44/46
1.6 & 1.7
Technical
Specification
s for 1 & 2.0
kVA ONLINE
UPS System
(Document -
Annx_A_Tec
GR)
Point no 27(b) - LCD Bypass Volt & freq data shall be deleted
As per RfP
44/46
1.6 & 1.7
Technical
Specification
s for 1 & 2.0
kVA ONLINE
UPS System
(Document -
Annx_A_Tec
GR)
Point no 27(c) - LCD Battery over voltage shall be deleted
As per RfP
44/46
1.6 & 1.7
Technical
Specification
s for 1 & 2.0
kVA ONLINE
UPS System
(Document -
Annx_A_Tec
GR)
Point no 27.3 - LCD Bypass setting shall be deleted
1. The number of depth of supporting channels
to be considered as per the design
requirement.
2. As per RfP
139
5.18.1 (RFP -
Package - A)
All UPS shall be from a single
vendor with the EMS
Whether separate EMS is desired for UPS
at NoC or single EMS for entire project is
desired here.
Kindly clarify as otherwise many different
EMS will be there at NoC for each of the
items required in tender
1. The number of depth of supporting channels
to be considered as per the design
requirement.
2. As per RfP
140
5.18.1 (Point
no 5 & 6)
The MSI should monitor
efficiency of the UPS and
batteries online at NOC via
SNMP card.
Efficiency on EMS in small rating of UPS
Systems is not a parameter which can be
monitored for SLA related activities. Hence
request to change it to SLA on UPTIME of
network w.r.t down/failure of UPS at any
subject GP
As per RfP
140
5.18.1 (Point
no 7 & 8 &
10.3) Penalty on lower efficiency
Efficiency varies with load on UPS & can
be lower when running load is below 60%
or less on UPS.
Hence 80% restriction would not be
practical to meet at given load.
Practically, Penalty shall be levied on
UPTIME as per RFP SLAs
Tender clasue remain the same
140
5.18.1 (Point
no 10.1 to
10.3)
Replacement of UPS in 3rd Year
/ 6th Year
Hope these new UPS repalcement to be
done only when the services are not
available due to DISCONTINUATION OF
SUPPLIED MODEL. Kindly clarify
Refer Corrigendum
36
Clause no. -
1.2.3
Enterprise
Management
System (Pg
no 33)
Point no 4 - Network
Management System - CAMERA
Camera as understood is desired in the
RFP for surevillance at GP IT room.
However, it is missing in BoQ & no
technical specification are found the
Annx_A_TecGR document(under package -
A)
Yes
48 2 2. TECHNICAL
SPECIFICATION - PACKAGE B,
C & D
I. Aerial and Underground Cable
1. Aerial OF Cable (ADSS
Cable): 24 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
2. Aerial OF Cable (ADSS
Cable): 48 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
1. We believe description of 24 Pair and 48
Pair means 24F and 48F respectively.
Kindly confirm.
2. We understand that in all three
packages (B,C & D) Optical fibre cable of
24F & 48F ADSS TYPE- 2A OF cable is
required. Kindly note that 24F & 48F ADSS
Type 2A are covered under TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17 with
latest amendments if any. (Type 2A). For
24F & 48F ADSS Type 2A, TSEC / QF-103
as per above GR No TEC/GR/TX/OFC-
022/02/MAR-17 with latest amendments if
any is sufficient for participation and supply
against this tender.Kindly confirm.
Refer Corrigendum
48 2 2. TECHNICAL
SPECIFICATION - PACKAGE B,
C & D
I. Aerial and Underground Cable
3. Underground (OFC Cable): 96
pair ADSS on power lines: As
per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
4. Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
1. Underground and ADSS are
contradictory. We hope that it is
Underground only. Kindly Confirm.
2. We believe description of 96 Pair and
144 Pair means 96F and 144F respectively.
Kindly confirm.
3. 96F Ribbon type cable is tender based
GR. Accordingly any tender based TSEC of
96F Ribbon type will suffice for participation
and supply in this tender. Kindly confirm.
4. BoQ is not having any quantity 144F.
Please confirm requirement of 144F in
BoQ.
Refer Corrigendum
43
Annexure
A
1.5 GP Type I/ Multicast: 4k
As per TN-Fiber architecture, GP-1 Routers
are going to be access routers. Multicast
services like IPTV, E-education,
Telemedicine are not going to consume
max 1 route/multicast service. Moreover,
all new applications like internet TV (Netflix,
Prime Video), interactive gaming, YouTube,
real-time video streaming, etc. run on
unicast based services. Hence, IPv4 and
MAC scale for GP-1 should be higher
infact.
4K mulitcast routes scale request on GP-1
is very high and would push OEMs to quote
a bigger box which will increase the overall
cost of project. We therefore request you
to kindly change to following:
GP Type 1/ Multicast: 1K
Tender clasue remains the same
43
Annexure
A
1.5 GP Type I/ PseudoWire: 2K
As per TN-Fiber architecture, GP-1 Routers
are going to be access routers. Hence one
pseudowire per service is required.
2K PW scale request on GP-1 is very high
and would push OEMs to quote a bigger
box which will increase the overall cost of
project. We therefore request you to kindly
change to following:
GP Type 1/ Pseudowire: 512
Tender clasue remains the same
43
Annexure
A
1.5 GP Type I/ MAC: 15k
GP Type 1 router is going to host multiple
L2 services like GPON, WiFi etc.
Moreover, MAC scale must be inline with
IPv4 route requirement which is 20K. We
therefore request you to kindly change to
following:
GP Type 1/ MAC:20K
Tender clasue remains the same
41
Annexure
A
1.5
Block Router: The Router should
be Standalone / modular and 19"
rack mountable
As per TN-Fiber network architecture,
mutiple GPs are going to be connected on
uplink Block routers for connectivity with
critical services/networks like SWAN, NOC,
Internet, Future CORE etc.
Block Routers are going to act as PE in the
network and should have max uptime.
Hence, we would recommend following
changes:
Block Router should be modular and
should have redundant controller and
19" rack mountable.
Tender clasue remains the same
43
Annexure
A
1.5GP Type II/ IPv4:10k/ IPv6:2k/
PW: 512/ RSVP TE: 512
GP Type-II is a spur router which is
configured as stub and just needs few
IPv4/ IPv4 Routes as infact only default
route will always configured towards the
uplink router.
Requesting such high IP scale will push
OEMs to position higher configuration
boxes (Qty of Spur route is approx
5900),which will escalate the overall project
cost.
We recommend to change the scale of GP
II router as per below:
IPv4: 400/ IPv6: 400 /PW: 100 / RSVP TE:
100
Tender clasue remains the same
43
Annexure
A
1.5 GP Type II: Wire Speed: 10Gbps
As GP Type II will be a spur router and will
be connected to uplink over 1Gbps Fiber
Link, hence wire speed on all ports will not
be needed. We recommened to change
this as per following to optimise overall cost
of the project
GP Type II: Wire Speed: 8Gbps
Tender clasue remains the same
42
Annexure
A
1.5 Block Router: 100GO (2,0)
As per TN-Fiber network architecture,
Block routers are going to get connected
using 100G ports on east and west side.
And in future, block routers are also going
to be connected to either TN-Fiber own
core network or on leased bw from SPs (to
connect to critical networks like NOC,
Internet router at DC, etc).
Only 2 x 100G ports will only meet current
block-block connectivity. And for uplink
additional 2 x 100G ports are required.
Hence, we would recommend following
changes:
Block Router: 100GO (2,2)
Tender clasue remains the same
14
Annexure
A
1.1.4 BRAS and CGNAT
Please clarify this feature is required on
NOC Router or Internet Router, as per
solution this will be required on either one
of them.
Hence, we would recommend following
changes:
BRAS and CGNAT on Internet Router
Tender clasue remains the same
15
Annexure
A
1.1.4.1Router Specifications Wire
Speed (Internet Router)
Internet Router throughput requirement is
not mentioned. Considering TN-Fiber
architecture and services, we would
recommend:
We suggest Internet & NOC Router
functionality can be combined into NOC
Router. This will save overall project
cost.
Tender clasue remains the same
15
Annexure
A
1.1.4.2Router Ports Specifications
(Internet Router)
Internet Router interface requirement is not
mentioned.
We suggest Internet & NOC Router
functionality can be combined into NOC
Router. This will save overall project
cost.Tender clasue remains the same
16
Annexure
A
1.1.5 Core Switch
1.1.5 Section doesn't have Throughput and
Interface Requirement of Core Switch,
Please clarify if section 1.1.7 (Ports &
Performance Requirement) on page 19 is
the scaling numbers of Core Switch.
Incase 1.1.7 table is refering to Core Switch
Ports & Performance Requirement it is on
much higher side considering core switch
function.
All the services are going to terminate
either on NOC Router or Block Router.
Core Switch is just going to be used for
termination to different network elements.
Hence, we recommend following changes:
IPv4: 350K IPv6: 150K Multicast: 10K,
MAC: 250K
Tender clasue remains the same
BoQBoQ_180910
.xlsInternet Router
Internet Router Specification which is
mentioned in Annexure-A doesn't have any
Qty in BoQ.
We suggest Internet & NOC Router
functionality can be combined into NOC
Router. This will save overall project
cost.
Tender clasue remains the same
53
Annexure
A
2.5 Carrier Ethernet Switch
Carrier Ethernet Switch specifications are
given in clause 2.5 but the requirement is
not mentioned in BoQ or otherwise, Please
clarify if this is in addition to GP routers.
Refer corrigendum
Inclusion NA NA
Is there any brownfield network and
services available? Or it is a complete
greenfield deployment?Complete Greenfield network
Inclusion NA NA
A sample network and OSS architecture
would be required to understand Customer
expectations?Tender clasue remains the same
Inclusion NA NA
OSS is required as Active-Active Single
site HA with or without GR?Tender clasue remains the same
Inclusion NA NA
Details regarding expected service order
volumes per service per day and peak
hour?Tender clasue remains the same
Inclusion NA NA
Any virtualized network/service in scope or
complete network/service would be
physical?Tender clasue remains the same
Inclusion NA NAAlarm volumes per day across
domains/vendors? Tender clasue remains the same
Inclusion NA NA
Expected performance counters and KPI’s
to be monitored?Tender clasue remains the same
Inclusion NA NA
Only Network level KPI’s or service level
KPI’s in scope?Tender clasue remains the same
48 Annexure-A
2. TECHNICAL
SPECIFICATION - PACKAGE
B, C & D
1. Aerial OF Cable (ADSS
Cable): 24 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
2. Aerial OF Cable (ADSS
Cable): 48 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
3. Underground (OFC Cable): 96
pair ADSS on power lines: As
per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
4. Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
We understand that the number of fibers in
OFC referred under Technical
Specifications as "Pair" shall be read as
"Core" as given below:
1. Aerial OF Cable (ADSS Cable): 24 core
ADSS on power lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17 with
latest amendments if any. (Type 2A)
2. Aerial OF Cable (ADSS Cable): 48 core
ADSS on power lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17 with
latest amendments if any. (Type 2A)
3. Underground (OFC Cable): 96 core
Ribbon: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17 with
latest amendments if any.
4. Underground (OFC Cable): 144 core
Ribbon: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17 with
latest amendments if any.
Further, we request you to kindly consider
TSEC approvals (of OFCs) given specific
to other BharatNet Projects as well. Also,
the BSNL's QF103 (i.e application under
process) of OEMs may please be
accepted.
Refer Corrigendum
48 Annexure-A
TECHNICAL SPECIFICATION -
PACKAGE B, C & D
Note: All the materials as above
have to be TSEC/Type approved
by BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
We request you to consider OEMs, who
have no TSEC certificate but have applied
for TSEC/type approval & got BSNL 's
QF103, also as eligible against this tender.
Refer Corrigendum
49Annexure-A,
2.1.1
24F Rack Mountable FDMS :
19-inch Rack Mountable, 1U
height, with 1 nos of 12F Splicing
Trays, each preloaded with 12
Nos. single fibre pigtails of
0.9mm SCAPC/SCPC
connectorized and 1.5 meters in
length & 12 Nos. of
SCAPC/SCPC Adaptors. The
pigtails shall be color coded for
easy identification
Specification says 1U Height 19”inch rack
mountable loaded with 1 Nos of 12F
Splicing trays, where as it should be with
minimum 2 Nos of splicing trays. Kindly
confirm
As per TSEC and BBNL engineering
instruction Annexure B
49Annexure-A,
2.1.2
2.1 24F Rack Mountable
FDMS :
Type of Fibre - Individual Fibre
Specification says it is “Individual Fibre”
where as TEC GR requirement is given
with Ribbon Type. Please clarify. As per TSEC and BBNL engineering
instruction Annexure B
49Annexure-A,
2.2.1
2.2 48 F Rack Mountable
FDMS :
19-inch Rack Mountable, 2U
height , with 1 nos of 12F
Splicing Trays, each preloaded
with 12 Nos. single fibre pigtails
of 0.9mm SCAPC/SCPC
connectorized and 1.5 meters in
length & 12 Nos. of
SCAPC/SCPC Adaptors. The
pigtails shall be color coded for
easy identification
Specification says 2U Height 19”inch rack
mountable loaded with 1 Nos of 12F
Splicing trays, where as it should be with
minimum 4 Nos of Splicing trays. Kindly
confirm
As per TSEC and BBNL engineering
instruction Annexure B
50Annexure-A,
2.2.22.2 48 F Rack Mountable
FDMS :
Type of Fibre - Individual Fibre
Specification says it is “Individual Fibre”
where as TEC GR requirement is given
with Ribbon Type. Please clarify.Tender clause remains the same
61Annexure-A,
2.7.2
Block Location - Modular
Network Rack (42 U):
2. General - Floor mount Rack –
42 U with heavy duty extruded
Aluminum Frame for rigidity. Top
cover with FHU provision. Top &
Bottom cover with cable entry
gland plates. Heavy Duty Top
and Bottom frame of MS. Two
pairs of 19” mounting angles with
‘U’ marking. Depth support
channels - pairs
1. The number of Depth Support Channel
Pairs required is not mentioned - Request
you to kindly confirm the same.
2. Specification shared for the Modular
Network Rack is not as per TEC GR.
Hence, TEC Certificate against the same
may not possible to be submitted. Kindly
clarify whether our understanding is in
order.
1. The number of depth of supporting channels
to be considered as per the design
requirement.
2. As per RfP
61Annexure-A,
2.8.2
Gram Panchayat Type 1 -
Modular Network Rack (27 U):
2. General: Floor mount Rack –
27 U with heavy duty extruded
Aluminum Frame for rigidity. Top
cover with FHU provision. Top &
Bottom cover with cable entry
gland plates. Heavy Duty Top
and Bottom frame of MS. Two
pairs of 19” mounting angles with
‘U’ marking. Depth support
channels - pairs
1. The number of Depth Support Channel
Pairs required is not mentioned - Request
you to kindly confirm the same.
2. Specification shared for the Modular
Network Rack is not as per TEC GR.
Hence, TEC Certificate against the same
may not possible to be submitted. Kindly
clarify whether our understanding is in
order.
1. The number of depth of supporting channels
to be considered as per the design
requirement.
2. As per RfP
62Annexure-A,
2.9
Gram Panchayat Type 2- 9U
RACK (Wall Mount) :
Specification shared for the 9U Rack is not
as per TEC GR. Hence, TEC Certificate
against the same may not possible to be
submitted. Kindly clarify whether our
understanding is in order.
As per RfP
29Annexure-B
12
12. Joint Enclosure and
Splicing:
Features: Standard fibre count
24 F. Universal type i.e. suitable
for all type of cable (ADSS OFC,
Armoured and metal free cable).
Provide scope for straight /
branch joints. Resistant to
chemicals and corrosive
atmosphere. Easy re-entry and
closing with mechanical plastic
clamp. Shall be water and air
proof. Ribs on the body for extra
strength. 6 Cable entry port & 1
oval port. Suitable for cable size
upto-30mm. Mounting Bracket
for erecting on pole vertically
straight. Dome type.
Dimensions: Length-395mm
±5%. Outer diameter-273mm
±5%
As per Clause III at Page No. 48 of
Annexure A of RFP, Technical
Specifications (TEC GR)) against Splice
Closure for Optical Fibre Cable shall be
as per TEC GR No.
TEC/GR/TX/OJC002/03/APR-2010, which
will have 4 cable entry ports & 1 oval
port as against "6 Cable entry ports & 1
oval port" required in Annexure-B. Please
clarify.
Tender clasue remain the same
41 D (1.5(12))
Operating Temperature 0 to
+65 degrees, Relative
Humidity: 10% to 90% non-
condensing.
Normally, the operating temperature
for telecom products are up to 55C. All
UPS operating temperature asked is
40C in tender. Also as checked,
Tamilnadu maximum temperature is
45C. Request to relax the operating
temperature requirement 0 to 55C.
Refer Corrigendum
10 B (m)All IP MPLS routers shall be
from same OEM
NOC router and core switch
requirements are very high end.
Request to keep NOC router and
switch to be supplied from different
OEM than for GP and Block routers.
We will ensure the interworking of all
OEM products
Bidder to propsoe the PDUs with required
number and type of sockets as per the
requirement in each rack.
13 1.1.4(7)
The Router should support
optics for 100G, 10G, 1G
interfaces; should provide
maximum distance of at least
70 KMs for 100G and 10G, 2
to 10 KMs for 1G without any
additional regenerators.
Routers should support
coherent DWDM with
flexible grid support / OTN.
Request to confirm whether can use
external DWDM device to meet the
requirements
As per RfP
9 1.1.2 (6)2 NOC routers operating in
High Availability mode
As per BoM, we need to supply 2 NOC
routers. Please confirm that these two
NOC routers would work in 1+1 HA, or
we need to supply total of 4, each in
1+1 configuration
Bidder to propsoe the PDUs with required
number and type of sockets as per the
requirement in each rack.
13 1.1.4(7)
The Router should support
optics for 100G, 10G, 1G
interfaces; should provide
maximum distance of at least
70 KMs for 100G and 10G, 2
to 10 KMs for 1G without any
additional regenerators.
Routers should support
coherent DWDM with
flexible grid support / OTN.
As we understand colored SFP can be
used and directly interface with
DWDM equipment to meet this
requirement. Request to confirm if our
understanding is correct.
As per RfP
15 1.1.4.3
As we understand the RSVP-TE
capacity is asking for the NOC and
Internet router is very high. Request to
reduce the capacity requirement to 4K
instead of 16K.The number of depth of supporting
channel pairs to be considered as per the
design requirement.
19 1.1.7
As we understand the 1Milion MAC
capacity for core switch is very high
capacity so request to reduce the MAC
capacity of core switch from 1 Mil to
atleast 750K to provide cost effective
solutionThe number of depth of supporting
channel pairs to be considered as per the
design requirement.
17 1.1.6(9)Memory – at least 16GB orhigher and 100GB storage.
Request to confirm whether an
external storage is OK to meet the
requirementAs per RfP
18 1.1.6(11)4 x 100 Gig Ports and 8 x10G PortsFeatures
As we understand 100G ports are not
essentially required for firewall so
request to remove the 100G
requirement to provide a cost
effective solution
As per RfP
141.1.4 (19
and 20)
The Router should support
an Architecture for Network
Management using NETCONF
and YANG models.
The Router should have
standards based PCE and
PCEP protocols as per RFC
5440 to provide SDN
capabilities to the network
Please confirm the OEM of SDN
controller as deployed in the network
with which product needs to do
interop for management
Refer Corrigendum
16 1.1.5 (6)
The switch shall support
following type of interfaces –
100GE, 40GE, 10GE, 1 Gig
interfaces.
Normally, 40GE is Data centre
interface requirement. Request to
relax the requirement to support the
same.
Refer Corrigendum
49 2.1 Rack Mountable FDMS:
Please confirm if we can supply TEC
GR/FDM-01/02 APR 2007 complied
product or product need to have TEC
certification. Joint closures shall be used for both straight
and branch joints
128 5.7 (j) (1)
As per initial GIS survey, 44
Gram Panchayat locations
were identified for
connectivity by Radio.
As we understand that we need to
consider PtoP link for 44 sites (means
88 radios) in our proposal. Please
confirm if our understanding is correct
Refer Corrigendum
39
Section III -
General
Conditions
of the
Contract
and Service
Level
Agreement.
Clause no
3..9.11.B
All the OEMs that Bidder
proposes should have Dealer
possession licenses
1. This clause is not applicable as Dealer
possession licenses (DPL) is applicable
for Import of Radio/RF equipments.
Please accept.
2. Please clarify that Dealer possession
licenses is required for which SOR item.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.
TECHNICAL SPECIFICATION -
PACKAGE B, C & D
We undestand that either bidder shall
quote the product with valid TSEC as on
date of bid submission or have applied
for TSEC in BSNL QA against the said
GR. However, such bidder shall submit
the TSEC at the time of acceptance of
APO to Purchaser. Please confirm.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.
3.Underground (OFC Cable):
96 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
1. It is mentioned TEC GR
No.TEC/GR/TX/OFC-022/02/MAR-17
with latest amendments if any, only for
48F & 24F ADSS Type 2A,We
understand that this is the typoerror.
kindly mentioned Underground 96F
Ribbon as per BSNL Tender No.
CA/MMT/NOFN/selection of PIA/T-
610/2017 issued on 29.12.2017.
Kindly Confirm.
2. Please provide the printing details
to be printed on OFC.
3. We understand that MSI/SI can
supply short length also as per the
requirement. Please confirm.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.
4.Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
This tender asked only 3 type of OFC i.e
24F ADSS(Type-2A),48F ADSS(Type-
2A) & 96F Ribbon type.
Request to delete this clause from
RFP.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
Note.
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval procedure
of BBNL for which TEC GR not
there.
It is evident from the RFP that the
Bidder has to submit valid TSEC
approval certifcate of the OEM of
respective proudcts on the date of
submission of bid for items mentioned
at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03
and 4.05 of BoQ. Pls confirm whether
valid TSEC approval certificate by the
respective OEM has to be submitted by
the lead bidder on the date of
submission of bids.
Tender clasue remain the same
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
Note.
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval procedure
of BBNL for which TEC GR not
there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a
must for equitable comparison and
uniform supplies. To meet this
objective in tenders of BBNL made it
obligatory and imperative to procure
only UL Listed Server and Network
racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can be
furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
Note.
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval procedure
of BBNL for which TEC GR not
there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching type
with necessary framework to prevent
dust and insects as per site window size
(1200 mm*1300 mm). We request to
issue some detailed speciafiactions and
QAP- so as to have a unifom supplies
from various suppliers.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
5
Below mentioned accessories
for Aerial Cable (Wedge Type)
–
(As per TEC GR No.
TEC/GR/TX/OAF-
001/03/MAR-17) with latest
amendments if any.
1. Formed OFC Dead End &
Termination Fittings @ 5 per
Km (Wedge Type)
2. OFC Suspension Fittings @
12 per Km (Wedge Type)
3. De-mountable pulley @ 1
per 10 Km
4. Adjustable Cable Storage
Bracket @ 3 per Km (One loop
bracket 1.5m stainless steel
strap & 2 nos buckles) Wedge
Type - Type 3
Please clarify the cable size of Aerial
cable for the Wedge type.
Refer Corrigendum
49 ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.1
1U 24F Rack Mountable 1x12F
splicing trays
But for accommodating 24F, Rack
Mountable should have 2x12F Splicing
trays
Kindly confirm
Refer Corrigendum
49 ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.2
2U 48F Rack Mountable 1x12F
Splicing trays
But for accommodating 48F, Rack
Mountable should have 4x12F Splicing
trays
Kindly confirm
Refer Corrigendum
61 ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.7
42U Rack Mountable network
Rack dimensions : 800x1000
As per TEC GR Rack dimensions are
900x400/600mm. Please clarify
TEC GR not required for RACK
61
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.8
27U Rack Mountable network
Rack 800x1000
This product is not in any of TEC GR. So
there wont be any TEC certificate.
Kindly confirm acceptance
TEC GR not required for RACK
62
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.10
Mesh type filters. Stainless
steel perforated sheet with 4
mm hole diameter with fine
holes punching type with
necessary framework to
prevent dust and insects as
per site window size (1200
mm*1300 mm). In each PoP
two mesh type filters to be
installed at two to maintain
the Ambient temperature and
remaining two windows must
be closed.
Since, The Product has to prevent
"Dust" as well - We strongly
recommend usage of G3 Filters along
with SS perfortated structure. Please
confirm.
Tender clause remains the same
62
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.9
9U Rack Wall Mountable
600x500mm
This product is not in any of TEC GR. So
there wont be any TEC certificate.
Kindly confirm acceptance.
TEC GR not required for RACK
2
Annexure B
Engineering
Instruction
1.4.1 PLB
HDPE Duct
PLB HDPE Duct shall be as per
latest TEC GR No.
TEC/GR/TX/CDS-
008/03/MAR-
11 with latest Amendments. It
is silent on supply length of
ducts
1. Please clarify if the duct is to be
suppied in 500 mtrs +/-10% supply
length ( which is better for handling) or
in 1000 mtrs +/- 10%.
2. Please provide the printing details to
be print on Duct.
As per BBNL engineering instruction
29
Annexure B
Engineering
Instruction
12 Joint
Closure &
Splicing
Features: Standard fibre count
24 F. Universal type i.e.
suitable for all type of cable
(ADSS OFC, Armoured and
metal free cable). Provide
scope for straight / branch
joints. Resistant to chemicals
and corrosive atmosphere.
Easy re-entry and closing with
mechanical plastic clamp.
Shall be water and air proof.
Ribs on the body for extra
strength. 6 Cable entry port &
1 oval port. Suitable for cable
size upto-30mm. Mounting
Bracket for erecting on pole
vertically straight. Dome type.
Dimensions: Length-395mm
±5%. Outer diameter-273mm
±5%
This clause contradicts with clause III at
Page 48 of Annexure A of RFP :
(Technical Specifications (TEC GR))
wherein it states that Splice Closure
for Optical Fibre Cable as per TEC GR
No. TEC/GR/TX/OJC002/03/APR-2010.
We would request you to kindly
confirm whether the Straight Joint
Closure/Branch Joint Closure can be
supplied under TEC GR No.
TEC/GR/TX/OJC-002/03/APR-2010
with latest amendments.
Joint closures shall be used for both straight
and branch joints
29
Annexure B
Engineering
Instruction
12 Joint
Closure &
Splicing
Joint Closure (OJC)
1.Dimension shared is L =
395mm ; Outer diameter :
273mm
But as per TEC GR dimensions of the
product is L = 550mm ; Outer diameter
: 178mm(dome). Kindly clarify.
As per BBNL engineering instruction
29
Annexure B
Engineering
Instruction
12 Joint
Closure &
Splicing
For OJC, tender is asked for
Cable entry round 6 No’s & 1
Oval Port
where as TEC GR is with 4x round ports
& 1x Oval Port. Kindly Clarify
As per BBNL engineering instruction
29
Annexure B
Engineering
Instruction
12 Joint
Closure &
Splicing
General
There is NO detailed specified in the
tender OJC regarding straight or Branch
Joint Closure.
Kindly ClarifyAs per BBNL engineering instruction
36
Annexure B
Engineering
Instruction
22
GUIDELINE
FOR
INSTALLAT
ION OF
ADSS
AERIAL
OPTICAL
FIBRE
CABLE
1) Scope
This document is intended to
provide guidelines for
selection of appropriate
methodology for aerial
installation of ADSS optical
Fibre Cable on Existing
Electrical Poles of
440/220/132/33/11 KV Lines
and LT lines as per the route
map and network design.
As per GR aerial ADSS OFC shall be as
per TEC/GR/TX/OFC-022/02/MAR-17
which is limited to 33/11 KV with
spacing between OFC & power
conductor more than 1.5 meter. So
requesting to change the guidelines for
installation up to 33 KV only.
As per BBNL engineering instruction
48 Annex AI.
1. 24 pair ADSS on powerlines: As per TEC GR No.TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments if any. (Type2A)
Tender requires both 24 & 48FADSS OFC. In case OFCmanufacturer has TSEC for highercount , for the purpose of biddingthe same shall suffice at thebidding stage.Please confirm.
Tender clasue remains the same
48 Annex AI.
3. Underground (OFCCable) : 96 pair ADSS onpower lines: As per TECGR No. TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments if any. (Type2A)
We feel there is a TypographicalError and this should be rectifiedas "Underground (OFC cable): 96F Metal Free Ribbon Optical FibreCable with double HDPE Sheath(G.652D Fibre) as per BSNLTender No. CA/NOFN/OFC/T-609/2017 dated 15.12.2017"
Refer Corrigendum
48 Annex AIII.
GR No. TEC/GR/TX/ORM-01/04 SEP.09Specification for RawMaterial used inManufacturing of Cables
Specification for Raw Material usedin Manufacturing of Cablesmentioned in the tender is old andhas been superseded by new GRTEC/GR/TX/ORM-001/05 DEC-17.Please amend the sameaccordingly.
Tender clasue remains the same
84 4.15 Form16
Manufacturer’sAuthorization Format(MAF) /OFC OEM
We understand that theManufacturer's Authorisation Formis required only for Optical FibreCables. Please confirm.
Refer Corrigendum
84 4.15 Form16
Manufacturer’sAuthorization Format(MAF) /OFC OEM (Tosubmitted during beforeimplementation by SI)
To ensure completeness of the bidand avoid any default post tenderand/or after award of work, in allother BharatNet Tenders the MAFwas required to be submitted alongwith the bid. We feel on the samelines MAF for supply items shouldbe submitted by the bidder alongwith its' bid only. Please confirm.
Refer Corrigendum
48 2 2. TECHNICAL SPECIFICATION -
PACKAGE B, C & D
I. Aerial and Underground Cable
1. Aerial OF Cable (ADSS Cable):
24 pair ADSS on power lines: As
per TEC GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any. (Type 2A)
2. Aerial OF Cable (ADSS Cable):
48 pair ADSS on power lines: As
per TEC GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any. (Type 2A)
1. We believe description of 24 Pair and
48 Pair means 24F and 48F respectively.
Kindly confirm.
2. We understand that in all three
packages (B,C & D) Optical fibre cable of
24F & 48F ADSS TYPE- 2A OF cable is
required. Kindly note that 24F & 48F ADSS
Type 2A are covered under TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17 with
latest amendments if any. (Type 2A). For
24F & 48F ADSS Type 2A, TSEC / QF-103
as per above GR No TEC/GR/TX/OFC-
022/02/MAR-17 with latest amendments
if any is sufficient for participation and
supply against this tender.Kindly confirm.
Refer Corrigendum
48 2 2. TECHNICAL SPECIFICATION -
PACKAGE B, C & D
I. Aerial and Underground Cable
3. Underground (OFC Cable): 96
pair ADSS on power lines: As per
TEC GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
4. Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
1. Underground and ADSS are
contradictory. We hope that it is
Underground only. Kindly Confirm.
2. We believe description of 96 Pair and
144 Pair means 96F and 144F respectively.
Kindly confirm.
3. 96F Ribbon type cable is tender based
GR. Accordingly any tender based TSEC of
96F Ribbon type will suffice for
participation and supply in this tender.
Kindly confirm. 4. BoQ is not
having any quantity 144F. Please confirm
requirement of 144F in BoQ.
Refer Corrigendum
74 4.8 TL-9000 Certification We understand that TL-9000 certification
for OFC manufacturer against this tender
however if SI is bidding as a consortium of
2 members in this tender, TL certification
for either of consortium member is
acceptable. Kindly confirm.
Refer Corrigendum
106 5.6 Others We kindly request you to exclude BBNL /
BSNL as an inspecting agency and appoint
any Third Party Agency (TPA) so as to
complete project in desired timeline as
followed by various other states. Kindly
confirm.
Tender clasue remain the same
6 BOQ_18091
0.xls
Accessories Kindly provide specification / relevant
standards for all the accessories
mentioned in BoQ clause no.6.
accessories.
Tender clasue remains the same
10 Annexure-B Arial optical fiber specification;
Under this ten sub clauses
Clarify that ; Under this ten sub clauses are
indicated that Arial Drop Optic Fiber Cable
with Installation Accessories ( For Last
Mile Applications) TEC GR No.
TEC/GR/TX/OFC-024/01/MAR-15 OR
Power Line ADSS TYPE 2A TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-17
Tender clause remains the same
17 Annexure-B Cable Length is 2 KM + 10 % Cable is OK but require to take short
length above 500-1799 Meter with 10 %
of order quantity.Refer Corrigendum
2.7 Annexure-
A –
Technical
Specificatio
ns (TEC
GRs)
Block Location - Modular
Network Rack (42 U). 2.
Depth support channels -
pairs
The number of pairs is not mentioned -
We presume it is 5 pairs . Pls confirm
Refer Corrigendum
2.8 Annexure-
A –
Technical
Specificatio
ns (TEC
GRs)
Gram Panchayat Type 1 -
Modular Network Rack (27
U): 2. Depth support
channels - pairs
The number of pairs is not mentioned -
We presume it is 3 pairs . Pls confirm
Refer Corrigendum
2.10 Annexure-
A –
Technical
Specificatio
ns (TEC
GRs)
Mesh type filters. Stainless
steel perforated sheet with 4
mm hole diameter with fine
holes punching type with
necessary framework to
prevent dust and insects as
per site window size (1200
mm*1300 mm). In each PoP
two mesh type filters to be
installed at two to maintain
the Ambient temperature
and remaining two windows
must be closed.
Since, The Product has to prevent
"Dust" as well - We strongly
recommend usage of G3 Filters along
with SS perfortated structure. Please
confirm.
Refer Corrigendum
12 Annexure-B
–
Engineerin
g
Instructions
For Under
Ground
Optical
Fibre Cable
Laying
Works
Features: Standard fibre
count 24 F. Universal type i.e.
suitable for all type of cable
(ADSS OFC, Armoured and
metal free cable). Provide
scope for straight / branch
joints. Resistant to chemicals
and corrosive atmosphere.
Easy re-entry and closing
with mechanical plastic
clamp. Shall be water and air
proof. Ribs on the body for
extra strength. 6 Cable entry
port & 1 oval port. Suitable
for cable size upto-30mm.
Mounting Bracket for
erecting on pole vertically
straight. Dome type.
Dimensions: Length-395mm
±5%. Outer diameter-273mm
±5%
This clause contradicts with clause III
at Page 48 of Annexure A of RFP :
(Technical Specifications (TEC GR))
wherein it states that Splice Closure
for Optical Fibre Cable as per TEC GR
No. TEC/GR/TX/OJC002/03/APR-2010.
We would request you to kindly
confirm whether the Straight Joint
Closure/Branch Joint Closure can be
supplied under TEC GR No.
TEC/GR/TX/OJC-002/03/APR-2010
with latest amendments.
As per BBNL engineering instruction
48 Annexure-
A –
Technical
Specificatio
ns (TEC
GRs)
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR
or as per the approval
procedure of BBNL for which
TEC GR not there.
It is evident from the RFP that the
Bidder has to submit valid TSEC
approval certifcate of the OEM of
respective proudcts on the date of
submission of bid for items mentioned
at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03
and 4.05 of BoQ. Pls confirm whether
valid TSEC approval certificate by the
respective OEM has to be submitted
by the lead bidder on the date of
submission of bids.
Refer Corrigendum
48 Annexure-
A –
Technical
Specificatio
ns (TEC
GRs)
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR
or as per the approval
procedure of BBNL for which
TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a
must for equitable comparison and
uniform supplies. To meet this
objective in tenders of BBNL made it
obligatory and imperative to procure
only UL Listed Server and Network
racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can
be furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
TEC GR not required for RACK
48 Annexure-
A –
Technical
Specificatio
ns (TEC
GRs)
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR
or as per the approval
procedure of BBNL for which
TEC GR not there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching
type with necessary framework to
prevent dust and insects as per site
window size (1200 mm*1300 mm). We
request to issue some detailed
speciafiactions and QAP- so as to
have a unifom supplies from various
suppliers.
Tender clause remains the same
4.1.5-
Form 16-
MAF
NIT/TANFI
NET/001/
PACKAGE-
B,C & D
MAF/OFC OEM- (To
submitted during before
implementation by SI
MAF by respective OEMs needs to be
submitted along with bid submission
or later during implementation?
Please confirm.
Refer Corrigendum
4.1.5-
Form 16-
MAF
NIT/TANFI
NET/001/
PACKAGE-
B,C & D
MAF/OFC OEM- (To
submitted during before
implementation by SI
MAF needs to be submitted Only for
OFC or other BoQ items also. Please
confirm.
MAF for all components
4.1.5-
Form 16-
MAF
NIT/TANFI
NET/001/
PACKAGE-
B,C & D
MAF/OFC OEM- (To
submitted during before
implementation by SI
Does the Lead Bidder need to submit
MAF for 42 U ; 27 U and 9 U Racks?
Please confirm.
MAF for all components
4.1.5-
Form 16-
MAF
NIT/TANFI
NET/001/
PACKAGE-
B,C & D
MAF/OFC OEM- (To
submitted during before
implementation by SI
Does the Lead Bidder need to submit
MAF for Window Mesh as well ?
Please confirm.
Not required
9 Definitions
Type 1- GP - Gram Panchayat
with population greater than
8000
Type 2 -GP - Gram Panchayat
with population less than 2300
Please arrange to clarify the demarcation
of type of GP for population more than
2300 and lesser than 8000 and it's
technical/commercial implications, if any.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D
I. Aerial and Underground Cable
1. Aerial OF Cable (ADSS
Cable): 24 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
2. Aerial OF Cable (ADSS
Cable): 48 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
3. Underground (OFC Cable):
96 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
4. Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
Kindly arrange to clarify that in case any
of the quoted material does not have TAC/
TSEC then it should be applied for TSEC
to Quality Assurance Circle, BSNL,
Bengaluru or to TEC, New Delhi for the
model against the technical specifications,
at least one day before the actual date of
technical bid opening. The registration
number allotted for the TSEC purpose by
Quality Assurance Circle, BSNL,
Bengaluru or for TAC purpose by TEC,
New Delhi shall be submitted along with
the bid. However, only type approved
products as per above specifications shall
be accepted which shall have to be
obtained before issuing Notification of
Award by the Employer.
Bidder who has obtained QF 103 for a
product having same specification for
other tender or holds TSEC / TAC issued
in last 3 years is valid for eligibility to bid/
participate. But for supply, he shall obtain
valid TSEC as specified in the tender.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
It is evident from the RFP that the Bidder
has to submit valid TSEC approval
certifcate of the OEM of respective
proudcts on the date of submission of bid
for items mentioned at S. No.3.06, 3.07,
3.08, 4.01, 4.02, 4.03 and 4.05 of BoQ.
Pls confirm whether valid TSEC approval
certificate by the respective OEM has to
be submitted by the lead bidder on the
date of submission of bids.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these products
across various suppliers is a must for
equitable comparison and uniform
supplies. To meet this objective in tenders
of BBNL made it obligatory and
imperative to procure only UL Listed
Server and Network racks . Reference can
be taken of corrigendum no. 2 dated
26/07/2018 of APSFL Tender No.
APSFL/BBNL/73/2016 Dated: 13/07/2018
-Annexure C - Racks Speicfiactions. If
required - copy can be furnished by us .
You are hereby requested to add " UL
Listed " in the specifications of 42U ; 27
U and 9 U Racks. Please confirm.
TEC GR not required for RACK
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
Mesh type filters. Stainless steel perforated
sheet with 4 mm hole diameter with fine
holes punching type with necessary
framework to prevent dust and insects as
per site window size (1200 mm*1300
mm). We request to issue some detailed
speciafiactions and QAP- so as to have a
unifom supplies from various suppliers.
Tender clasue remains the same
49
2.1 24F
Rack
Mountable
FDMS
24F S & P Module - 19-inch
Rack Mountable, 1U height,
with 1 nos of 12F Splicing
Tray…...
Please arrange to clarify that it should be
with 2 Nos of splicing traysAs per BBNL engineering instruction
49
2.1 24F
Rack
Mountable
FDMS
Type of Fibre - Individual Fibre
As per specification it is “Individual
Fibre” where as TEC GR is with Ribbon.
Please arrange to clarify.Tender clasue remains the same
52
2.3
Technical
Specification
for Radio
Link
c.
Tower/Pole
Specification
(9 m pole
and 15 m
tower)
a. Radio Modem:
Reference: TEC/GR/R/ISM-
MOD-001/04.MAR2016
c. Tower/Pole Specification (9
m pole and 15 m tower)
Kindly arrange to clarify that Connectivity
through radio to connect a GP is under the
scope of MSI for package-A and not under
the scope of SI under package B, C & D.
Refer Corrigendum
61
2.7 Block
Location -
Modular
Network
Rack (42 U)
4. Power – Power Distribution
Unit Vertically mounted 2 nos -
06/16 Amp
Industrial socket-6 socket with
Complete hardware accessories.
PDU being critical we recommend the
specs as Power Distribution Unit (2 per
rack) - Vertically Mounted, 32AMPs with
25 Power Outputs. (20 Power outs of IEC
320 C13 Sockets & 5 Power outs of
5/13Amp Sockets), Electronically
controlled circuits for Surge & Spike
protection, LED readout for the total
current being drawn from the channel,
32AMPS MCB, 3KVAC isolated input to
Ground & Output to Ground
Bidder to propsoe the PDUs with required
number and type of sockets as per the
requirement in each rack.
61
2.7 Block
Location -
Modular
Network
Rack (42 U)
8. Fan Tray Fan Housing Unit 2
Fan position (Top Mounted) (1
no. per Rack)
FAN being critical we recommend the
specs as Fan Housing Unit 4 Fan Position
(Top Mounted) (1 no. per Rack) -
Monitored - Thermostat based - The Fans
should switch on based on the
Temperature within the rack. The
temperature setting should be factory
settable. This unit should also include -
humidity & temperature sensor
As per RfP
62
2.8 Gram
Panchayat
Type 1 -
Modular
Network
Rack (27 U)
4. Power – Power Distribution
Unit Vertically mounted 2 nos -
06/16 Amp
Industrial socket-6 socket with
Complete hardware accessories.
PDU being critical we recommend the
specs as Power Distribution Unit -
Vertically Mounted, 32AMPs with 18
Power Outputs (atleast 2 per rack). (14
Power outs of IEC 320 C13 Sockets& 4
Power outs of 5/13Amp
Sockets), Electronically controlled circuits
for Surge & Spike protection, LED readout
for the total current being drawn from the
channel, 32AMPS MCB, 3KVAC isolated
input to Ground & Output to Ground.
Bidder to propsoe the PDUs with required
number and type of sockets as per the
requirement in each rack.
62
2.8 Gram
Panchayat
Type 1 -
Modular
Network
Rack (27 U)
8. Fan Tray Fan Housing Unit 2
Fan position (Top Mounted) (1
no. per Rack)
FAN being critical we recommend the
specs as Fan Housing Unit 4 Fan Position
(Top Mounted) (1 no. per Rack) -
Monitored - Thermostat based - The Fans
should switch on based on the
Temperature within the rack. The
temperature setting should be factory
settable. This unit should also include -
humidity & temperature sensor
As per RfP
61
2.7 Block
Location -
Modular
Network
Rack (42 U)
Block Location - Modular
Network Rack (42 U). 2. Depth
support channels - pairs
The number of pairs is not mentioned -
We presume it is 5 pairs . Pls confirmThe number of depth of supporting
channel pairs to be considered as per the
design requirement.
61
2.8 Gram
Panchayat
Type 1 -
Modular
Network
Rack (27 U)
Gram Panchayat Type 1 -
Modular Network Rack (27 U):
2. Depth support channels -
pairs
The number of pairs is not mentioned -
We presume it is 3 pairs . Pls confirmThe number of depth of supporting
channel pairs to be considered as per the
design requirement.
622.10 Mesh
type filters
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes
punching type with necessary
framework to prevent dust and
insects as per site window size
(1200 mm*1300 mm). In each
PoP two mesh type filters to be
installed at two to maintain the
Ambient temperature and
remaining two windows must be
closed.
Since, The Product has to prevent "Dust"
as well - We strongly recommend usage of
G3 Filters along with SS perfortated
structure. Please confirm.
Tender clasue remains the same
53
Annexure A
- Technical
specificatio
ns - 2.5
Carrier
Ethernet
Switch
Carrier Ethernet Switch
conforming to Metro
Ethernet Forum (MEF)
standards will enable setting
up various Quality of Service
(QoS) parameters if the
bandwidth is to be
distributed among different
operators.
No qty in mentioned for these switches in
the BoQ. Pls confirm the qty required
Refer Corrigendum
49
2.1 24F
Rack
Mountable
FDMS
1U 24F Rack Mountable
1x12F splicing trays
But for accommodating 24F, Rack
Mountable should have 2x12F Splicing
traysTender clause remains the same
49
2.1 24F
Rack
Mountable
FDMS
1U 24F Rack Mountable
loaded with Indiviudal Fibre
As per TEC GR it should be loaded with
Ribbon Fibre
Tender clause remains the same
49
2.2 48 F
Rack
Mountable
FDMS
2U 48F Rack Mountable
1x12F Splicing trays
But for accommodating 48F, Rack
Mountable should have 4x12F Splicing
traysTender clause remains the same
49
2.2 48 F
Rack
Mountable
FDMS
1U 48F Rack Mountable
loaded with Indiviudal Fibre
As per TEC GR it should be loaded with
Ribbon Fibre
As per RfP
61
2.7 Block
Location -
Modular
Network
Rack (42 U)
42U Rack Mountable
network Rack dimensions :
800x1000
As per TEC GR Rack dimensions are
900x400/600mm
As per RfP
61
2.8 Gram
Panchayat
Type 1 -
Modular
Network
Rack (27 U)
27U Rack Mountable
network Rack 800x1000
This product is not in any of TEC GR. So
there wont be any TEC certificate.
Refer Corrigendum
62
2.9 Gram
Panchayat
Type 2- 9U
RACK (Wall
Mount)
9U Rack Wall Mountable
600x500mm
This product is not in any of TEC GR. So
there wont be any TEC certificate.
Refer Corrigendum
3
2.
MATERIAL
FOR
PROVIDING
ADDITIONA
L
PROTECTIO
N - d. G.I.
Pipes
G.I. pipes should be of
medium duty class having
inner diameter of 50mm and
should conform to
specifications as per IS
554/1985 (revised upto date)
IS 1989 (Part-I), 1900 Sockets
(revised up to date) & IS
1239 (Part-II) 1992 (revised
upto date).
Please arrange to provide the Nominal
Length of G.I. Pipes for necessary
estimation purpose.
As per BBNL engineering instruction
203. ALLIED
ACTIVITIES
c. Disposal of Empty Cable
Drums: The SI shall be
responsible to dispose of the
empty cable drums after laying
of the cables. The cost of
various sizes of empty cable
drums recoverable from the
TANFINET Corporation will be
fixed taking into account the
prevailing market rates.
This is to request you to arrange to
remove the cable drum recovery
clause.
As an alternative, please arrange to
provide the recovery rates, prior to
submission of tender for appropriate
assessment of cost.
Tender clause remains the same
29
12. Joint
Enclosure
and Splicing:
Features: Standard fibre count
24 F. Universal type i.e. suitable
for all type of cable (ADSS
OFC, Armoured and metal free
cable). Provide scope for
straight / branch joints.
Resistant to chemicals and
corrosive atmosphere. Easy re-
entry and closing with
mechanical plastic clamp. Shall
be water and air proof. Ribs on
the body for extra strength. 6
Cable entry port & 1 oval port.
Suitable for cable size upto-
30mm. Mounting Bracket for
erecting on pole vertically
straight. Dome type.
Dimensions: Length-395mm
±5%. Outer diameter-273mm
±5%
This clause contradicts with clause III
at Page 48 of Annexure A of RFP :
(Technical Specifications (TEC GR))
wherein it states that Splice Closure
for Optical Fibre Cable as per TEC GR
No. TEC/GR/TX/OJC002/03/APR-2010.We would request you to kindly confirm
whether the Straight Joint Closure/Branch
Joint Closure can be supplied under TEC
GR No. TEC/GR/TX/OJC-002/03/APR-
2010 with latest amendments.
As per Annexure B Engineering Instruction
2912. Joint
Enclosure
and Splicing:
Joint Closure (OJC)
1.Dimension shared is L =
395mm ; Outer diameter :
273mm
But as per TEC GR dimensions of the
product is L = 550mm ; Outer diameter
: 178mm(dome). Need Clarification
Tender clasue remains the same
2912. Joint
Enclosure
and Splicing:
For OJC, tender is asked for
Cable entry round 6 No’s & 1
Oval Port
where as TEC GR is with 4x round
ports & 1x Oval Port. Need
Clarifications Tender clasue remains the same
2912. Joint
Enclosure
and Splicing:
There is detailed specified in
the tender OJC regarding
straight or Branch Joint
Closure.
Need ClarificationsJoint closures shall be used for both straight
and branch joints
20 1.1.8 point
1
The proposed solution
should be in the leaders
quadrant by latest
FY18/19 Gartner Report
for Hyper Converged
Infrastructure.
Please change the clause
to " The proposed HCI
Server Ready Nodes, HCIServer Hypervisor software& HCI SDS software shouldbe leader inGartner/Forrester latestReport. Should be in top 5in the Gartner Quadrant."
Refer Corrigendum
20 1.1.8 Point
3
The management HCI
cluster must be configured
with at least 64 TB of
usable capacity (even after
one node failure scenario)
in the HCI cluster, after
providing for not more
than 1:1.25 data efficiency
due to compression and
de-duplication. Erasure
coding should be deployed
for cold data not
exceeding 40%. The
solution should be
provisioned with minimum
10% SSD.
1. Does the 64TB include both
management and application data?
HCI converges all the servers
together by pooling the internal
disks of the servers and presents as
a data storage pool to the
applications. Hence, do we
consider 64TB spread across 6
servers including both application
and management or we have to
consider 64 TB for only application.
2. The dedupe and compression
ratio varies for application to
application, hence we would
request that this point be removed
as it cannot be guaranteed unless
the application workload and the
block size is provided.
3. Erasure coding cannot be
performed on 3 nodes andhence this point needs to berevalidated as it contradicts thepoint of 'one' node failure. Also,EC is a very intensive processon CPU / Memory and Disks.Hence, it is recommended that Refer Corrigendum
20 1.1.8 Point
4
The proposed solution
should support all leading
Virtualization Software;
viz., VMware ESXi,
Microsoft Hyper-V, Open
KVM, and XenServer.
We would request you to please
change the clause to " The
proposed solution shouldsupport any of the leadingvirtualization software whichfalls under Gartner's MagicQuadrant such as VMwareESXi, Microsoft Hyper-V, OpenKVM, and XenServer. "
Refer Corrigendum
20 Additional
features
to be
added , for
"Hypervis
or
capabilitie
s"
Please state the Server
Hypervisor capabilities in
one point as mentioned to
the next column
Please amend the clause with
the following capabilities
"Hypervisor software shallprovide a Hypervisor layer thatsits directly on the bare metalserver hardware with nodependence on a generalpurpose OS for greater reliabilityand security. It should beIndustry Standard software andno special purpose software isallowed. "
Refer Corrigendum
20 1.1.8 Point
7
The proposed HCI solution
for both management and
application cluster should
use Erasure Coding for
cold data.
Erasure coding is a very intensive
process on CPU/ Memory and
Disks and hence it is recommended
to consider All Flash architecture
for this to be successful. Also, 3
nodes are not the ideal
architecture for running Erasure
Coding. Minimum 4 nodes are
required. Hence, We
recommend to combine the
mangement and application
cluster as one cluster and run
Erasure Coding on All Flash
disks .Thus Please change
the clasue to " Solution supportRAID 5 and RAID 6 ErasureCoding data protection on allflash node configurations."
Refer Corrigendum
20 1.1.8 Point
10
The proposed HCI solution
should be able to create
multiple logical unit
(LUN's) for storage, with
the ability to support
different policy for de-
duplication and
compression, across LUNs.
1. Modern HCI solutions donot
provision storage like LUN's. HCI
combines all the internal disks as a
storage pools and then depending
on application, the storage is
presented as a data store (VMDK)
which are managed through
Policies. Hence, we request the
term LUN not be used.
2. Deduplication & Compression
are mutually exclusive and work
best on individual data store. If the
feature is turned on across cluster,
it will unnecessary increase the
workload on CPU & Memory
during read/ write operations.
Hence, recommendation is to
either remove the term
Deduplication & Compression or
enable on data store level.
3. The feature of De-Duplication &
Compression is a intensive process
on CPU/Memory & disk. Hence, if
required, then it is recommended
that All Flash storge be considered
for the capacity layer.Refer Corrigendum
20 1.1.8 Point
11
The proposed HCI solution
must support Hybrid and
All flash nodes in same
cluster without impacting
any functionality
By this point the understanding is
such that Hybrid and All Flash
clusters can be managed from one
single console? Please clarify?
Note: Running hybrid & all Flash in
the same cluster of servers is not
best practise because there will be
a performance impact on the all
flash node which will start working
at the speed of hybrid disks.
Request you to please change
the clause to " The Proposed
HCI Ready Server nodes mustsupport Hybrid and All FlashSolution without impacting anyfunctionality"
Refer Corrigendum
20 1.1.8 Point
12
The proposed solution
must have capability to
support HCI nodes with
different models (same
OEM) / different CPU and
Memory / Disks
configurations in the same
cluster without any impact
on storage
services/functionalities.
Request the customer to consider
support multiple OEM brand HCI
nodes (compatible). The true
essence of a SDS is the capability of
running different server brands in
same cluster. Hence, this ensures
customer gets best TCO and choice
of hardware server vendor. HDD
and SSD operate at different speed
from performance stand point.
Please change the clause to "The proposed solution musthave capability to add supportcustomer choice of HCIreadynodes from multiple OEMwithout impacting theperformance and functionalitiesof HCI"
Refer Corrigendum
20 1.1.8 Point
8
The proposed solution
should independently scale
storage and compute as and
when needed without any
downtime.
This is Single OEM specifications
other OEMs will not participate .
Please change the clause to "HCI should support storageexpansion without anyvirtualization license implicationfor “only storage” expansion. "
Refer Corrigendum
20 1.1.8 Point
4
The proposed solution
should support all leading
Virtualization Software; viz.,
VMware ESXi, Microsoft
Hyper-V, Open KVM, and
XenServer. HCI solution must
support industry-leading
protocols NFS, iSCSI & SMB.
Please change the clause to "
The proposed HCI solutionshould support file services overNFS/CIFS/iSCSI/SMB and filereplication across across clusterand any additional 3rd partyapplication or OS should befactored
Refer Corrigendum
21 1.18
Additional
recommen
dation, to
be added ,
for "HCI
availability
features"
HCI Availability features Please add the following "HCI
solution should support livemigration of running virtualmachines from one physicalnode toanother with zero downtime,continuous service availability,and complete transactionintegrity transparent to users."
Refer Corrigendum
21 1.18
Additional
recommen
dation, to
be added ,
for "HCI
availability
features"
HCI Availability features Please add the following "Solution
offers active-active data center,
synchronous and asynchronous
replication solutions, including
zero RPO replication options"
Refer Corrigendum
21 1.18
Additional
recommen
dation, to
be added ,
for "HCI
availability
features"
HCI Availability features Please add the following "
Solution has the capacity to
replicate virtual machines to an
external system based on the same
hypervisor. The external system
may or may not be hyper-
converged, made by the same
manufacturer or a third party /
Meity approved cloud provider.
Refer Corrigendum
104 5.5What Process do we Have to Follow in
order to avail the Survey Report. Successful bidder duirng implementation will
be provided
107Detail about Connectivity from
TNSWAN to EB Station Successful bidder duirng implementation will
be provided
62 2.10 Mesh type filters. Stainless
steel perforated sheet with 4
mm hole diameter with fine
holes punching type with
necessary framework to
prevent dust and insects as
per site window size (1200
mm*1300 mm). In each PoP
two mesh type filters to be
installed at two to maintain
the Ambient temperature
and remaining two windows
must be closed.
Since, The Product has to prevent
"Dust" as well - We strongly
recommend usage of G3 Filters along
with SS perfortated structure. Please
confirm.
Tender clasue remians the same
29 12 Features: Standard fibre
count 24 F. Universal type i.e.
suitable for all type of cable
(ADSS OFC, Armoured and
metal free cable). Provide
scope for straight / branch
joints. Resistant to chemicals
and corrosive atmosphere.
Easy re-entry and closing
with mechanical plastic
clamp. Shall be water and air
proof. Ribs on the body for
extra strength. 6 Cable entry
port & 1 oval port. Suitable
for cable size upto-30mm.
Mounting Bracket for
erecting on pole vertically
straight. Dome type.
Dimensions: Length-395mm
±5%. Outer diameter-273mm
±5%
This clause contradicts with clause III
at Page 48 of Annexure A of RFP :
(Technical Specifications (TEC GR))
wherein it states that Splice Closure
for Optical Fibre Cable as per TEC GR
No. TEC/GR/TX/OJC002/03/APR-2010.
We would request you to kindly
confirm whether the Straight Joint
Closure/Branch Joint Closure can be
supplied under TEC GR No.
TEC/GR/TX/OJC-002/03/APR-2010
with latest amendments.
Tender clasue remians the same
Note 48 All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR
or as per the approval
procedure of BBNL for which
TEC GR not there.
It is evident from the RFP that the
Bidder has to submit valid TSEC
approval certifcate of the OEM of
respective proudcts on the date of
submission of bid for items mentioned
at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03
and 4.05 of BoQ. Pls confirm whether
valid TSEC approval certificate by the
respective OEM has to be submitted
by the lead bidder on the date of
submission of bids.
Refer Corrigendum
Note 48 All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR
or as per the approval
procedure of BBNL for which
TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a
must for equitable comparison and
uniform supplies. To meet this
objective in tenders of BBNL made it
obligatory and imperative to procure
only UL Listed Server and Network
racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can
be furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
TEC GR not required for RACK
Note 48 All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR
or as per the approval
procedure of BBNL for which
TEC GR not there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching
type with necessary framework to
prevent dust and insects as per site
window size (1200 mm*1300 mm). We
request to issue some detailed
speciafiactions and QAP- so as to
have a unifom supplies from various
suppliers.
Tender clause remains the same
4.1.5-
Form 16-
MAF
MAF/OFC OEM- (To
submitted during before
implementation by SI
MAF by respective OEMs needs to be
submitted along with bid submission
or later during implementation?
Please confirm.
Refer Corrigendum
4.1.5-
Form 16-
MAF
MAF/OFC OEM- (To
submitted during before
implementation by SI
MAF needs to be submitted Only for
OFC or other BoQ items also. Please
confirm.Refer Corrigendum
4.1.5-
Form 16-
MAF
MAF/OFC OEM- (To
submitted during before
implementation by SI
Does the Lead Bidder need to submit
MAF for 42 U ; 27 U and 9 U Racks?
Please confirm.Refer Corrigendum
4.1.5-
Form 16-
MAF
MAF/OFC OEM- (To
submitted during before
implementation by SI
Does the Lead Bidder need to submit
MAF for Window Mesh as well ?
Please confirm.Refer Corrigendum
11 1.1.3 1. 42 U Network Rack of
Dimension (800W X 1000D).
Modular cabinet Networking
Rack-42U 800W -1000D -
Block Fine Tex.
We presume that " Block " is a typo
error. It should be "Black Fine
Texture" Please confirm
Refer Corrigendum
11 1.1.3 2. Modular cabinet Honey
comb Flat Plain Door -42U -
800W-Block Fine Tex-
Assembly front and Back
door.
" Honey Comb" - is a double layered
structure with flutes in between. We
presume that the Racks here are
required to have Hexogonal
Perforations in a dense pattern on
Front Door and Rear Door . This
perforation is on a flat sheet only and
there are no layers as such .
Because the RFP is also using term
"Flat:. Please confirm
Tender clasue remain the same
11 1.1.3 26. The systems should be
Retrofitted on server racks of
different OEM rack
manufacturers
There is a quantity of 3 Racks of 42 U
height mentioned in the BoQ . Do we
need to supply Rack Access Control
Requiremnets software for Racks
already installed in TAFINET network
?
Tender clasue remains the same
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D
I. Aerial and Underground Cable
1. Aerial OF Cable (ADSS
Cable): 24 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
2. Aerial OF Cable (ADSS
Cable): 48 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
3. Underground (OFC Cable):
96 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
4. Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
Kindly arrange to clarify that in case
any of the quoted material does not
have TAC/ TSEC then it should be
applied for TSEC to Quality Assurance
Circle, BSNL, Bengaluru or to TEC,
New Delhi for the model against the
technical specifications, at least one
day before the actual date of technical
bid opening. The registration number
allotted for the TSEC purpose by
Quality Assurance Circle, BSNL,
Bengaluru or for TAC purpose by
TEC, New Delhi shall be submitted
along with the bid. However, only
type approved products as per above
specifications shall be accepted which
shall have to be obtained before
issuing Notification of Award by the
Employer.
Bidder who has obtained QF 103 for a
product having same specification for
other tender or holds TSEC / TAC
issued in last 3 years is valid for
eligibility to bid/ participate. But for
supply, he shall obtain valid TSEC as
specified in the tender.Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
It is evident from the RFP that the
Bidder has to submit valid TSEC
approval certifcate of the OEM of
respective proudcts on the date of
submission of bid for items mentioned
at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03
and 4.05 of BoQ. Pls confirm whether
valid TSEC approval certificate by the
respective OEM has to be submitted
by the lead bidder on the date of
submission of bids.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a
must for equitable comparison and
uniform supplies. To meet this
objective in tenders of BBNL made it
obligatory and imperative to procure
only UL Listed Server and Network
racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can
be furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching
type with necessary framework to
prevent dust and insects as per site
window size (1200 mm*1300 mm). We
request to issue some detailed
speciafiactions and QAP- so as to
have a unifom supplies from various
suppliers.
Refer Corrigendum
49
2.1 24F
Rack
Mountable
FDMS
24F S & P Module - 19-inch
Rack Mountable, 1U height,
with 1 nos of 12F Splicing
Tray…...
Please arrange to clarify that it should
be with 2 Nos of splicing trays
As per BBNL TSEC requirement
49
2.1 24F
Rack
Mountable
FDMS
Type of Fibre - Individual Fibre
As per specification it is “Individual
Fibre” where as TEC GR is with
Ribbon. Please arrange to clarify.
As per BBNL TSEC requirement
52
2.3
Technical
Specification
for Radio
Link
c.
Tower/Pole
Specification
(9 m pole
and 15 m
tower)
a. Radio Modem:
Reference: TEC/GR/R/ISM-
MOD-001/04.MAR2016
c. Tower/Pole Specification (9
m pole and 15 m tower)
Kindly arrange to clarify that
Connectivity through radio to connect
a GP is under the scope of MSI for
package-A and not under the scope of
SI under package B, C & D.
Refer Corrigendum
622.10 Mesh
type filters
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes
punching type with necessary
framework to prevent dust and
insects as per site window size
(1200 mm*1300 mm). In each
PoP two mesh type filters to be
installed at two to maintain the
Ambient temperature and
remaining two windows must be
closed.
Since, The Product has to prevent
"Dust" as well - We strongly
recommend usage of G3 Filters along
with SS perfortated structure. Please
confirm.
Tender clasue remains the same
14
Annexure A
- Technical
specificatio
ns - 1.1.4
NOC and
Internet
Router
Specificatio
ns
BRAS and CGNAT - Router
should be able to support
distributed BRAS
functionality with min 64K
subscribers as and when
required. Besides, the Router
should have hardware based
CGNAT capabilities with a
minimum of 10 Million
sessions, 15 Gbps of
Throughput and scalable by
100% in future. This is to be
provided in the Router with a
hardware module or as an
additional device.
CGNAT is already a part of Firewall.
Hence, request you to remove the
CGNAT functionality from the router
requirement as you can't have two
place for NAT in the network.
Revised Clause -
BRAS and CGNAT - Router should be
able to support distributed BRAS
functionality with min 64K subscribers
as and when required.
Tender clasue remains the same
19
Annexure A
- Technical
specificatio
ns - 1.1.7
Ports &
Performanc
e
Requireme
nt
Total Number of Ports
64
We understand that these ports and
performance requirements are for Core
switch as there are no ports and
performance requirement given in
1.1.5 Core switch specifications, while
clear ports and performance
requirement are mentioned in NOC
router and Firewall
Revised Clause -
Total Number of Ports required for
Core switch are - 64
Tender clasue remains the same
53
Annexure A
- Technical
specificatio
ns - 2.5
Carrier
Ethernet
Switch
Carrier Ethernet Switch
conforming to Metro
Ethernet Forum (MEF)
standards will enable setting
up various Quality of Service
(QoS) parameters if the
bandwidth is to be
distributed among different
operators.
No qty in mentioned for these
switches in the BoQ. Pls confirm the
qty required
Refer Corrigendum
49
2.1 24F
Rack
Mountable
FDMS
1U 24F Rack Mountable
1x12F splicing trays
But for accommodating 24F, Rack
Mountable should have 2x12F Splicing
trays
Tender clause remains the same
49
2.1 24F
Rack
Mountable
FDMS
1U 24F Rack Mountable
loaded with Indiviudal Fibre
As per TEC GR it should be loaded
with Ribbon Fibre
Tender clause remains the same
49
2.2 48 F
Rack
Mountable
FDMS
2U 48F Rack Mountable
1x12F Splicing trays
But for accommodating 48F, Rack
Mountable should have 4x12F Splicing
trays
Tender clause remains the same
49
2.2 48 F
Rack
Mountable
FDMS
1U 48F Rack Mountable
loaded with Indiviudal Fibre
As per TEC GR it should be loaded
with Ribbon Fibre
Tender clause remains the same
61
2.8 Gram
Panchayat
Type 1 -
Modular
Network
Rack (27 U)
27U Rack Mountable
network Rack 800x1000
This product is not in any of TEC GR.
So there wont be any TEC certificate.
TEC GR not required for RACK
62
2.9 Gram
Panchayat
Type 2- 9U
RACK (Wall
Mount)
9U Rack Wall Mountable
600x500mm
This product is not in any of TEC GR.
So there wont be any TEC certificate.
TEC GR not required for RACK
99
Package B:
Survey,
Supply,
Installation,
Commissioni
ng and
Operation &
Maintenance
of Optical
Fibre
Network
(OFN) in
Tamil Nadu
Table A Sl
No. - B.5
Supply of Manhole, Joint
chambers & Loop chamber
Please arrange to provide the technical
details details of loop chamber and
separate quantities of Manhole, Joint
Chamber & Loop chambers for all
packages.
As BBNL engineering instruction
102-103
Package B:
Survey,
Supply,
Installation,
Commissioni
ng and
Operation &
Maintenance
of Optical
Fibre
Network
(OFN) in
Tamil Nadu
Table A
D.1 - Pulling/laying / blowing of
optical Fibre Cable and PLB
pipe and at crossings(with
protection provided) (96 core
fiber), splicing, jointing,
commissioning, AT, ABD etc. -
kM - 1
E.1 - Slinging / Laying of ADSS
24 core OFC including fixing of
installation accessories and
fixtures etc., splicing, jointing,
commissioning, AT, ABD etc. -
kM - 1
E.2 - Slinging / Laying of ADSS
48 core OFC including fixing of
installation accessories and
fixtures etc., splicing, jointing,
commissioning, AT, ABD etc. -
kM - 1
Kindly arrange to clarify that rates to
be quoted against item numbers D.1,
E.1 and E.2 is only for 1 km each for
additional works if any. Please also
arrange to confirm the overall
evaluation/Contract management
process as overall BoQ does not cover
the complete installation scope and
value.
Refer Corrigendum
120
5.7.1
Package B,
C& D:
a) Survey Approach
1. The assessment for the fibre
requirement was carried out
using GIS maps by plotting the
locations of the point of
presence on the GIS maps and
identifying the best possible
route options for fibre laying as
evident from the graphical view
of the geography Tender clasue remains the same
119
5.7.1
Package B,
C& D:
Connectivity through radio to
connect a GP (depending upon
site survey only where Aerial
connectivity is not feasible)
Kindly arrange to clarify that
Connectivity through radio to connect
a GP is under the scope of MSI for
package-A and not under the scope of
SI under package B, C & D. Further,
there is no provision in price schedules
also for Radio connectivity
requirements.
Refer Corrigendum
120
5.7.1
Package B,
C& D:
i. Coordination with various
agencies like CPSU, Local
Administration, agencies
appointed by Purchaser
including TPA, PMA, BBNL
PMUs etc. for Site Access, RoW
and for end-to-end
implementation and submission
of documentations.
Please arrange to clarify that System
Integrator will coordinate with either
TANFINET or their appointed single
agency for all kind of coordination for
Site Access, RoW and for end-to-end
implementation and submission of
documentations to avoid any kind of
duplication/ambiguities.
Successful bidder duirng implementation will
be provided
134-140
5.14
Stakeholders
of the
Project &
their
Responsibilit
ies
Role of TANFINET/TPA/PMC
Successful bidder duirng implementation will
be provided
120
5.7.1
Package B,
C& D:
h. For provisioning of Radio
connectivity as per the survey
report, the SI shall undertake the
following:
I. Supply of end-to-end
equipment required to establish
the Radio link along with
fittings and associated items as
per the approved survey report.
II. End-to-End installation of the
Radio equipment,
poles/antenna, related hardware
along with the civil work that
needs to be carried out for
installation of Radio
connectivity according to survey
report.
III. Link testing (with OTDR &
Power meter, etc.) and
commissioning.
IV. All design/ pre-installation
drawings should be
implemented, to be updated as
per the actuals/ post installation.
Kindly arrange to clarify that supply
& installation works for connectivity
through Radio to connect a GP is
under the scope of MSI for package-A
and not under the scope of SI under
package B, C & D. Further, no
provisioning done for radio
equipment supply and installation in
the price schedules under package B,
C & D. Please confirm.
Refer Corrigendum
131
5.7.1
Package B,
C& D:
j) RF Mode of Connectivity
1. As per initial GIS survey, 44
Gram Panchayat locations were
identified for connectivity by
Radio. On ground, while
undertaking site survey, laying
of optical fibre cable at GP level
may not be possible due to
various reasons such as hilly or
Rocky Mountains or presence of
forest area in between GPs, or
river flowing with no bridge or
road connectivity. Hence to
provide connectivity from the
GP to GP, wireless connectivity
over RF shall be established.
The number RF connectivity
would depend on the actual
survey and subject to approval
of Purchaser.
2. GPs may form a cluster
connecting on RF to the block.
3. SI to provide appropriate
design connecting the above
scenarios with proper
accessories including earthing
for end-to-end installation of the
pole, Radio equipment along
with the civil work that needs to
be carried out for installation of
Radio connectivity Tender clasue remains the same
134-140
5.14
Stakeholders
of the
Project &
their
Responsibilit
ies
MSI
Kindly arrange to bifurcate the roles
and responsibilities of MSI and SI to
avoid any ambiguities and confusions,
considering that MSI and SI are
different agencies. This is required as
in lot of instances the work sequence
of MSI and SI are inter-dependent or
sequential in nature.
Successful bidder duirng implementation will
be provided
136 5.14
Stakeholders
of the
Project &
their
Responsibilit
ies
Strengthening of poles
Assessment of existing poles
and strengthening wherever
required
Please arrange to clarify that during
the strengthening/replacement of the
damaged poles, the existing conductor
reworks (supply & services) shall only
be in the scope of TANGEDCO/TNEB
and not in scope of SI.
Tender clasue remains the same
146
5.19 O&M
of Optical
Fibre
Infrastructur
e (SI)
b) Fault
Restoration
Services
In case of any breakdown in the
OFC network, SI shall be
responsible for obtaining
approval at his own cost from
statutory authorities like
Municipal Corporation,
Development Authorities,
RWS&S, Electricity
Department, NHAI and any
other concerned authority as
required for carrying out the
repair. Purchaser can assist in
getting permission for repair in
few cases where there is
urgency.
Kindly arrange to clarify that all the
cost incurred in obtaining RoW shall
be borne by Purchaser on actuals on
giving necessary/relevant documents
and no RoW cost is to be absorbed by
MSI/SI.
Tender clasue remains the same
148
5.19 O&M
of Optical
Fibre
Infrastructur
e (SI)
Note:
PIA shall obtain necessary Right
of Way (RoW) from
State/Central agencies
whichever applicable.
TANFINET shall facilitate the
PIA in obtaining the same. The
cost incurred in obtaining RoW
shall be reimbursed on actuals
on giving necessary/relevant
documents
Kindly arrange to clarify that all the
cost incurred in obtaining RoW shall
be borne by Purchaser on actuals on
giving necessary/relevant documents
and no RoW cost is to be absorbed by
MSI/SI.
Tender clasue remains the same
19
Annexure A
- Technical
specificatio
ns - 1.1.7
Ports &
Performanc
e
Requireme
nt
Total Number of Ports
64
We understand that these ports and
performance requirements are for Core
switch as there are no ports and
performance requirement given in 1.1.5
Core switch specifications, while clear
ports and performance requirement are
mentioned in NOC router and Firewall
Revised Clause -
Total Number of Ports required for
Core switch are - 64
Tender clasue remains the same
15
Annexure A
- Technical
specificatio
ns - 1.1.4.3
Routes and
Addresses
NOC router and Internet
Router scales
BoQ mentions only 2 NOC router.
However, technical specifications are
separately given for NOC router and
Internet router. Pls confirm the qty of
internet router required.
Tender clasue remains the same
53
Annexure A
- Technical
specificatio
ns - 2.5
Carrier
Ethernet
Switch
Carrier Ethernet Switch
conforming to Metro
Ethernet Forum (MEF)
standards will enable setting
up various Quality of Service
(QoS) parameters if the
bandwidth is to be
distributed among different
operators.
No qty in mentioned for these switches
in the BoQ. Pls confirm the qty required
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D
I. Aerial and Underground Cable
1. Aerial OF Cable (ADSS
Cable): 24 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
2. Aerial OF Cable (ADSS
Cable): 48 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any. (Type 2A)
3. Underground (OFC Cable):
96 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
4. Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-022/02/MAR-
17 with latest amendments if
any.
Kindly arrange to clarify that in case
any of the quoted material does not
have TAC/ TSEC then it should be
applied for TSEC to Quality Assurance
Circle, BSNL, Bengaluru or to TEC, New
Delhi for the model against the
technical specifications, at least one day
before the actual date of technical bid
opening. The registration number
allotted for the TSEC purpose by Quality
Assurance Circle, BSNL, Bengaluru or
for TAC purpose by TEC, New Delhi
shall be submitted along with the bid.
However, only type approved products
as per above specifications shall be
accepted which shall have to be
obtained before issuing Notification of
Award by the Employer.
Bidder who has obtained QF 103 for a
product having same specification for
other tender or holds TSEC / TAC
issued in last 3 years is valid for
eligibility to bid/ participate. But for
supply, he shall obtain valid TSEC as
specified in the tender.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
It is evident from the RFP that the
Bidder has to submit valid TSEC
approval certifcate of the OEM of
respective proudcts on the date of
submission of bid for items mentioned
at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03
and 4.05 of BoQ. Pls confirm whether
valid TSEC approval certificate by the
respective OEM has to be submitted by
the lead bidder on the date of
submission of bids.
Refer Corrigendum
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a
must for equitable comparison and
uniform supplies. To meet this
objective in tenders of BBNL made it
obligatory and imperative to procure
only UL Listed Server and Network
racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can be
furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
TEC GR not required for RACK
48
2.
TECHNICA
L
SPECIFICA
TION -
PACKAGE
B, C & D -
Note
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching type
with necessary framework to prevent
dust and insects as per site window size
(1200 mm*1300 mm). We request to
issue some detailed speciafiactions and
QAP- so as to have a unifom supplies
from various suppliers.
Tender clasue remains the same
49
2.1 24F
Rack
Mountable
FDMS
24F S & P Module - 19-inch
Rack Mountable, 1U height,
with 1 nos of 12F Splicing
Tray…...
Please arrange to clarify that it should
be with 2 Nos of splicing traysAs per BBNL engineering instruction
49
2.1 24F
Rack
Mountable
FDMS
Type of Fibre - Individual Fibre
As per specification it is “Individual
Fibre” where as TEC GR is with Ribbon.
Please arrange to clarify.AS TSEC specification
52
2.3
Technical
Specification
for Radio
Link
c.
Tower/Pole
Specification
(9 m pole
and 15 m
tower)
a. Radio Modem:
Reference: TEC/GR/R/ISM-
MOD-001/04.MAR2016
c. Tower/Pole Specification (9
m pole and 15 m tower)
Kindly arrange to clarify that
Connectivity through radio to connect a
GP is under the scope of MSI for
package-A and not under the scope of SI
under package B, C & D.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.
TECHNICAL SPECIFICATION -
PACKAGE B, C & D
We undestand that either bidder shall
quote the product with valid TSEC as on
date of bid submission or have applied
for TSEC in BSNL QA against the said
GR. However, such bidder shall submit
the TSEC at the time of acceptance of
APO to Purchaser. Please confirm.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.
3.Underground (OFC Cable):
96 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
1. It is mentioned TEC GR
No.TEC/GR/TX/OFC-022/02/MAR-17
with latest amendments if any, only for
48F & 24F ADSS Type 2A,We
understand that this is the typoerror.
kindly mentioned Underground 96F
Ribbon as per BSNL Tender No.
CA/MMT/NOFN/selection of PIA/T-
610/2017 issued on 29.12.2017.
Kindly Confirm.
2. Please provide the printing details
to be printed on OFC.
3. We understand that MSI/SI can
supply short length also as per the
requirement. Please confirm.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
2.
4.Underground (OFC Cable):
144 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
This tender asked only 3 type of OFC i.e
24F ADSS(Type-2A),48F ADSS(Type-
2A) & 96F Ribbon type.
Request to delete this clause from
RFP.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
Note.
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval procedure
of BBNL for which TEC GR not
there.
It is evident from the RFP that the
Bidder has to submit valid TSEC
approval certifcate of the OEM of
respective proudcts on the date of
submission of bid for items mentioned
at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03
and 4.05 of BoQ. Pls confirm whether
valid TSEC approval certificate by the
respective OEM has to be submitted by
the lead bidder on the date of
submission of bids.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
Note.
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval procedure
of BBNL for which TEC GR not
there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a
must for equitable comparison and
uniform supplies. To meet this
objective in tenders of BBNL made it
obligatory and imperative to procure
only UL Listed Server and Network
racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can be
furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
TEC GR not required for RACK
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
Note.
All the materials as above
have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval procedure
of BBNL for which TEC GR not
there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching type
with necessary framework to prevent
dust and insects as per site window size
(1200 mm*1300 mm). We request to
issue some detailed speciafiactions and
QAP- so as to have a unifom supplies
from various suppliers.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICA
L
SPECIFICAT
ION -
PACKAGE B,
C & D)
5
Below mentioned accessories
for Aerial Cable (Wedge Type)
–
(As per TEC GR No.
TEC/GR/TX/OAF-
001/03/MAR-17) with latest
amendments if any.
1. Formed OFC Dead End &
Termination Fittings @ 5 per
Km (Wedge Type)
2. OFC Suspension Fittings @
12 per Km (Wedge Type)
3. De-mountable pulley @ 1
per 10 Km
4. Adjustable Cable Storage
Bracket @ 3 per Km (One loop
bracket 1.5m stainless steel
strap & 2 nos buckles) Wedge
Type - Type 3
Please clarify the cable size of Aerial
cable for the Wedge type.
As per technical specifiation of Annexure A
49 ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.1
1U 24F Rack Mountable 1x12F
splicing trays
in RACK, TEC should not required. Pls
confirm
TEC GR not required for RACK
49 ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.2
2U 48F Rack Mountable 1x12F
Splicing trays
in RACK, TEC should not required. Pls
confirm
TEC GR not required for RACK
61 ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.7
42U Rack Mountable network
Rack dimensions : 800x1000
As per TEC GR Rack dimensions are
900x400/600mm. Please clarify
TEC GR not required for RACK
61
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.8
27U Rack Mountable network
Rack 800x1000
This product is not in any of TEC GR. So
there wont be any TEC certificate. Kindly
confirm acceptance
TEC GR not required for RACK
48
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
Note.
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
It is evident from the RFP that the Bidder
has to submit valid TSEC approval
certifcate of the OEM of respective
proudcts on the date of submission of bid
for items mentioned at S. No.3.06, 3.07,
3.08, 4.01, 4.02, 4.03 and 4.05 of BoQ. Pls
confirm whether valid TSEC approval
certificate by the respective OEM has to
be submitted by the lead bidder on the
date of submission of bids.
Refer Corrigendum
48
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
Note.
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ)are one of the most
crucial and critical components of the
network. Standardisation of these
products across various suppliers is a must
for equitable comparison and uniform
supplies. To meet this objective in tenders
of BBNL made it obligatory and imperative
to procure only UL Listed Server and
Network racks . Reference can be taken of
corrigendum no. 2 dated 26/07/2018 of
APSFL Tender No. APSFL/BBNL/73/2016
Dated: 13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can be
furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U Racks.
Please confirm.
TEC GR not required for RACK
48
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
Note.
All the materials as above have
to be TSEC/Type approved by
BSNL QA/TEC against
mentioned TEC GR or as per the
approval procedure of BBNL for
which TEC GR not there.
Mesh type filters. Stainless steel
perforated sheet with 4 mm hole
diameter with fine holes punching type
with necessary framework to prevent dust
and insects as per site window size (1200
mm*1300 mm). We request to issue some
detailed speciafiactions and QAP- so as to
have a unifom supplies from various
suppliers.
Tender clasue remains the same
49 ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.1
1U 24F Rack Mountable 1x12F
splicing trays
in RACK, TEC should not required. Pls
confirm
TEC GR not required for RACK
49 ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.2
2U 48F Rack Mountable 1x12F
Splicing trays
in RACK, TEC should not required. Pls
confirm
TEC GR not required for RACK
61 ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.7
42U Rack Mountable network
Rack dimensions : 800x1000
As per TEC GR Rack dimensions are
900x400/600mm. Please clarify
TEC GR not required for RACK
61
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.8
27U Rack Mountable network
Rack 800x1000
This product is not in any of TEC GR. So
there wont be any TEC certificate. Kindly
confirm acceptance
TEC GR not required for RACK
62
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.10
Mesh type filters. Stainless steel
perforated sheet with 4 mm
hole diameter with fine holes
punching type with necessary
framework to prevent dust and
insects as per site window size
(1200 mm*1300 mm). In each
PoP two mesh type filters to be
installed at two to maintain the
Ambient temperature and
remaining two windows must
be closed.
Since, The Product has to prevent "Dust"
as well - We strongly recommend usage of
G3 Filters along with SS perfortated
structure. Please confirm.
Tender clasue remains the same
62
ANNEXURE
A
TEC
(TECHNICAL
SPECIFICATI
ON -
PACKAGE B,
C & D)
2.9
9U Rack Wall Mountable
600x500mm
This product is not in any of TEC GR. So
there wont be any TEC certificate. Kindly
confirm acceptance.
TEC GR not required for RACK
Annexures
TEC GR
N.A. No TEC GR given for Pole
Specifications & 96F OFC
Refer Corrigendum
Clause No.
2 :
Annexures-
Technical
Specificatio
n-Package-
B, C, D
Aerial OF
Cable
(ADSS
Cable):
Aerial OF Cable (ADSS Cable):
24 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any. (Type
2A)
Aerial OF Cable (ADSS Cable):
48 pair ADSS on power lines:
As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any. (Type
2A)
Kindly allow QF-103 instead of TSEC
for participation in Tender.
Refer Corrigendum
48 2(iii)/Annex-
A/TEC GRs
Fibre Patch Cord - As per TEC
GR no. TEC/GR/TX/OFJ-
01/05/Nov-09, with latest
amendments if any.
1) Type of connector not mentioned
whether SCAPC/SCPC, Please clarify.
2) We understand that the bidders are
allowed to offer CACT approved Patch
Cords. Please confirm.
As per BBNL engineering instruction -
Annexure B
49 2.1/Annex-
A/TEC GRs
24 Port indoor FDMS port
rack mountable (TEC GR
Reference - GR/FDM-01/02
APR 2007.)
Type of connector is mentioned both
SCAPC/SCPC, Please clarify the exact
connector type
As per BBNL engineering instruction -
Annexure B
49 2.2/Annex-
A/TEC GRs
48 Port indoor FDMS port
rack mountable (TEC GR
Reference - GR/FDM-01/02
APR 2007.)
Type of connector is mentioned both
SCAPC/SCPC, Please clarify the exact
connector type
As per BBNL engineering instruction -
Annexure B
48 2(I)(3)/Ann
ex-A/TEC
GRs
Underground (OFC Cable): 96
pair ADSS on power lines: As
per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
TEC GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments is for ADSS cables. And
not for underground OFC Cable.
Please review and confirm the exact
type of cable with its specifications.
Refer Corrigendum
._ 1.01/BOQ Supply of 96 core optical
fibre cable ribbon type
TEC GR No. TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments is for ADSS cables and
not ribbon type. Please clarify type of
cable required & specification for the
same.
Refer Corrigendum
48 2(4)/Annex-
A/TEC GRs
Underground (OFC Cable):
144 pair ADSS on power
lines: As per TEC GR No.
TEC/GR/TX/OFC-
022/02/MAR-17 with latest
amendments if any.
1)144 Pair on power lines As per TEC
GR No. TEC/GR/TX/OFC-022/02/MAR-
17 not belongs to Underground (OFC
Cables). Please review and clarify.
2)In the BOQ of Package B C & D, 144
pairUnderground OFC Cable not
Available.Please review and clarify.
Refer Corrigendum
48 Note/Anne
x-A/TEC
GRs
Note: All the materials as
above have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR as
per approval procedure of
BBNL for which TEC GR not
there.
Underground OFC Cable 96/144 pair -
Please Clarify whether required cable
type is Ribbon Fibre or Individual
Fibre. If it is Ribbon Cable ,we request
you to accept the TSEC certification
obtained for 288F Ribbon cable
Specification against BSNL tender vide
No. CA/MMT/NFON/Selection of PIA/T-
610/2017.
Please note that TSEC certification
obtained for 288F Ribbon Cable
against the above BSNL referred
tender is applicabe for lower count
(144F/96F/48F Ribbon) and it is
accepted by BBNL, BSNL and other
state governments in Bharatnet
tenders .We request you to accept the
same to avoid applying for new
certification against this tender which
is time consuming process.
Refer Corrigendum
48 Note/Anne
x-A/TEC
GRs
Note: All the materials as
above have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval
procedure of BBNL for which
TEC GR not there.
Please confirm whether valid TSEC
approval certificate for the offered
items (against the referred TEC GRs)
need to be submitted with the Bid or it
can be submitted before start of
supply.
Refer Corrigendum
48 Note/Anne
x-A/TEC
GRs
Note: All the materials as
above have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval
procedure of BBNL for which
TEC GR not there.
42 U ; 27 U and 9 U Racks (S. No. 7.01,
7.02 & 7.03 of BoQ) are one of the
most crucial and critical components
of the network. Standardisation of
these products across various
suppliers is a must for equitable
comparison and uniform supplies. To
meet this objective in tenders of BBNL
made it obligatory and imperative to
procure only UL Listed Server and
Network racks . Reference can be
taken of corrigendum no. 2 dated
26/07/2018 of APSFL Tender No.
APSFL/BBNL/73/2016 Dated:
13/07/2018 -Annexure C - Racks
Speicfiactions. If required - copy can
be furnished by us . You are hereby
requested to add " UL Listed " in the
specifications of 42U ; 27 U and 9 U
Racks. Please confirm.
TEC GR not required for RACK
48 Note/Anne
x-A/TEC
GRs
Note: All the materials as
above have to be TSEC/Type
approved by BSNL QA/TEC
against mentioned TEC GR or
as per the approval
procedure of BBNL for which
TEC GR not there.
Reg. Mesh type filters -
Stainless steel perforated sheet with 4
mm hole diameter with fine holes
punching type with necessary
framework to prevent dust and insects
as per site window size (1200
mm*1300 mm). We request to issue
some detailed speciafiactions and QAP-
so as to have a unifom supplies from
various suppliers.
Tender clasue remains the same
62 2.10/Annex-
A/TEC GRs
Mesh type filters. Stainless
steel perforated sheet with 4
mm hole diameter with fine
holes punching type with
necessary framework to
prevent dust and insects as
per site window size (1200
mm*1300 mm). In each PoP
two mesh type filters to be
installed at two to maintain
the Ambient temperature
and remaining two windows
must be closed.
Since, The Product has to prevent
"Dust" as well - We strongly
recommend usage of G3 Filters along
with SS perfortated structure. Please
confirm.
Tender clasue remains the same
18
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.6 Next
Gen
Firewall at
Data Center
and DMZ
4 x 100 Gig Ports and 8 x 10G
Ports
The appliance should support atleast 6
* 10G Gigabit ports and 4 * 40G and
should be scalable for additional
8*10G/4*40G for future scalability
Tender clasue remains the same
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed solution should
be in the leaders quadrant by
latest FY18/19 Gartner
Report for Hyper Converged
Infrastructure.
The proposed HCI solution should be in
the leaders quadrant in latest FY18/19
Gartner Report for Hyper Converged
Infrastructure. The solution
components quoted including HCI
system , hypervisor, server, network
switch should be listed as a leader in
Gartner’s Magic Quadrant for Hyper-
converged infrastructure, Hypervisor,
modular servers and Data Center
Networking respectively
Modified specs to have best of breed
& industry leading solution for all the
components of the HCI Solution
including Hypervisor, Switches and
Servers apart from HCI Solution
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Each node in both the HCI
clusters must be configured
with Intel Skylake processor
with at least 20 cores useable
(without any HCI overhead).
Besides, each node should
have at least 192 GB useable
DDR4 memory (without any
HCI overhead).
Each node in both the HCI clusters
must be configured with Intel Xeon
Cascade Lake processor with at least
20 cores useable (without any HCI
overhead). Besides, each node should
have at least 216 GB useable DDR4
2933 MHZ memory (without any HCI
overhead).
Cascade Lake is the latest Intel CPU
providing new features & better
performance at similar cost of Skylake
CPU. Modified memory configuration
compatible with Cascade lake CPU
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The management HCI cluster
must be configured with at
least 64 TB of usable capacity
(even after one node failure
scenario) in the HCI cluster,
after providing for not more
than 1:1.25 data efficiency
due to compression and de-
duplication. Erasure coding
should be deployed for cold
data not exceeding 40%. The
solution should be
provisioned with minimum
10% SSD.
Each HCI Cluster (Management &
Application) should be configured with
at least 64TB usable capacity (even
after one node failure). The capacity to
be configured with minimum data
protection of replication factor 2 or
equivalent or higher. The solution
should support de-duplication and
compression on day 1 with necessary
licenses. For storage sizing maximum
of 15 % de-duplication saving & 20 %
compression savings can be assumed.
The solution should be proposed using
Hybrid HCI Cluster nodes (which uses
SSD drives for caching & HDD for
Capacity Tier configured as per best
practices of the OEM. The HCI should
be proposed with 12G SAS 10K RPM
SFF (Small Form Factor) drives or
higher HDDs for capacity tier for all
server nodes. Any other capacity
required for meta data, host
maintenance mode, component
rebuilds etc. should be factored over
and above the capacity.
Modified the specs to vendor neutral.
The de-duplication and compression Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed solution should
support all leading
Virtualization Software; viz.,
VMware ESXi, Microsoft
Hyper-V, Open KVM, and
XenServer. HCI solution must
support industry-leading
protocols NFS, iSCSI & SMB.
The proposed HCI Solution should
support leading Virtualisation software
viz- VmWare ESXi & Microsoft Hyper-V.
The HCI Nodes need to be licensed
with Virtualization software.
Virtualization layer shall be deployed
directly on the bare metal server
hardware with no dependence on a
general purpose OS for greater
reliability and security. It should be
Industry Standard software and no
proprietary software is allowed.
Modified the specs for vendor neutral
at the same time finetuned for best in
class Virtualisation software
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI solution for
both management and
application cluster should use
Erasure Coding for cold data.
Please remove this line as it is vendor
specific
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed solution should
independently scale storage
and compute as and when
needed without any
downtime. HCI should
support storage expansion
without any virtualization
license implication for “only
storage” expansion.
The proposed solution should
independently scale storage and
compute as and when needed without
any downtime. The HCI solution should
support scaling hyperconverged node
(compute + storage), compute-only,
storage-only(HDDs) independent of
each other under a single cluster.
Modified to make it vendor neutral &
to benefit the customer for
independent scale as needed
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI solution
must have metadata
distributed on all nodes in a
cluster i.e. each node in the
cluster should carry
information about data lying
across every other node in
the cluster (including its
own), while maintaining the
capacity utilization /and
distribution across all nodes
uniform at all times.
The HCI software should pool all HDDs
from all the nodes in the cluster to
present a single storage resource pool
to all server nodes in the cluster.
Similarly, the HCI software should pool
all SSDs from all the nodes in the
cluster to present a single storage
cache pool across the HCI nodes. The
capacity utilisation / and distribution
should be uniform across all nodes in
the cluster
Modified spec for better utilisation of
cluster resources for data storage as
well (not just metadata), providing true
distributed architecture of HCI
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI solution
should be able to create
multiple logical unit (LUN's)
for storage, with the ability to
support different policy for
de-duplication and
compression, across LUNs.
The proposed HCI solution should be
able to create multiple logical unit
(LUN's) / data store for storage, which
can be used for different purposes as
per organisation requirements
Modified to make it vendor neutral.
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI solution
must support Hybrid and All
flash nodes in same cluster
without impacting any
functionality
The proposed solution should support
either hybrid or all flash nodes in same
cluster for future scalability, so that
performance of the cluster is not
impacted.
Modified to make it vendor neutral.
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed solution must
have capability to support
HCI nodes with different
models (same OEM) /
different CPU and Memory /
Disks configurations in the
same cluster without any
impact on storage
services/functionalities.
The proposed solution must have
capability to support nodes with
same/different CPU & Memory
configurations in the same cluster
Modified to make it vendor neutral.
Refer Corrigendum
20
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
All the required Hypervisor
Licenses and the associated
Hypervisor Management
should be included in the
solution. Besides, all the
required software and
associated licenses to
protected east-west traffic by
leveraging VM-based
attributes such as VM names,
Security tags, OS type, port
number etc. should be
included
All the required Hypervisor Licenses
and the associated Hypervisor
Management should be included in the
solution.
Modified to make it vendor neutral.
Refer Corrigendum
21
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI solution
must provide logging,
analysis, and reporting
facilities related to
operations, performance,
storage, CPU utilization
management on a per VM
basis.
The proposed HCI Solution should have
a dashboard to monitor & manage
virtual machines, network, storage,
monitor performance and manage
events & alerts. HCI solution should
provide enhanced visibility into storage
throughput and latency and IOPS that
can help in troubleshooting storage
performance issues.
Fine tuned to suite to benefit customer
with Single dashboard & made vendor
neutral
Refer Corrigendum
21
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed solution should
support multi-site (One-to-
Many and Many-to-One)
replication of data.
The proposed HCI Solution should
support replication to another HCI
cluster
Modified to make it vendor neutral.
Refer Corrigendum
21
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Proposed solution should
integrate with L2/L3 network
device. Each HCI node must
be configured with at least 4
x 10G Ethernet ports.
Proposed solution should include 2
Nos of 48 port 25 Gbps switch to
connect HCI Nodes. Each Node should
have 4 x 25 Gbps Ethernet ports
configured with necessary cables and
SFP transceivers to connect to
respective ports on the HCI Switch. The
proposed switch should be non
blocking architecture, offering line rate
speed of 25 Gbps per port. The switch
should be able to connect to uplink
network at 10 Gbps / 25 Gbps / 40
Gbps or 100 Gbps and minimum 4
uplink ports should be available per
switch. The switch should have a
throughput of 3.2 Tbps or higer and
the switch latency should be 1 micro
seconds or less.
25 Gbps is the most widely used HCI
interface now & is supported by all the
leading HCI Solution providers. This
ensures that the solution gives very
good performance with out additional
cost.
Refer Corrigendum
21
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI should
support native (without any
third party software) File
Services over NFS, CIFS, and
SMB and file replication
across clusters and data
centres.
The proposed HCI should be able to
provide File Services over NFS,
CIFS/SMB.
This may be removed . If this feature is
required for the solution, request to
modify as requested to accommodate
different vendors. Replication between
HCI Clusters / data centers is already
mentioned in another line above
Refer Corrigendum
21
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
The proposed HCI solution
should support data at rest
encryption without using any
specialized hardware.
Request to remove this line, as it is
proprietary for certain OEM
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
The network switch should support
QoS to streamline HCI network traffic
to improve traffic filtering,
segmentation and performance.
Network QoS should be configured on
the switch during the Cluster setup
Network QoS configuration ensures
that different traffic running through
the HCI Switch such as storage
replication, HCI Management,
Hypervisor management, VM Traffic,
Vmotion etc are given with network
bandwidth / priority etc as per best
practices. By ensuring QoS is setup
during cluster setup, we can ensure
that the network is fine tuned for best
performance at cluster setup time
itself
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
Every HCI Node should be a factory
integrated HCI APPLIANCE
This ensures that the solution should
be a factory shipped engineered &
integrated appliance . All the
components of HCI such as compute
nodes, hypervisor OS, storage disks,
management software should be
factory installed and shipped ready for
fast deployment.
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
HCI solution should support for
increasing capacity by adding CPU,
Memory or any other devices to virtual
machines on an as needed basis
without any disruption in working VMs
running windows and Linux operating
system.
General HCI feature
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
The solution should support
Compression & De-duplication,
snapshots, cloning and replication
features from day one & the same
should be licensed for entire cluster
including any other licenses required
for the HCI Cluster
Ensures all the features can be used
from day one
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
Proposed HCI solution should support
GPUs, as required.
Considered the Futuristic requirement
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
It should be possible to upgrade all the
major components - Server Firmware,
Virtualisation & HyperConverged
Software from a Single pane of glass. It
should also support the capability to
upgrade them on an individual basis as
needed - for example, update only
HyperConverged Software with out
updating the Virtualisation software ;
or update only the Server Firmware
with out updating the Hypervisor
software etc.
General HCI feature
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
Virtualization layer should support live
migration of running virtual machines
from one physical node to another
with zero downtime, continuous
service availability, and complete
transaction integrity transparent to
users.
General HCI feature
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
All servers together should be fully
manageable remotely through a single
graphical interface–including access to
the console and remote media, over a
TCP/IP network. Any
software/hardware/ licenses for this
are to be provided.
General HCI feature
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
The proposed solution should support
integration with NAS, FC, FCoE and
iSCSI SAN Storage from leading
vendors for greater manageability,
flexibility and availability
Benefits by integrating exiting Storage
with HCI Solution.
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
The solution should have multiple
vSwitches for network traffic
segregation. Various network traffics
such as management, storage, virtual
machine, vMotion etc. in the HCI
should be segregated on to
independent virtual switch for
improved traffic management and
scaling. The procedure must be fully
automated in the HCI installation. Any
license required should be provided on
day 1. Virtualization software should
provide a virtual switch which can span
across a virtual datacenter and
multiple hosts should be able to
connect to it. This in turn will simplify
and enhance virtual-machine
networking in virtualized environments
and enables those environments to
use third- party distributed virtual
switches.
Refer Corrigendum
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
1.1.8 Hyper
Converged
Infrastructu
re
Additional points - Request to
add to RFP
Server hardware should comply to the
below security management features
- HW root of trust
- System lock down
- HW policy based security
- Anti-Counterfeit
- Secure BIOS recovery
- Digitally Signed Firmware
Refer Corrigendum
42
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
D- Block &
Gram
Panchayat –
Technical
Specificatio
n
1.5 GP Type
II, GP Type
I, and Block
Router
Specificatio
n
Router Specification Wire
Speed : GP Router Type II : FD
= 10 Gbps ,HD=20 Gbps
Router Specification Wire Speed : GP
Router Type II : FD = 60 Gbps ,HD=120
Gbps
Since with increase in Ports in GP TYPE
II, we request you to make it the same
as GP TYPE 1, 60 Gbps FD & 120 Gbps
HD
No change in the RfP specification
42
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
D- Block &
Gram
Panchayat –
Technical
Specificatio
n
1.5 GP Type
II, GP Type
I, and Block
Router
Specificatio
n
GP Type II Router Ports
Specifications
8 x 1G Copper, 2 x 1G
(Optical)
kindly change as 6 x Copper, 6x SFP
and 2 x 10G day 1 with 2 x 10G Future.
Since GP would have minimum 4x 1G
ports local connectivity for Govt.
offices like PHC, Govt. School, CSC etc.,
they would need another 6 x1G ports
for Service providers / MSO/ LCO etc.,
2 x 1G additional ports for future
expansion. Hence, we should have
minimum 12 x 1G ports support in GP
Type 2 router.
The uplink ports should be 10Gig only,
as this will allow the flexibility to have
GP Type 2 being part of GP Type 1 ring
also, TANFINET proposes to have 15
GP’s between Blocks, in linear having 1
G link will reduce the bandwidth
allowed for GP Type 2 to around only
60Mbps, in this bandwidth GP type 2
cannot run any kind of services.
Enabling 2 x 10G day1, will ensure
minimum 1 Gbps drop being
provisioned for GP Type2, hence will
allow multiple services to grow over a
period of time, having additional 2 x
10Gbps scalability will ensure that we
have scalability in terms of increase in No change in the RfP specification
42
1.
ANNEXURE
A -
TECHNICAL
SPECIFICATI
ONS
D- Block &
Gram
Panchayat –
Technical
Specificatio
n
1.5 GP Type
II, GP Type
I, and Block
Router
Specificatio
n
GP Type II Router Ports
Specifications
6 (4,2) x 1G Copper, 6 (2,4) x
1G Optical, 4 (2,2) x 10G
Optical and total ports are 16;
Total Capacity is 52 Gbps
GP Type II Router Ports Specifications
12 (8,4) x 1G Copper, 12 (6,6) x 1G
Optical, 6 (2,4) x 10G Optical and total
ports are 30; Total Capacity is 64 Gbps.
Since in GP Type 1, there would be a
higher population density, having
15nos. of GP Type I between two
blocks , will mean per GP minimum
600Mbps, as per the calculations
minimum 200 SD TV channels will
consume around 400Mbps, to ensure
that capacity overrun does not
happen, we need to provision for 2 x
10GE ports to increase the ring
capacity.
Hence, we request you to consider the
scalability of 4 x 10G ports in future.
No change in the RfP specification
BOQ 1.01 Supply of 96 core opticalfibre cable ribbon type
GR No. TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments is for ADSS cables ¬ ribbon type. Please clarify typeof cable required & specificationfor the same.
Refer Corrigendum
48 ofDocument OFC
TEC GRNO
2.I.3. Underground (OFCCable): 96 pair ADSS onpower lines: As per TECGR No. TEC/GR/TX/OFC-022/02/MAR-17 withlatest amendments if any.
GR No. TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments is for ADSS cables ¬ underground cable. Pleaseclarify type of cable required &specification for the same.
Refer Corrigendum
43
Annexure
A
1.5 GP Type I/ Multicast: 4k
As per TN-Fiber architecture, GP-1
Routers are going to be access routers.
Multicast services like IPTV, E-
education, Telemedicine are not going
to consume max 1 route/multicast
service. Moreover, all new
applications like internet TV (Netflix,
Prime Video), interactive gaming,
YouTube, real-time video streaming,
etc. run on unicast based services.
Hence, IPv4 and MAC scale for GP-1
should be higher infact.
4K mulitcast routes scale request on
GP-1 is very high and would push
OEMs to quote a bigger box which will
increase the overall cost of project.
We therefore request you to kindly
change to following:
GP Type 1/ Multicast: 1K
Kindly read as " GP Type I/ Multicast: 2k".
43
Annexure
A
1.5 GP Type I/ PseudoWire: 2K
As per TN-Fiber architecture, GP-1
Routers are going to be access routers.
Hence one pseudowire per service is
required.
2K PW scale request on GP-1 is very
high and would push OEMs to quote a
bigger box which will increase the
overall cost of project. We therefore
request you to kindly change to
following:
GP Type 1/ Pseudowire: 512
Kindly read as " GP Type I/ PseudoWire: 512".
43
Annexure
A
1.5 GP Type I/ MAC: 15k
GP Type 1 router is going to host
multiple L2 services like GPON, WiFi
etc. Moreover, MAC scale must be
inline with IPv4 route requirement
which is 20K. We therefore request
you to kindly change to following:
GP Type 1/ MAC:20K
No change in the RfP requirement
41
Annexure
A
1.5
Block Router: The Router
should be Standalone /
modular and 19" rack
mountable
As per TN-Fiber network architecture,
mutiple GPs are going to be connected
on uplink Block routers for
connectivity with critical
services/networks like SWAN, NOC,
Internet, Future CORE etc.
Block Routers are going to act as PE in
the network and should have max
uptime.
Hence, we would recommend
following changes:
Block Router should be modular and
should have redundant controller and
19" rack mountable.
Kindly read as "Block Router: The Router
should be modular and 19" rack mountable".
43
Annexure
A
1.5
GP Type II/ IPv4:10k/
IPv6:2k/ PW: 512/ RSVP TE:
512
GP Type-II is a spur router which is
configured as stub and just needs few
IPv4/ IPv4 Routes as infact only
default route will always configured
towards the uplink router.
Requesting such high IP scale will push
OEMs to position higher configuration
boxes (Qty of Spur route is approx
5900),which will escalate the overall
project cost.
We recommend to change the scale of
GP II router as per below:
IPv4: 400/ IPv6: 400 /PW: 100 / RSVP
TE: 100
No change in the RfP requirement
43
Annexure
A
1.5GP Type II: Wire Speed:
10Gbps
As GP Type II will be a spur router and
will be connected to uplink over
1Gbps Fiber Link, hence wire speed on
all ports will not be needed. We
recommened to change this as per
following to optimise overall cost of
the project
GP Type II: Wire Speed: 8Gbps
No change in the RfP requirement
42
Annexure
A
1.5 Block Router: 100GO (2,0)
As per TN-Fiber network architecture,
Block routers are going to get
connected using 100G ports on east
and west side.
And in future, block routers are also
going to be connected to either TN-
Fiber own core network or on leased
bw from SPs (to connect to critical
networks like NOC, Internet router at
DC, etc).
Only 2 x 100G ports will only meet
current block-block connectivity. And
for uplink additional 2 x 100G ports
are required.
Hence, we would recommend
following changes:
Block Router: 100GO (2,2)
Block Router:
100GO- (2,2)
10GO- (8,8)
1GO- (4,4)
1GE- (4,2)
SI should propose the router with 700Gbps
capacity considering the scalability
requirement. No change in the GP router
ports.
14
Annexure
A
1.1.4 BRAS and CGNAT
Please clarify this feature is required
on NOC Router or Internet Router, as
per solution this will be required on
either one of them.
Hence, we would recommend
following changes:
BRAS and CGNAT on Internet Router
BRAS is for NOC router and CGNAT is for the
Internet router/ Firewall.
15
Annexure
A
1.1.4.1Router Specifications Wire
Speed (Internet Router)
Internet Router throughput
requirement is not mentioned.
Considering TN-Fiber architecture and
services, we would recommend:
We suggest Internet & NOC Router
functionality can be combined into
NOC Router. This will save overall
project cost.
Internet and NOC router should be separate.
Internet Gateway should have minimum
12x10G and 8x1G SFP interfaces and the
router should support Minimum 400 Gbps FD.
15
Annexure
A
1.1.4.2Router Ports Specifications
(Internet Router)
Internet Router interface requirement
is not mentioned.
We suggest Internet & NOC Router
functionality can be combined into
NOC Router. This will save overall
project cost.
No change in the RfP requirement
16
Annexure
A
1.1.5 Core Switch
1.1.5 Section doesn't have Throughput
and Interface Requirement of Core
Switch, Please clarify if section 1.1.7
(Ports & Performance Requirement)
on page 19 is the scaling numbers of
Core Switch.
Incase 1.1.7 table is refering to Core
Switch Ports & Performance
Requirement it is on much higher side
considering core switch function.
All the services are going to terminate
either on NOC Router or Block Router.
Core Switch is just going to be used for
termination to different network
elements. Hence, we recommend
following changes:
IPv4: 350K IPv6: 150K Multicast: 10K,
MAC: 250K
Kindly read as for core switch "Routes and
Addresses
IPv4 256k
IPv6 80k
Multicast 10k
MAC 256k"
BoQBoQ_18091
0.xlsInternet Router
Internet Router Specification which is
mentioned in Annexure-A doesn't
have any Qty in BoQ.
We suggest Internet & NOC Router
functionality can be combined into
NOC Router. This will save overall
project cost.
1. Internet router qty- 2 Nos.
2. Internet and NOC router should be
separate.
3. Internet Gateway should have minimum
12x10G and 8x1G SFP interfaces and the
router should support Minimum 400 Gbps FD.
53
Annexure
A
2.5 Carrier Ethernet Switch
Carrier Ethernet Switch specifications
are given in clause 2.5 but the
requirement is not mentioned in BoQ
or otherwise, Please clarify if this is in
addition to GP routers.
RfP Clause stands deleted
Is there any brownfield network and
services available? Or it is a complete
greenfield deployment?
It is a complete greenfield deployment
A sample network and OSS
architecture would be required to
understand Customer expectations?
Please refer RfP for Network architecture.
OSS is required as Active-Active Single
site HA with or without GR?NOC will be co-located at the SDC and there
is no DR scope as per the RfP.
Details regarding expected service
order volumes per service per day and
peak hour?
No change in the RfP requirement
Any virtualized network/service in
scope or complete network/service
would be physical?
No change in the RfP requirement
Alarm volumes per day across
domains/vendors?No change in the RfP requirement
Expected performance counters and
KPI’s to be monitored?No change in the RfP requirement
Only Network level KPI’s or service
level KPI’s in scope?No change in the RfP requirement