rfp for mpls, p2p & ill connectivity and procurement of ... · fast ethernet switches are now...

29
Sr. No. RFP Page No RFP Rule No Rule Details Query/ Suggestion/ Clarification Change in RFP 1 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink portspopulated with 1G single mode transceivers. For higher scalability, we request you to consider switch with 41G/10G SFP+ slots and for higher avaliability, we highly recommend to consider switch with internal redundant power supplies Minimum 16 RJ-45 autosensing 10/100/1000 ports & 4*1/10Gbps Uplink with Min. 2 no's of Fiber based SFP and internal RPS equipped with 370w PoE budget redundancy Should have 24 RJ-45 autosensing 10/100/1000 ports and separate minimum 2*1Gbps Fiber based SFP Uplink ports populated with 1G single mode transceivers 2 81 3.4 The Switch should support stacking of switches Please clarify, do we need to consider stacking with virtual chassis technology with which multiple switches in stack shall operate as one logical Layer 3 Switch for higher avalaibility ? The Switch should support stacking or virtual switching fabric creation with stacking cable or standard optical fiber connectivity as per the requirements. 3 81 5.4 The switch should have to support OSPFv2 and OSPFv3 protocols for routing from day 1 Please clarify, do we need to consider BGP support, it will be required for summurising the routes in different autonomous networks As per Draft RFP 4 83 7 Request for Addition: Switch should support openflow v1.3 Openflow v1.3 is an open standrad for ease of managament and brings higher avalibiltiy in networks. Its being adopted by all leading OEM's. So, would request you to consider switch with SDN openflow v1.3 As per Draft RFP 5 84 8 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet port with single mode transceiver, 1 port active) Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please change clause as 8 Ethernet 10/100/1000 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet port with single mode transceiver, 1 port active) 8 Ethernet 10/100/1000 ports and 2 SFP-based Gigabit Ethernet uplink port with populated single mode transceiver 6 85 IPv6 protocol support Please clarify, do we need to consider switch with IPv6 QoS, IPv6 hardware ACL for prioritising the IPv6 traffic? As per Draft RFP 7 86 OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019" The Leaders quadrant has Cisco, HPE and Extreme OEM's, which is restricting open competition, so request you to consider all OEM's featured in Gartners magic quadrant report as being considered for L3 Switches. Please change clause as OEM should be in " latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019" And all switches shall be from same OEM for ease of integration As per Draft RFP 8 86 1.4 128 MB flash, 256 MB DRAM Flash memeory varies with OEM harware design, please consider minimum 64MB flash memory As per Draft RFP 9 86 5 Request for Addition: Switch should support openflow v1.3 Openflow v1.3 is an open standrad for ease of managament and brings higher avalibiltiy in networks. Its being adopted by all leading OEM's. So, would request you to consider switch with SDN openflow v1.3 As per Draft RFP 10 67 SLA for Network Equipment: For higher avaliability and network security, we recommend to consider Zero touch recovery of failed switches, auto- backup of switch configurations, blocking of switch ports upon detection of threats like viruses, malwares on Security appliance Firewall WAN port As per Draft RFP 11 14 4. PRE-QUALIFICATION / ELIGIBILITY CRITERIA, Sr. No. 6 Certifications: The bidder must possess, at the time of bidding, a valid ISO 9001 / ISO 20000 / ISO 27001/ CMMi Level V. BSNL, being a Central Govt. PSU, should be exempted from this condition As per Draft RFP 12 16 5.1. Detailsof Scope of Work (SoW) A (1) Pre- implementation (a) RISL shall provide the list of sites to be connected to bidder/SPs. Bidder/SPs shall perform Site-survey of all the ordered locations for feasibility. The Bidder/SPs shall intimate feasible links within specified timelines. If no intimation is provided by bidder/SPs within specified days, it shall be deemed that the site(s)are feasibleto the bidder/SP. (A) If some location is found not-feasible on existing media and bidder/SP intimate RISL within specified time, whether RISL will pay the additional one-time charges to make the location feasible? (B) After commissioning of circuit, if the office is shifted to some not-feasible location, can bidder/SP then declare the new location as Non-feasible and deny to shift the circuit? As per Draft RFP 13 17 5.1. Detailsof Scope of Work (SoW) A (2) Implementation (b) The Equipment to be installed by the Bidder/SP shall extend an electrical Ethernet interface to the end CPE equipment (Router/Layer3 Switch) installed at each location. The required Router/Switch, UPS, Rack and earthing shall be provided by the RISL. Should be clarified further. As per Draft RFP 14 28 5.2 Project Milestones, Deliverables& Timelines Agreement Signing Time Frame: Within 15 days of issue of LOI Should be increased to at least 21 days As per Draft RFP 15 29 5.2 Project Milestones, Deliverables& Timelines (a) Lot Size and Commissioning timelines Whether Link Commissioning timeline, begins from the date of work order or after expiry of Link Feasibility timeline? As per Draft RFP 16 52 7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT (17) Sub-contracting BSNL gets various activities executed through its empannelled System Integrators whether this clause will apply on such type of work execution? As per Draft RFP 17 91 Item No.30 Point 5 Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted) Please put slash is cross member/fluted member as both are different types of separators .Also request to remove Zero Bit Error verified by ETL as this test is outdated and no OEM get this ETL verification program done and same can be cjecked from Intertek website under ETL verification program directory ( https://www.intertek.com/cabling-products/) Cross- member/ fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, (ETL report should be submitted) 18 91 Item No.30 Point 7 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz Allow Box packing of 500 meters also as mostly european companies provide 500 meter cable box Box of 305/500 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz 19 92 Item No.31 Point 5 Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted) Please put slash is cross member/fluted member as both are different types of separators .Also request to remove Zero Bit Error verified by ETL as this test is outdated and no OEM get this ETL verification program done and same can be cjecked from Intertek website under ETL verification program directory ( https://www.intertek.com/cabling-products/) Cross- member/ fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, (ETL report should be submitted) 20 92 Item No.31 Point 7 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz Allow Box packing of 500 meters also as mostly european companies provide 500 meter cable box Box of 305/500 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz 21 93 Item No.32 Point 5 Accessories Strain relief and bendlimiting boot for cable , Approval UL or ETL or 3P Plesae make it Approval UL and ETL verified or 3P verified (ETL alone done not mean any thing as ETL verified is the conformance mark )Also UL is for fire and ETL and 3P are for performance so option between ETL verified or 3P can be given but UL being a different certificate can not be included in option As per Draft RFP 22 93 Item No.32 Point 9 ROHS Compliant , 3rd party from bodies like ETL verified (ETL report should be submitted) Pleae make it 3rd party from bodies like ETL verified/3P (ETL/3P certificate to be available on respective website).These verification certificates are on only valid if they are present on testing lab website . As per Draft RFP 23 93 Item No.32 Point 11 1-port with shutter , High ImpactPlastic Body ABS material Please allow hinged dust cover also As per Draft RFP 24 93 Item No.32 Point 13 Screw hole covers – to be suppliedwith plate Please remove as it differs on OEM to OEM design As per Draft RFP 25 93 Item No.32 Point 14 Plug in Icons – Icon tree – to be supplied with plate This is OEM specific only one OEM complies please remove As per Draft RFP 26 94 Item No.33 Point 14 Jack Panel should be RoHS Complaint Please add certification for information outlet in panel also like IO is Jack panel should be ETL verified/3P verified (ETL/3P certificate to be available on respective website) As per Draft RFP 27 95 Item No.34 Point 14 Jack Panel should be RoHS Complaint Please add certification for information outlet in panel also like IO is Jack panel should be ETL verified/3P verified (ETL/3P certificate to be available on respective website) As per Draft RFP 28 95 Item No.35 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath. Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP 29 95 Item No.35 Point 8 Load bar polycarbonate, Jacket FRPVC Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid confussion As per Draft RFP 30 96 Item No.36 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath. Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP 31 96 Item No.36 Point 8 Load bar polycarbonate, Jacket FRPVC Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid confussion As per Draft RFP RFP for MPLS, P2P & ILL connectivity and Procurement of Network hardware & LAN Infra under RajNET Project through Rate Contract NIB Ref No: F3.3(292)/RISL/Pur/2020/8086 RESPONSES TO PREBID QUERIES/SUGGESTIONS/CLARIFICATIONS

Upload: others

Post on 19-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

Sr. No. RFP Page

No

RFP Rule No Rule Details Query/ Suggestion/ Clarification Change in RFP

1 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G

single mode transceivers.

For higher scalability, we request you to consider switch with 41G/10G SFP+ slots and for higher avaliability, we highly

recommend to consider switch with internal redundant power supplies

Minimum 16 RJ-45 autosensing 10/100/1000 ports & 4*1/10Gbps Uplink with Min. 2 no's of Fiber based SFP and

internal RPS equipped with 370w PoE budget redundancy

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers2 81 3.4 The Switch should support stacking of switches Please clarify, do we need to consider stacking with virtual chassis technology with which multiple switches in stack

shall operate as one logical Layer 3 Switch for higher avalaibility ?

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements. 3 81 5.4 The switch should have to support OSPFv2 and OSPFv3 protocols for

routing from day 1

Please clarify, do we need to consider BGP support, it will be required for summurising the routes in different

autonomous networks

As per Draft RFP

4 83 7 Request for Addition:

Switch should support openflow v1.3

Openflow v1.3 is an open standrad for ease of managament and brings higher avalibiltiy in networks. Its being adopted

by all leading OEM's. So, would request you to consider switch with SDN openflow v1.3

As per Draft RFP

5 84 8 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port

and 1 SFP-based Gigabit Ethernet port with single mode transceiver, 1 port active)

Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches,

please change clause as

8 Ethernet 10/100/1000 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet

port and 1 SFP-based Gigabit Ethernet port with single mode transceiver, 1 port active)

8 Ethernet 10/100/1000 ports and 2 SFP-based

Gigabit Ethernet uplink port with populated single

mode transceiver

6 85 IPv6 protocol support Please clarify, do we need to consider switch with IPv6 QoS, IPv6 hardware ACL for prioritising the IPv6 traffic? As per Draft RFP

7 86 OEM should be in " Leaders Quadrant of latest Gartner's magic

Quadrant for the Wired and wireless LAN access infrastructure

2019"

The Leaders quadrant has Cisco, HPE and Extreme OEM's, which is restricting open competition, so request you to

consider all OEM's featured in Gartners magic quadrant report as being considered for L3 Switches. Please change

clause as

OEM should be in " latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019" And

all switches shall be from same OEM for ease of integration

As per Draft RFP

8 86 1.4 128 MB flash, 256 MB DRAM Flash memeory varies with OEM harware design, please consider minimum 64MB flash memory As per Draft RFP

9 86 5 Request for Addition:

Switch should support openflow v1.3

Openflow v1.3 is an open standrad for ease of managament and brings higher avalibiltiy in networks. Its being adopted

by all leading OEM's. So, would request you to consider switch with SDN openflow v1.3

As per Draft RFP

10 67 SLA for Network Equipment: For higher avaliability and network security, we recommend to consider Zero touch recovery of failed switches, auto-

backup of switch configurations, blocking of switch ports upon detection of threats like viruses, malwares on Security

appliance Firewall WAN port

As per Draft RFP

11 14 4. PRE-QUALIFICATION /

ELIGIBILITY CRITERIA, Sr.

No. 6

Certifications: The bidder must possess, at the time of bidding, a valid ISO 9001 / ISO 20000 / ISO 27001/ CMMi

Level V.

BSNL, being a Central Govt. PSU, should be exempted from this condition As per Draft RFP

12 16 5.1. Detailsof Scope of

Work (SoW) A (1) Pre-

implementation (a)

RISL shall provide the list of sites to be connected to bidder/SPs. Bidder/SPs shall perform Site-survey of all the

ordered locations for feasibility. The Bidder/SPs shall intimate feasible links within specified timelines. If no

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

bidder/SP.

(A) If some location is found not-feasible on existing media and bidder/SP intimate RISL within specified time, whether

RISL will pay the additional one-time charges to make the location feasible?

(B) After commissioning of circuit, if the office is shifted to some not-feasible location, can bidder/SP then declare the

new location as Non-feasible and deny to shift the circuit?

As per Draft RFP

13 17 5.1. Detailsof Scope of

Work (SoW) A (2)

Implementation (b)

The Equipment to be installed by the Bidder/SP shall extend an electrical Ethernet interface to the end CPE

equipment (Router/Layer3 Switch) installed at each location. The required Router/Switch, UPS, Rack and earthing

shall be provided by the RISL.

Should be clarified further. As per Draft RFP

14 28 5.2 Project Milestones,

Deliverables& Timelines

Agreement Signing Time Frame: Within 15 days

of issue of LOI

Should be increased to at least 21 days As per Draft RFP

15 29 5.2 Project Milestones,

Deliverables& Timelines

(a)

Lot Size and Commissioning timelines Whether Link Commissioning timeline, begins from the date of work order or after expiry of Link Feasibility timeline? As per Draft RFP

16 52 7. GENERAL TERMS AND

CONDITIONS OF TENDER

& CONTRACT (17)

Sub-contracting BSNL gets various activities executed through its empannelled System Integrators whether this clause will apply on

such type of work execution?

As per Draft RFP

17 91 Item No.30 Point 5 Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Please put slash is cross member/fluted member as both are different types of separators .Also request to remove Zero

Bit Error verified by ETL as this test is outdated and no OEM get this ETL verification program done and same can be

cjecked from Intertek website under ETL verification program directory ( https://www.intertek.com/cabling-products/)

Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

18 91 Item No.30 Point 7 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz Allow Box packing of 500 meters also as mostly european companies provide 500 meter cable box Box of 305/500 meters Packing, 45ns MAX. Delay

Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

19 92 Item No.31 Point 5 Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Please put slash is cross member/fluted member as both are different types of separators .Also request to remove Zero

Bit Error verified by ETL as this test is outdated and no OEM get this ETL verification program done and same can be

cjecked from Intertek website under ETL verification program directory ( https://www.intertek.com/cabling-products/)

Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

20 92 Item No.31 Point 7 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz Allow Box packing of 500 meters also as mostly european companies provide 500 meter cable box Box of 305/500 meters Packing, 45ns MAX. Delay

Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

21 93 Item No.32 Point 5 Accessories Strain relief and bendlimiting

boot for cable , Approval UL or ETL or 3P

Plesae make it Approval UL and ETL verified or 3P verified (ETL alone done not mean any thing as ETL verified is the

conformance mark )Also UL is for fire and ETL and 3P are for performance so option between ETL verified or 3P can be

given but UL being a different certificate can not be included in option

As per Draft RFP

22 93 Item No.32 Point 9 ROHS Compliant , 3rd party from bodies like ETL verified (ETL report should be submitted) Pleae make it 3rd party from bodies like ETL verified/3P (ETL/3P certificate to be available on respective

website).These verification certificates are on only valid if they are present on testing lab website .

As per Draft RFP

23 93 Item No.32 Point 11 1-port with shutter , High ImpactPlastic Body ABS material Please allow hinged dust cover also As per Draft RFP

24 93 Item No.32 Point 13 Screw hole covers – to be suppliedwith plate Please remove as it differs on OEM to OEM design As per Draft RFP

25 93 Item No.32 Point 14 Plug in Icons – Icon tree – to be supplied with plate This is OEM specific only one OEM complies please remove As per Draft RFP

26 94 Item No.33 Point 14 Jack Panel should be RoHS Complaint Please add certification for information outlet in panel also like IO is Jack panel should be ETL verified/3P verified

(ETL/3P certificate to be available on respective website)

As per Draft RFP

27 95 Item No.34 Point 14 Jack Panel should be RoHS Complaint Please add certification for information outlet in panel also like IO is Jack panel should be ETL verified/3P verified

(ETL/3P certificate to be available on respective website)

As per Draft RFP

28 95 Item No.35 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

29 95 Item No.35 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

30 96 Item No.36 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

31 96 Item No.36 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

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

NIB Ref No: F3.3(292)/RISL/Pur/2020/8086

RESPONSES TO PREBID QUERIES/SUGGESTIONS/CLARIFICATIONS

Page 2: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

32 97 Item No.37 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

33 97 Item No.37 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

34 98 Item No.38 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

35 98 Item No.38 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

36 14 4 B a) A valid UASL/USL/CMTS/2G/3G And NLD License for Rajasthan Telecom Circle duly issued by DoT same is not required for providing ILL/MPLS & NLD services. IBW services are provided through Unified License &

MPLS/P2P services comes under NLD License same may be considered. The above condition disqualifies POWER GRID

Corporation of India Limited ( A Maharatna PSU under ministry of POWER from participating & a partner of National

Knowledge Network) to come as NBSP & restricts competition.

A valid UL-Internet Service-Category-A and NLD

Licenses for Rajasthan Telecom Circle duly issued by

DoT.

37 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G

single mode transceivers.

Please clarify, do we need to consider internal redundant power supplies for higher avaliability? Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers38 81 3.4 The Switch should support stacking of switches Please clarify, with stacking do we consider switches with Virtual chassis/IRF/VSS/equivalent technology? The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements. 39 81 5.4 The switch should have to support OSPFv2 and OSPFv3 protocols for

routing from day 1

Please clarify, do we need to consider BGP for IPv4 and IPv6 from day-1? As per Draft RFP

40 84 8 Ethernet 10/100 ports and 2 dual-purpose uplinks (each dual-purpose uplink port has 1 10/100/1000 Ethernet port

and 1 SFP-based Gigabit Ethernet port with single mode transceiver, 1 port active)

We don’t have fast ethernet switches, as technology is outdated, so please consider 8x1G Base-T PoE+ switch with

2x1G SFP+ slots

8 Ethernet 10/100/1000 ports and 2 SFP-based

Gigabit Ethernet uplink port with populated single

mode transceiver

41 85 IPv6 protocol support Please clarify, with IPv6, do we need to prioritise the IPv6 traffic and IPv6 ACL for security? As per Draft RFP

42 86 OEM should be in " Leaders Quadrant of latest Gartner's magic

Quadrant for the Wired and wireless LAN access infrastructure

2019"

The Leaders quadrant has Cisco, HPE and Extreme OEM's, which is restricting open competition, so request you to

consider all OEM's featured in Gartners magic quadrant report as being considered for L3 Switches. Please change

clause as

OEM should be in " latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019" And

all switches shall be from same OEM for ease of integration

As per Draft RFP

43 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

44 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45

autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based

SFP Uplink portspopulated with 1G

single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP

Uplink ports populated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

45 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justification : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements.

46 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of

redundancy and resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing / 1000 IPv4 routes"

47 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbour Discovery Inspection,

Neighbour Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

48 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

49 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

50 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troubleshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

51 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justification: This feature helps in reducing power consumption

As per Draft RFP

52 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justification : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

53 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

54 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

55 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

Page 3: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

56 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

57 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

58 Page 79 3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

59 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

60 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

61 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

62 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

63 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

64 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

65 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

66 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

67 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

68 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

69 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

70 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

71 13 4. Pre-Bid Qualification

Criteria

S.No. 2 - Financial

Turnover

Annual Average Turnover of the bidder from IT/ ITeS/ Networking(Active/Passive Network Component/ Data Center

Equipments) during the last three financial years, i.e., 2016-2017 to 2018-19 (as per the last published audited

balance sheets), should be at least Rs. 250 crores

We request you to please amend the clause as:

"Annual Average Turnover of the bidder during the last three financial years, i.e., 2016-2017 to 2018-19 (as per the

last published audited balance sheets), should be at least Rs. 250 crores

AND

Annual Turnover of the bidder from IT/ ITeS/ Networking(Active/Passive Network Component/ Data Center

Equipments) during the last financial year, i.e., 2018-19 should be at least Rs. 40 crores"

As per Draft RFP

72 91 Item No.30 Point 5 Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Please put slash is cross member/fluted member as both are different types of separators .Also request to remove Zero

Bit Error verified by ETL as this test is outdated and no OEM get this ETL verification program done and same can be

cjecked from Intertek website under ETL verification program directory ( https://www.intertek.com/cabling-products/)

Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

73 91 Item No.30 Point 7 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz Allow Box packing of 500 meters also as mostly european companies provide 500 meter cable box Box of 305/500 meters Packing, 45ns MAX. Delay

Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

74 92 Item No.31 Point 5 Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Please put slash is cross member/fluted member as both are different types of separators .Also request to remove Zero

Bit Error verified by ETL as this test is outdated and no OEM get this ETL verification program done and same can be

cjecked from Intertek website under ETL verification program directory ( https://www.intertek.com/cabling-products/)

Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

75 92 Item No.31 Point 7 Box of 305 meters Packing, 45ns MAX. Delay Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz Allow Box packing of 500 meters also as mostly european companies provide 500 meter cable box Box of 305/500 meters Packing, 45ns MAX. Delay

Skew, 100 Ohms + /- 15 ohms for 1 to 250 MHz

76 93 Item No.32 Point 5 Accessories Strain relief and bendlimiting

boot for cable , Approval UL or ETL or 3P

Plesae make it Approval UL and ETL verified or 3P verified (ETL alone done not mean any thing as ETL verified is the

conformance mark )Also UL is for fire and ETL and 3P are for performance so option between ETL verified or 3P can be

given but UL being a different certificate can not be included in option

As per Draft RFP

77 93 Item No.32 Point 9 ROHS Compliant , 3rd party from bodies like ETL verified (ETL report should be submitted) Pleae make it 3rd party from bodies like ETL verified/3P (ETL/3P certificate to be available on respective

website).These verification certificates are on only valid if they are present on testing lab website .

As per Draft RFP

78 93 Item No.32 Point 11 1-port with shutter , High ImpactPlastic Body ABS material Please allow hinged dust cover also As per Draft RFP

79 93 Item No.32 Point 13 Screw hole covers – to be suppliedwith plate Please remove as it differs on OEM to OEM design As per Draft RFP

80 93 Item No.32 Point 14 Plug in Icons – Icon tree – to be supplied with plate This is OEM specific only one OEM complies please remove As per Draft RFP

81 94 Item No.33 Point 14 Jack Panel should be RoHS Complaint Please add certification for information outlet in panel also like IO is Jack panel should be ETL verified/3P verified

(ETL/3P certificate to be available on respective website)

As per Draft RFP

82 95 Item No.34 Point 14 Jack Panel should be RoHS Complaint Please add certification for information outlet in panel also like IO is Jack panel should be ETL verified/3P verified

(ETL/3P certificate to be available on respective website)

As per Draft RFP

83 95 Item No.35 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

84 95 Item No.35 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

85 96 Item No.36 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

86 96 Item No.36 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

87 97 Item No.37 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

88 97 Item No.37 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

Page 4: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

89 98 Item No.38 Point 4 4 Pair 24 AWG Copper Cable with integral cross member pair, transparent slim line clear anti-snag

slip on boots and factory moulded RJ-45 plugs at both end LSZH sheath.

Please 26 AWG also as in patch cord it is easier to do rack dressing and increase flexibility . As per Draft RFP

90 98 Item No.38 Point 8 Load bar polycarbonate, Jacket

FRPVC

Plesae remove this line as Jacket asked in point no 4 is LSZH and here PVC request to remove this line to avoid

confussion

As per Draft RFP

91 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

92 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45

autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based

SFP Uplink portspopulated with 1G

single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP

Uplink portspopulated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

93 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justificaton : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements.

94 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of

redundancy and resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing / 1000 IPv4 routes"

95 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbor Discovery Inspection,

Neighbor Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

96 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

97 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

98 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troublshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

99 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justificaiton : This feature helps in reducing power consumption

As per Draft RFP

100 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justificaiton : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

101 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

102 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

103 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

104 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

105 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

106 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

107 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

108 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

109 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

110 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

111 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

112 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

113 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

114 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

115 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

116 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

117 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

Page 5: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

118 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

119 74/141 Item No. 17: - 6U Wall

Mount indoor Network

Rack

12 > Certifications > UL Listed. Only one or two rack OEM has UL certificate which is for their safety standard, not for the construction of rack, please

remove this condition as already you have asked IS014001:2004, which is meant for Quality Standard, please remove

" UL listed"

As per Draft RFP

120 84/141 Item No. 26: - L3 Outdoor Switch We are considering this as L2 Switch, as you have given permission on Topology Selection "Bidder has to decide switch

model type, be it L2 or L3 as per their design principle"

Bidder has to make sure that spanning tree related

loops are prevented at each and every layer.

121 86/141 Item No. 27: - L 2 Switch OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

Kindly change the requirement as "OEM should be in "Gartner Magic Quadrant for wired and wireless LAN 2019" as

you have asked in L3 Switch, for not restricting OEM to participate

As per Draft RFP

122 86/141 Item No. 27: - L 2 Switch 1.4 > 128 MB flash, 256 MB DRAM the size of Flash is OEM specific as it is used to store the IOS , which can be compact , kindly don't restrict on this, as

size of DRAM is usually considered for full functionality

Please change the size to " 32 MB Flash "

As per Draft RFP

123 87/141 Item No. 27: - L 2 Switch 4.3 > DiffServ Differentiated services (DiffServ) is sub set of Quality of Service (QoS) policies. Which is already complied ,

Kindly remove separate support of " DiffServ"

As per Draft RFP

124 90/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CMR rating) 23 AWG

solid bare copper conductor

Usually CM rated cable is widely available, suitable for in-wall installation of Ethernet cables, while CMR cable is

suitable for use in Riser installation between floors , CM type is inexpensive 23 AWG solid bare copper conductor,

asking for CMR is only increasing the cost of cable and favouring some specific OEM. so Please change to "

(UL certificate should be submitted for CM/CMR rating"

Unshielded Twisted Pair, Category6, TIA / EIA 568-

C.2: (UL certificate should be submitted for CM/CMR

rating) 23 AWG solid bare copper conductor

125 91/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3 When we are requesting to change the requirement to CM/CMR , please change to " FRPVC CM/CMR rated jacket as

per UL 1666 or IEC 60332-3 "

Polyethylene insulation/LSZH, CM/CMR rated jacket

as per UL 1666 or IEC 60332-3

126 91/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals {ETL report for zero bit should be submitted)

Certificate to be submitted accordingly for CM/CMR type cable Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

127 92/141 Item No.31: - Cat 6

Ethernet Cable

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CMR rating) 23 AWG

solid bare copper conductor

Usually CM rated cable is widely available, suitable for in-wall installation of Ethernet cables, while CMR cable is

suitable for use in Riser installation between floors , CM type is inexpensive 23 AWG solid bare copper conductor,

asking for CMR is only increasing the cost of cable and favouring some specific OEM. so Please change to "

(UL certificate should be submitted for CM/CMR rating"

Unshielded Twisted Pair, Category6, TIA / EIA 568-

C.2: (UL certificate should be submitted for CM/CMR

rating) 23 AWG solid bare copper conductor

128 92/141 Item No.31: - Cat 6

Ethernet Cable

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3 When we are requesting to change the requirement to CM/CMR , please change to " FRPVC CM/CMR rated jacket as

per UL 1666 or IEC 60332-3 "

Polyethylene insulation/LSZH, CM/CMR rated jacket

as per UL 1666 or IEC 60332-3

129 92/141 Item No.31: - Cat 6

Ethernet Cable

Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Certificate to be submitted accordingly for CM/CMR type cable Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

130 92/141 Item No.31: - Cat 6

Ethernet Cable

Attenuation(dB/100m) 32.8MAX. At 250MHz, 43.2MAX. At 400MHz, 54.8MAX. at 250 MHz Please check as different Attenuation(dB/100m) value is asked for 250 MHz, Please ask to submit the channel

performance chart in datasheet

Attenuation(dB/100m) - 32.8MAX. At

250MHz

131 93/141 Item No. 32: -

Information Outlets

Jack contacts : Beryllium copper Please add the option of " The Jack contact can be phosphor bronze with gold plated " which is widely accepted Jack contacts: Beryllium copper/ phosphor bronze

with thick gold and minimum thick nickel under

plate, Performance

Characteristics Attenuation, NEXT,

PS NEXT, FEXT and Return Loss, IDC

Contact: Phosphor bronze

50micron" gold plated contact

Surface

132 98/141 Item No. 39: - 6 core

ADSS OFC

Compliance to TEC/GR/TX/OAF-001/03 MAR 2017 and GR No. GR/OAF-01/02. JUL 2005 and subsequent

amendments, if any.

TEC/GR is very rare available and very few 1 or 2 OEM are complied to this, being ADSS construction, it should be

allowed on the performance basis and should have approval EIA/TIA in place of TEC GR,

As per Draft RFP

133 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

134 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45

autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based

SFP Uplink portspopulated with 1G

single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP

Uplink portspopulated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

135 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justificaton : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements

136 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of

redundancy and resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing/1000 IPv4 routes

137 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbor Discovery Inspection,

Neighbor Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

138 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

Page 6: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

139 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

140 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troublshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

141 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justificaiton : This feature helps in reducing power consumption

As per Draft RFP

142 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justificaiton : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

143 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

144 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

145 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

146 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

147 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

148 Page 79 3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

149 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

150 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

151 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

152 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

153 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

154 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

155 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

156 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

157 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

158 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

159 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

160 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

161 13 ELIGIBILITY CRITERIA:

Point 4.2

Annual Average Turnover of the bidder from IT/ITeS/ Networking(Active/Passive Network Component/Data Center

Equipments) during the last three financial years, i.e., 2016-2017 to 2018-19 (as per the last published audited

balance sheets), should be at least Rs. 250 crores

We request you to kindly amend the point as under:

Annual Average Turnover of the bidder from IT/ITeS during

the last three financial years, i.e., 2016-2017 to 2018-19 (as per the last published audited balance sheets), should be

at least Rs. 120 crores

As per Draft RFP

162 13 ELIGIBILITY CRITERIA:

Point 4.2

A. The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/ Switches and other active network equipment) value not less than the amount of Rs. 30.00CR during the

period from 01/04/2015 to 31/03/2020. or

two project of Supply and Installation of active Networking devices (Router/Switches and other active network

equipment) value not less than the amount of Rs. 40 CR during the period from 01/04/2015 to 31/03/2019. (Bidder

to submit the documents as per Annexure - 15)

AND

B.The bidder must have agreement with minimum Three NBSP (Network Bandwidth Service Provider) within 15 days

of LOI. At the time of Tripartite agreement,The NBSP should have:

a) Avalid UASL/USL/CMTS/2G/3G And NLD License for Rajasthan Telecom Circle duly issued by DoT.

b) Network management center with DR facility, at different locations in India.

We request you to kindly amend the point as under:

A. The bidder or its consortium Partner must have successfully completed One project of Supply and Installation of

large IT Infrastructure set up or active Networking devices (Router/ Switches and other active network equipment)

value not less than the amount of Rs. 30.00CR during the period from 01/04/2015 to 31/03/2020. or

two projects of Supply and Installation of large IT Infrastructure set up or active Networking devices (Router/Switches

and other active network equipment) value not less than the amount of Rs. 40 CR during the period from 01/04/2015

to 31/03/2019. (Bidder to submit the documents as per Annexure - 15)

AND

B.The bidder must have agreement with minimum Two NBSP (Network Bandwidth Service Provider) within 15 days of

LOI. At the time of Tripartite agreement,The NBSP should have:

a) Avalid UASL/USL/CMTS/2G/3G And NLD License for Rajasthan Telecom Circle duly issued by DoT.

b) Network management center with DR facility, at different locations in India.

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the

period from 01/04/2015 to

31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

163 49 Joint Venture, Consortium or Association We request you to kindly allow consortium of at least two parties. As per Draft RFP

164 74/141 Item No. 17: - 6U Wall

Mount indoor Network

Rack

12 > Certifications > UL Listed. Only one or two rack OEM has UL certificate which is for their safety standard, not for the construction of rack, please

remove this condition as already you have asked IS014001:2004, which is meant for Quality Standard, please remove

" UL listed"

As per Draft RFP

165 84/141 Item No. 26: - L3 Outdoor Switch We are considering this as L2 Switch, as you have given permission on Topology Selection "Bidder has to decide switch

model type, be it L2 or L3 as per their design principle"

Bidder has to make sure that spanning tree related

loops are prevented at each and every layer.

Page 7: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

166 86/141 Item No. 27: - L 2 Switch OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

Kindly change the requirement as "OEM should be in "Gartner Magic Quadrant for wired and wireless LAN 2019" as

you have asked in L3 Switch, for not restricting OEM to participate

As per Draft RFP

167 86/141 Item No. 27: - L 2 Switch 1.4 > 128 MB flash, 256 MB DRAM the size of Flash is OEM specific as it is used to store the IOS , which can be compact , kindly don't restrict on this, as

size of DRAM is usually considered for full functionality

Please change the size to " 32 MB Flash "

As per Draft RFP

168 87/141 Item No. 27: - L 2 Switch 4.3 > DiffServ Differentiated services (DiffServ) is sub set of Quality of Service (QoS) policies. Which is already complied ,

Kindly remove separate support of " DiffServ"

As per Draft RFP

169 90/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CMR rating) 23 AWG

solid bare copper conductor

Usually CM rated cable is widely available, suitable for in-wall installation of Ethernet cables, while CMR cable is

suitable for use in Riser installation between floors , CM type is inexpensive 23 AWG solid bare copper conductor,

asking for CMR is only increasing the cost of cable and favouring some specific OEM. so Please change to "

(UL certificate should be submitted for CM/CMR rating"

Unshielded Twisted Pair, Category6, TIA / EIA 568-

C.2: (UL certificate should be submitted for CM/CMR

rating) 23 AWG solid bare copper conductor

170 91/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3 When we are requesting to change the requirement to CM/CMR , please change to " FRPVC CM/CMR rated jacket as

per UL 1666 or IEC 60332-3 "

Polyethylene insulation/LSZH, CM/CMR rated jacket

as per UL 1666 or IEC 60332-3

171 91/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals {ETL report for zero bit should be submitted)

Certificate to be submitted accordingly for CM/CMR type cable Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

172 92/141 Item No.31: - Cat 6

Ethernet Cable

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CMR rating) 23 AWG

solid bare copper conductor

Usually CM rated cable is widely available, suitable for in-wall installation of Ethernet cables, while CMR cable is

suitable for use in Riser installation between floors , CM type is inexpensive 23 AWG solid bare copper conductor,

asking for CMR is only increasing the cost of cable and favouring some specific OEM. so Please change to "

(UL certificate should be submitted for CM/CMR rating"

Unshielded Twisted Pair, Category6, TIA / EIA 568-

C.2: (UL certificate should be submitted for CM/CMR

rating) 23 AWG solid bare copper conductor

173 92/141 Item No.31: - Cat 6

Ethernet Cable

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3 When we are requesting to change the requirement to CM/CMR , please change to " FRPVC CM/CMR rated jacket as

per UL 1666 or IEC 60332-3 "

Polyethylene insulation/LSZH, CM/CMR rated jacket

as per UL 1666 or IEC 60332-3

174 92/141 Item No.31: - Cat 6

Ethernet Cable

Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Certificate to be submitted accordingly for CM/CMR type cable Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

175 92/141 Item No.31: - Cat 6

Ethernet Cable

Attenuation(dB/100m) 32.8MAX. At 250MHz, 43.2MAX. At 400MHz, 54.8MAX. at 250 MHz Please check as different Attenuation(dB/100m) value is asked for 250 MHz, Please ask to submit the channel

performance chart in datasheet

Attenuation(dB/100m) - 32.8MAX. At

250MHz

176 93/141 Item No. 32: -

Information Outlets

Jack contacts : Beryllium copper Please add the option of " The Jack contact can be phosphor bronze with gold plated " which is widely accepted Jack contacts: Beryllium copper/ phosphor bronze

with thick gold and minimum thick nickel under

plate, Performance

Characteristics Attenuation, NEXT,

PS NEXT, FEXT and Return Loss, IDC

Contact: Phosphor bronze

50micron" gold plated contact

Surface

177 98/141 Item No. 39: - 6 core

ADSS OFC

Compliance to TEC/GR/TX/OAF-001/03 MAR 2017 and GR No. GR/OAF-01/02. JUL 2005 and subsequent

amendments, if any.

TEC/GR is very rare available and very few 1 or 2 OEM are complied to this, being ADSS construction, it should be

allowed on the performance basis and should have approval EIA/TIA in place of TEC GR,

As per Draft RFP

178 18 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES

5.1. Detailsof Scope of

Work (SoW)

A. Rate Contract of

MPLS, P2P and Internet

Lease Line connectivity.

2. Implementation:

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

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

accepted only when a link has been detected in NMS.

Kindly share NMS detail provided by RISL for better understanding. As per Draft RFP

179 21 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES

5.1. Detailsof Scope of

Work (SoW)

B. Rate Contract for

Network Infrastructure

a. Rate Contract for

Network Equipments

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

existing network switches and routers:

Sr.NO Make / Model

1 CISCO ASR 9010

2 CISCO ASR 903 & 7206VXRG2/VSAVPNK9

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

4 CISCO ASR 903 / C2911-VSEC/K9

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

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

7 Brocade VDX 6740

8 Brocade ICX 7450

9 HP Aruba 2530

We can procure supporting SFP, but support require from Cisco/Broacade/Aruba from RISL end for require

license/Software upgradation to integrate in existing equipment at RISL

As per Draft RFP

180 Uplink for ILL/MPLS is from single point or distributed points? Request for Network Architecture of existing network

with line diagram for better network design

As per Draft RFP

181 73 ANNEXURE-1: BILL OF

MATERIAL (BOM)

PART – B: Network Equipments, LAN Work& Site Shifting (Rate Contract): Kindly provide the timeline for delivery of Whole quantity mentioned in RFP.Also kindly elobarate the criteria of

Payment released against delivered equipments/materials.

As per Draft RFP

182 72 ANNEXURE-1: BILL OF

MATERIAL (BOM)

PART – A: MPLS,P2P and ILL Connectivity (Rate Contract): For MPLS 4 Mbps to 32 Mbps line items -Kindly share the distance from HUB location BW wise. As per Draft RFP

183 29 5.2 Project Milestones,

Deliverables& Timelines

a. For MPLS and P2P & ILL Connectivity Request for payment to be released LOT wise after successful Go Live of the links of respective LOT. As per Draft RFP

184 80 ANNEXURE-1: BILL OF

MATERIAL (BOM)

Item No. 25: - L 3 Switch Kindly allow PMA compliance-Make in India switch for Item No. 25: - L 3 Switch As per Draft RFP

185 30 5.2 Project Milestones,

Deliverables& Timelines

Note:-

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

should be raised in the name of department for which goods and services will be taken. The name for which billing

will be done, shall be intimated by RISL

Kindly clarify the procedure for bill submission and payment released from RISL(single window) As per Draft RFP

186 29 5.2 Project Milestones,

Deliverables& Timelines

a. For MPLS and P2P &

ILL Connectivity

Note:

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

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

Kindly clarify the allotment of last lot is towards the partial allotment or the last of whole project As per Draft RFP

Page 8: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

187 81,87 1.1 OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019". For Switches following has to be adhered : The offered product shall be a domestically manufactured product

complying with the Indian government regulations/ notifications regarding domestically manufactured/ produced

products including requirements of Ministry of Electronics and Information technology (MEITY) notification reference

File No. 1(10)/2017-CLES dated 02/07/2018. The product shall be accepted only on submission of Proof of compliance

to the abovereferred notification. OR

The offered product shall be in the latest Leaders quadrant in the Gartner magic quadrant for relevant items for Year

2019. In case a new Gartner magic quadrant for relevant items is released before the technical bid opening date,

products present in the Leaders quadrant in the new report shall also be accepted.

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

188 82 4.6 IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6 This is a L3 feature and in RFP same is mentioned under L2 feature with repeat of same clause in L3 features as well.

our understanding is this is a typo error and same has be to deleted kindly confirm.

As per Draft RFP

189 83 5.6 The switch should support Dual stack (IPV4 and IPV6) to transition from IPv4 to IPv6, supporting connectivity for

both protocols

Dual stack and IPv4 to IPv6 transition both are different set of features and in fact for transition major role is of DNS

server not on switch. We request you to modify the clause as " The switch should support Dual stack (IPV4 and IPV6)".

Kindly confirm.

As per Draft RFP

190 88 3.6 IPv6 host and Dual stack (IPv4/IPv6) support to provide transition mechanism from IPv4 to IPv6 Our understanding is this is a L3 feature and same is not required in L2 switch. We request you to kindly delete the

same from L2 switch specification. Kindly confirm

As per Draft RFP

191 None L3 & L2 switches None There hasn’t been any mention of type of Power Supply for both L3 & L2 switch . We understand that AC Power

supply would be available at these locations and hence both L3 & L2 switches should have AC Power Supply modules.

Please confirm if our understanding is correct.

As per Draft RFP

192 None L3 Outdoor switch None There hasn’t been any mention of type of Power Supply for L2 outdoor switch . as per standard industrial practices

industrial grade switches always haves DC input. we understand DC power module required for outdoor L3 switch and

shall be supply with AC-DC convertor based on the availability of power supply at site . Please confirm if our

understanding is correct.

As per Draft RFP

193 None L3 & L2 switches 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.

As per Draft RFP

194 None NMS None There hasn’t been any features mentioned for NMS functionality for management of switches from a centralized

location. Network with such qty of switches should be deploy with FCAPS model to their respective NMS to enable

ease in management of devices. kindly confirm

As per Draft RFP

195 None NMS None We request to accommodate FCAPS model NMS functionality in RFP along with Qty of NMS in BoQ as well As per Draft RFP

196 12 3 Project Profile Project Profile - The connectivity (MPLS/P2P/ILL) shall be provided to Government offices and shall be integrated

with RajSWAN network. Also the active and passive component of networking shall be deployed in Government

premises.

The connectivity should be integrated to RAJNET or RAJSWAN network , please clarify as both are having different

architecture. Also, the tender subject says RAJNET network and not RAJSWAN. Please amend

As per Draft RFP

197 12 4 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA -

Legal Entity Note: Consortium of firms is not allowed Please clarify why the consortium is not allowed ? In such a large scale project Consortium should be allowed to have

better chances of higher participation

As per Draft RFP

198 13 4 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA -

Technical Capability Please clarify why there is no technical capability requirement mentioned for NBSP. Why is completion certificate not

asked from the NBSP for atleast one major project of similar magnitude.

As per Draft RFP

199 13 4 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA -

Technical Capability Please clarify Why there is no class of NBSP is mentioned ? There is a list of NBSP approved by DOT available on DOT

website. You should ideally allow only CLASS A NBSPs having own network in Rajasthan.

A valid UL-Internet Service-Category-A and NLD

Licenses for Rajasthan Telecom Circle duly issued by

DoT.

200 13 4 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA -

Technical Capability Certifications The bidder must possess, at the time of bidding, a valid ISO 9001 / ISO 20000 / ISO

27001/ CMMi Level V.

Please clarify - Will any one of these documents suffice or all of them required. As per Draft RFP

201 13 4 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA -

PRE-QUALIFICATION / ELIGIBILITY CRITERIA - Financial: Net

Worth The net worth of the bidder as on 31-03- 2019 should be ‘Positive’.

Please clarify - Is there any specific formula for evalutaing the net worth ? Omitted

202 16 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity.

Connectivity termination at end-office and SHQ should be on Ethernet only. Any requirement of converter shall be

provided by bidder only without any cost to purchaser. The cost of earthing for equipment/RF Pole/mast, if any, shall

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

radio/OFC, however, required throughput should be ensured by the SP. Network Rack, Router/Layer 3 switch, Rack

and UPS shall be provided by RISL.

i) Connectivity will be terminated on Fast ethernet? Pls confirm

ii) Pls mention what all converters are requried?

Iii) Requisite Space, Power, permission and space will be arranged by RISL, Pls confirm

As per Draft RFP

203 16 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity.

The bidder shall be required to extend FE connectivity to RISL router using LAN cable. Pls confirm avg. distance between POE & Router for cable length As per Draft RFP

204 16 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity.

The orders may be placed in a phased manner i.e. RRC mode Pls provide clarity phased manner As per Draft RFP

205 16 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity.

The bidder has to provide MPLS connectivity from Government premise to RSDC, Jaipur By MPLS it is understood as L3 MPLS, Please confirm. L3 MPLS confiuration at PE, protocol & other details

WAN IP & LAN IP details to be provided by RISL. Pls confirm

As per Draft RFP

206 16 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 1. Pre-

implementation (a)

RISL shall provide the list of sites to be connected to bidder/SPs. Bidder/SPs shallperform Site-survey of all the

ordered location for feasibility. The Bidder/SPs shall intimate feasible links within specified timelines. If no

intimation is provided bybidder/SPs within specified days, it shall be deemed that the site(s)are feasibleto

the bidder/SP.

Claritification will be require on number of Days . Also RISL should provide access letter to the site location to the

Bidder/SP team along with the list of sites for feasibilities. If Bidder/SP are unable to submit the feasibility due to

access issues at the location and if these sites got deemed feasible, Bidder /SP will not pay penalties due to non

feasibilities of such sites later on - RISL needs to first provide the access letter and concerned SPOC to contact in

department and then start considering the timelines for feasibilities in that case.

As per Draft RFP

207 16 5 The broad scope of work for the BIDDER/SP during the period of contract/ engagement includes commissioning &

maintenance of connectivity(MPLS, P2P and Internet Lease Line) provided at various government premises located

anywhere in the State of Rajasthan. The bidder has to provide MPLS connectivity from Government premise to RSDC,

Jaipur. The MPLS topology will be HUB and SPOKE where HUB is RSDC Jaipur and SPOKE locations are various

Government offices across the state.

Please provide the addresses of Government premises as the higher bandwidth requirements would require fibre

laying and the cost varies to lay the fibre varies from city to city.

As per Draft RFP

Page 9: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

208 16 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - It is proposed to enter into Rate Contract with selected SIs at L-1

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

agreement with RISL and with minimum two NBSP.

Please clarify whether two or three NBSP are required as in the Technical capability it is mentioned as minimum three .

Please correct either of them.

Selected Bidder/SI shall be required to sign a

tripartite agreement with RISL and with minimum

three NBSP

209 16 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.1. Detailsof Scope of Work (SoW) - 1. Pre-implementation c) If

the bidder fails to provide the connectivity after submitting feasibility, a penalty,

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

The reason for non delivery should not be attributed to NBSP if the Government body changes the location of the

office, denies the pole/mast permission or proper Space and Power is not available. No penalty should be applicable if

the reason are attributed to Government office. Pls confirm on this

As per Draft RFP

210 16 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.1. Detailsof Scope of Work (SoW) - 1. Pre-implementation d)

The requisite space & 5A AC power for installing the equipment at the designated locations shall be provided by

respective state government office/RISL.

The UPS power should be available 24X7 for the MPLS Connectivity with atleast 2 Hrs Power Backup. If power fails and

the links goes down , it should not be attributed to NBSP.

As per Draft RFP

211 17 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 1. Pre-

implementation ( e )

Bidder/SP, in consultation with the nodal officer of the respective location, shall ensure proper positioning and

electric earthing at each designated project location wherever required, before setting up tower/Mast/network CPE

equipments, if any. However, the existing earth at respective location can also be utilized for the indoor equipment

ONLY with proper permission from department/RISL.

Can You please share List of Location where Eathing is currently Present and where it is not As per Draft RFP

212 17 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 1. Pre-

implementation (d)

The requisite space & 5A AC power for installing the equipment at the designated locations shall be provided by

respective state government office/RISL.

UPS power will be required, Pls confirm As per Draft RFP

213 17 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (a)

Implementation: Establishment of Network Connectivity

a) Bidder/SP shall establish an end-to-end secure MPLS connectivity (Wired/ Wireless) with requisite bandwidth

without any compression from respective office to SHQ.

What do we mean by secure MPLS, pls clarify. As per Draft RFP

214 17 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 1. Pre -

implementation (e)

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

ensure proper positioning and electric earthing at each designated project location

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

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

equipment ONLY with proper permission from department/RISL.

We understand this clause is related to earthing for RF mast, pls confirm.

In building earthing for equipments from power source will be arranged by RISL. Pls confirm

As per Draft RFP

215 17 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (c)

The last mile connectivity at SHQ shall be provided only on fiber and the last mile connectivity end-office location

may be provided either on Wired / Wireless media. No charges shall be paid for aggregated bandwidth at SHQ.

Pls elaborate aggregated bandwidth at SHQ ? Why is it asked Free of Cost. The NBSP needs to invest a lot for the

Backhaul , please make the Aggregated Bandwidth also chargeable.

As per Draft RFP

216 17 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (e)

In case of order for Bandwidth upgradation, the upgradation should be provided in the same link at end office, i.e. if

4 Mbps link is ordered to be upgraded to 6 Mbps then Bandwidth should be increased on the same port. No

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

Please help to clarify the timelines if any for BW upgradation.

Also, please confirm the higher side BW can go upto.

Upgradation is subject to BW availability & existing Hardware compatibility. Please amend accordingly

As per Draft RFP

217 18 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2.

Implementation: ( g )

he bandwidth provided shall be discovered in the NMS provided by the RISL/

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

accepted only when a link has been detected in NMS.

Please Clarify which NMS is used by RISL/DoIT&C to Mointor the links As per Draft RFP

218 18 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (l)

The Bandwidth provided should be transparent to Video, Audio, Data and IP address i.e. it should be possible for

RISL/DoITC to implement QoS and utilize allocated IP Range.

QOS has to be configure on the SP devices as well, pls share the break up for QOS like bw reserved for voice, video,

data and same will be configured at the SP end

As per Draft RFP

219 18 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (n)

The SP/Bidder must obtain the required permission for laying OFC, wherever required, and deposit the charges

prescribed by concerned authority. DoIT&C/RISL shall extend help in obtaining such permission expeditiously.

Customer needs to provide the In-building permission, request to please change accordingly. IBD permission to be

provided by RISL

As per Draft RFP

220 18 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (o)

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

bidder/SP.

Other Activity is a broad term, Pls elaborate on other acitivity ? As per Draft RFP

Page 10: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

221 18 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 2. -

implementation (g)

The bandwidth provided shall be discovered in the NMS provided by the RISL/ DoIT&C. This NMS shall be used to

monitor the SLA. UAT request shall be accepted only when a link has been detected in NMS.

The router provided by the customer should support the feature. Request to please add that in case of any issue with

NMS the delay will not be attributed to SP.

As per Draft RFP

222 19 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning ( c )

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

of minimum 80% links i.e. Go-Live shall be given in a lot. Since there may be possibility of

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

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

As minimum 80% Link need to be submitted and the max lots can be 3 . So Bidder can share any Mix of % in these

three Lots which total combined to 80% of Links as per PO , Is our understanding correct

As per Draft RFP

223 19 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning ( d )

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

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

RISL NOC.

Need Clarity on established connectivity must be detected in

RISL NOC. , What all paramter require to Detected a link in RISL NOC and what would be the format of the letter.

As per Draft RFP

224 19 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning ( e ) A , B

For MPLS Links

i. Latency (Round-trip): The average round trip delay for 1000 diagnostic packets of 100 bytes each between

respective end offices should be less than 60 milliseconds.

ii. Packet Loss: Packet loss for 1000 diagnostic packets of 100 bytes each to transit from end office to DHQ/SHQ

equipment should be < 3%. Three such consecutive tests shall be performed with a time interval of 5 min each to

verify the packet loss/ drop percentage in each link.

iii. Load Test: A file transfer test between respective end offices using FTP may be done to verify the effective

bandwidth/ throughput, if felt necessaryby RISL B. For P2P Links

i. Latency (Round-trip): The average round trip delay for 1000 diagnostic packets of 1500 bytes each between

respective end offices should be less than 40 milliseconds.

ii. Packet Loss: Packet loss for 1000 diagnostic packets of 1500 bytes each to transit from DHQ PoP Equipment to

respective Div.HQ PoP and SHQ equipment should be <1%. Three such consecutive tests shall be

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

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

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

by RISL

Need Clarification on Latency , as this can only be committed bases the location details shared , However at this point

Bidder is not known to the location address … Need clarity on this . Also as per Industry Standard parameter Packet

loss is 5% . Load Test : AN FTP mode of testing is not very reliable to get the link tested , as it involve many parameter

ie Bandwidth at FTP Server , Capacity of FTPServer , Application used for this FTP Transfer . We would like to

recommend BERT testing for bandwidth/ throughput

As per Draft RFP

225 19 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning ( e ) A , B

Packet

drop <=0.05

Industry Standard is 1% , So request to get it change to 1% As per Draft RFP

226 20 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning:

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

Commissioning” of the lot.

Please consider the date of delivery as the date of link commissioning. Also, please allow to start billing of each link

from the date of delivery . The acceptance date should be Bidder/SP system policy means if UAT is not carried by RISL

in specific period and link get auto accepted then the same date should be eligible for billing date or there should be

mutual acceptance on UAT days requirement.

As per Draft RFP

227 20 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning:

Latency (Round-trip): The average round trip delay for 1000 diagnostic packets of 100 bytes each should be less than

50 milliseconds.

Request to change the latency required from less than 50ms to 80ms. As per Draft RFP

228 20 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity. 3. Testing &

Commissioning:

A period of one week shall be taken for conduct of UAT for each lot. Any delay, due to reasons assignable to the

purchaser, beyond this period shall not be counted on part of SP/bidder.

Please confirm the lot size if the numbe rof locations for which the PO is issued is greater than 10 As per Draft RFP

229 21 Post-implementation:

Network Management

Services and FM( b)

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

uptime and performance as per agreed SLA.

RISL/ DoIT&C SHOULD PROVIDE Read Only Access and String of the router to mointor these links As per Draft RFP

230 21 Post-implementation:

Network Management

Services and FM( C)

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

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

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

removal of the connectivity whichever is earlier.

Need More clarity on this as there should be some Minimum Timeframe for disconnect as bidder will already got their

Invesment done to get this link delivered . Why disconnection is required, bidder/SP would be incurring capex to

connect the location. It is requested to run the link as per the contract period of 3 years.

As per Draft RFP

231 21 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.1. Detailsof Scope of Work (SoW) - 4. Post-implementation:

Network Management Services and FMS - a) Since the tickets shall be generated using the existing HP EMS installed

under RajNET, the BIDDER/SP shall ensure with the respective operator that the tickets are closed on restoration of

fault. The BIDDER/SP’s support should coordinate for ticket management and monitoring of Faulty/Down circuits.

Any communication like phone call, email, fax etc. shall be treated as logging of fault and duration shall be counted

till the link is up

and operational.

Please clarify the clause. The HP EMS belongs to RISL and the NOC Management team book the ticket on respective

NBSP Helpline. The IRT should start once the complaint is logged by the respective department on NBSP Helpline No or

email id. The NBSP shall not book any complaint on behalf of RISL and the respective department.

As per Draft RFP

232 21 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.1. Detailsof Scope of Work (SoW) - 4. Post-implementation:

Network Management Services and FMS - a) Some Links may be required to be shifted to new location during O&M

period. The Bidder/SP shall be required to uninstall, pack, shift, unpack, re-install and configure at new site location

during contract period without any additional cost to the Purchaser, RISL will provide the required time to lay OFC to

concern bidder/SP in such shifting cases.Such links will not be more than 1% of order given during contract period

The NSBP should be allowed to do the feasibility of the new location . If the site is found not feasible , no penalty

should be imposed on NBSP.

As per Draft RFP

233 21 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.1. Details of Scope of Work (SoW) - 4. Post-implementation:

Network Management Services and FMS -b) Bidder/SP shall proactively monitor and maintain all the commissioned

links for desired uptime and performance as per agreed SLA.

Proactive monitoring is not possible as the NMS belongs to RISL and we will work on open tickets. Please remove the

clause .

As per Draft RFP

234 21 5.1 A SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.1. Details of Scope of Work (SoW) - 4. Post-implementation:

Network Management Services and FMS - c) RISL may request for discontinuation of a particular link before expiry of

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

on pro-rata basis upto the notified termination date or actual date of removal of the connectivity whichever is

earlier.

One month notice is too short as we have made investements in delivering the link. Please make the lock in period

atleast one year.

As per Draft RFP

235 26 D. Technical Resources

for Dedicated Single

Point of Contact (SPOC)

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

(SPOC), equipped with all the required tools/ resources, for handling day-to-day

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

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

HQ/DHQ PoP locationswithout any additional cost to purchaser/RISL.

Need clarity on the scope of co-ordination required from SP as Router/CPE configuration is in RISL scope and also NMS

is owned by RISL.

As per Draft RFP

Page 11: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

236 29 Project Milestones,

Deliverables& Timelines

Lot Size & Commmisioning Timelines Table:- Request RISL/ DoIT&C to Consider 8 Weeks as deilvery timeline for all the links rather than separate time frames. Can

we have delivery timelines of 8 - 10 weeks for all order sizes.

As per Draft RFP

237 29 Payment Terms ii. The payment for each lot shall be released after completion of one quarter from commissioning & Go-Live of the

lot/link.

Please confirm the lot size and request to treat the commissioning/Go-live link wise instead of lot wise As per Draft RFP

238 29 5.2 SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.2 Project Milestones, Deliverables& Timelines - e) Payment

Terms: iii. The payment for each lot shall be released Bi-annually from commissioning & Go-Live of

the lot/link.

The industry practice for payment is Quarterly arrear. Please amend the clause. The payment for each lot shall be released Quarterly

from commissioning & Go-Live of the lot/link

239 29 5.2 SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.2 Project Milestones, Deliverables& Timelines - e) Payment

Terms: Note:-

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

should be raised in the name of department for which goods and services will be taken. The name for which billing

will be done, shall be intimated by RISL

Who will place the WO to NBSP . If it is RISL /DOITC, the invoices would be in the name of RISL/DOITC and the payment

responsibility lies with RISL / DOITC. Please amend the clause.

As per Draft RFP

240 29 5.2 SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.2 Project Milestones, Deliverables& Timelines -c) The supplier’s/

selected bidder’s request for payment shall be made to the purchaser in writing,

accompanied by invoices describing, as appropriate, the goods delivered and related services performed, and by the

required documents submitted pursuant to general conditions of the contract and upon fulfilment of all the

obligations stipulated in the Contract.

Please clarify what all documents are required to be submitted for payment processing. As per Draft RFP

241 29 5.2 SCOPE OF WORK, DELIVERABLES AND TIMELINES - 5.2 Project Milestones, Deliverables& Timelines -d) Due payments

shall be made promptly by the purchaser, generally within sixty (60) days after submission of an invoice or request

for payment by the supplier/ selected bidder.

Please add a late payment penalty clause like we have LD clause for delivery. If the department fails to pay within 60

days , penalty would be payable to the NBSP.

As per Draft RFP

242 41 25) Right to Vary

Quantities

If the procuring entity does not procure any subject matter of procurement or procures less than

the quantity specified in the bidding documents due to change in circumstances, the

bidder shall not be entitled for any claim or compensation.

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

purchaser may place purchase orders during this period.

c) Repeat orders for extra items or additional quantities may be placed on the rates and

conditions given in the contract. Delivery or completion period may also be proportionately

increased. The limits of repeat order shall be as under: -

i. 50% of the quantity of the individual items and 50% of the value of original contract in

case of works; and

ii. 50% of the value of goods or services of the original contract.

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

expiry of last supply* (delivery) made and also subject to the condition that price have

since not reduced and purchase were not made on urgent basis.

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

It is suggested that any alterations made by RISL in the Scope of Work shall be deemed acceptable to the extent such

alteration does not invoke unreasonable costs that render Bidder/SP to fulfil the obligations to a nullity or is beyond

the capacity of Bidder/SP where such capacity is due to Licenses and permissions granted to Bidder/SP restricted and

regulated by Governmental Agencies. It needs to be informed to RISL that in case of such unreasonable alterations,

Bidder/SP shall not indemnify the RISL or be liable for any deficiency in Services.

It is also suggested that any modification in the contract document shall be in writing with mutual consent of both

parties and RISL alone cannot have this right alone by itself. Such amendment shall be after due negotiation between

the parties to be recorded in writing and made part of the contract.

Repeat Orders shall be subject to negotiations and parties shall arrive at mutually decided rates and ot at the arbitary

rates provided herein.

As per Draft RFP

243 41 6 6. Instructions to Bidders 26. Performance Security - Performance security shall be furnished in any one of the

following forms: -

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

ii. National Savings Certificates and any other script/ instrument under National Savings Schemes for promotion of

small savings issued by a Post Office in Rajasthan, if the same can be pledged under the relevant rules. They shall be

accepted at their surrender value at the time of bid and formally transferred in the name of procuring

entity with the approval of Head Post Master;

iii. Bank guarantee/s of a scheduled bank. It shall be got verified from the issuing bank. Other conditions regarding

bank guarantee shall be same as mentioned in the bidding document for bid security;

iv. Fixed Deposit Receipt (FDR) of a scheduled bank. It shall be in the name of procuring entity on account of bidder

and discharged by the bidder in advance. The procuring entity shall ensure before accepting the FDR that the bidder

furnishes an undertaking from the bank to make payment/ premature payment of the FDR on demand to the

procuring entity without requirement of consent of the bidder concerned. In the event of forfeiture of the

performance security, the Fixed Deposit shall be forfeited along with interest earned on such Fixed Deposit.

Please allow NEFT or RTGS and share the details. In view of lockdown facilitating a DD might be difficult As per Draft RFP

244 41 6 6. Instructions to Bidders 26. Performance Security - Performance security furnished in the form specified in clause

[b.] to [e.] of (C) above shall

remain valid for a period of 60 days beyond the date of completion of all contractual obligations

of the bidder, including warranty obligations and maintenance and defect liability period

Please allow PBG for 1 year with renewal on expiry. The amount of PBG depends upon the order value which will keep

on adding till the completion of duration of tender.

As per Draft RFP

245 42 28) Confidentiality d) The obligation of a party under sub-clauses above, however, shall not apply to information that:-

i. the Purchaser or Supplier/ Selected Bidder need to share with RISL or other institutions participating in the

Contract;

Unable to understand on why is the obligation of Confidentiality is not applicable for Information's shared herein with

RISL or other institutions participating in the contract

As per Draft RFP

246 43 Section 30 Code of Integrity We suggest that as a company we have strong Anti-Bribery and Ethical Code of Conduct and all our employees strongly

abide by them. We do not indulge in the instances enumerated that may cause any conflict

As per Draft RFP

247 50

General Terms and

Conditions Section 7 -

Governing Law

Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the

Rajasthan State/ the Country (India), unless otherwise Bidder/SPecified in the contract.

The Contract shall be governed by and construed in accordance with the laws of India, without regard to any choice of

law or conflict of law provisions that would require the application of the laws of any other jurisdiction. Each Party

irrevocably shall submit to the exclusive jurisdiction of the courts that we recommend should be neutral venue for

both parties over any dispute, controversy or claim (including any question regarding its existence, validity or

termination) arising under or in connection with the Agreement Contract.

As per Draft RFP

248 51 12. Contract Price Prices charged by the Supplier/ Selected Bidder for the Goods delivered and the Related

Services performed under the Contract shall not vary from the prices quoted by the

Supplier/ Selected Bidder in its bid, with the exception of any price adjustments authorized

in the special conditions of the contract.

Does this means that the price quoted in this tender will be applicable for all other existing contracts of SP , Please

clarify. These rates should be for any further contract and not applicable for existing contracts. Pls clarify

As per Draft RFP

249 51 Copyright The copyright in all drawings, design documents, source code and other materials containing data and information

furnished to the Purchaser by the Supplier/ Selected Bidder herein shall remain vested in the Purchaser, or, if they

are furnished to the Purchaser directly or through the Supplier/ Selected Bidder by any third party, including

suppliers of materials, the copyright in such materials shall remain vested in such third party.

Would want to understand from Business team on whether the technical diagram and other submissions made therein

have certain elements of our Intellectual property or concepts that are purely VIL driven in this project, as in case yes

then the same would need to be protected. Therefore it cannot just be passed on to the Purchaser

As per Draft RFP

250 52 Section 17 Sub-

Contracting,

a) The bidder shall not assign or sub-let his contract or any substantial part thereof to any other agency without the

permission of Purchaser/ Tendering Authority.

Can we include the line 'which consent shall not be unreasonably withheld by Purchaser'; since we do not want to be

liable for delay in performing our obligation under the tender due to delay in permission from Purchaser.There are

various vendor involovment as a party of delivery of link and this has to be agreed by department.

As per Draft RFP

251 54 Section 22 Inspection The Purchase Officer or his duly authorized representative shall at all reasonable time have

access to the supplier’s/ selected bidder’s premises and shall have the power at all

reasonable time to inspect and examine the materials and workmanship of the goods/

equipment/ machineries during manufacturing process or afterwards as may be decided.

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

office, go-down and workshop where inspection can be made together with name and

address of the person who is to be contacted for the purpose.

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

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

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

inspection to ensure whether they conform to the specification

It is suggested that such inspection and audit shall be conducted only during normal business hours upon notice

Specifying the day/date. Such audit or inspection shall be conducted to the extent of permissibility and non-violation

of Service Provider’s applicable laws and regulations. Also, it shall be incumbent to share the details of such

independent auditors before allowing the latter to enter into the service locations under the License where the

network architecture setup is established by the Service Provider. It is also recommended to have this provision

validated with the regulatory team, since there are certain restriction in our license condition on regarding audit being

conducted on the premises.

As per Draft RFP

Page 12: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

253 56 Section 31 Patent

Indemnity

The supplier/ selected Bidder/SP shall, subject to the RISL’s compliance with sub-clause

(b) below, indemnify and hold harmless the RISL and its employees and officers from and against any and all suits,

actions or administrative proceedings, claims, demands, losses, damages, costs, and expenses of any nature,

including attorney’s fees and expenses, which the RISL may suffer as a result of any infringement or alleged

infringement of any patent, utility model, registered design, trademark, copyright, or other intellectual property

right registered or otherwise existing at the date of the Contract.

Can we have a mutual clause, wherein RISL would need to indemnify the bidder from the third party claim on

Intellectual Property Rights matter that may be related to compliance by RISL.

As per Draft RFP

254 57 Section 32 Limitation of

Liability

The aggregate liability of the supplier/ selected Bidder/SP to the RISL, whether under the Contract, in tort, or

otherwise, shall not exceed the amount specified in the Contract, provided that this limitation shall not apply to the

cost of repairing or replacing defective equipment, or to any obligation of the supplier/ selected Bidder/SP to

indemnify the RISL with reBidder/SPect to patent infringement.

It is suggested to have the maximum limit of Liability of the Service Provided limited to a sum equal to 100% of the

aggregate value of all charges payable under the Contract during a period of preceding 12 months of the Contract. The

Service Provider shall not be liable for any indirect or consequential damage or loss.

As per Draft RFP

255 57 Section 33 Force Majeure d) If the performance in whole or part or any obligation under the contract is prevented or delayed by any reason of

Force Majeure for a period exceeding 60 days, either party at its option may terminate the contract without any

financial repercussion on either side.

Due to a Force Majeure event, the right to terminate the contract should be on the party non-affected by the Force

Majeure Event and shouldn't be made either party. Requesting relook into the said clause

As per Draft RFP

256 58 35. Termination a)

Termination for Default

ii.

If RISL terminates the contract in whole or in part, amount of PSD may be forfeited. Kindly clarify the meaning of this As per Draft RFP

257 58 35 Termination The tender sanctioning authority of RISL may, without prejudice to any other remedy for breach of contract, by a

written notice of default of at least 30 days sent to the supplier/ selected bidder, terminate the contract in whole or

in par

We need to enforce strict contract lock in unless due to performance issues As per Draft RFP

258 58 35 Termination ii. Depending on merits of the case the supplier/ selected bidder may be appropriately compensated on mutually

agreed terms for the loss incurred by the contract if any due to such termination.

The compensation would need to be as per actual and cannot be based on merits of case depending on Purchaser. All

cost and expenses incurred by bidder needs to be paid forth by Purchaser / Tendering Authority

As per Draft RFP

259 58 7

7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT 34. Change Orders and Contract Amendments If any

such change causes an increase or decrease in the cost of, or the time required for,

the supplier’s/ selected bidder’s performance of any provisions under the Contract, an equitable adjustment shall be

made in the Contract Price or in the Delivery and Completion Schedule, or both, and the Contract shall accordingly

should be amended. Any claims by the supplier/ selected bidder for adjustment under this clause must be asserted

within thirty

(30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s change order.

This should be subject to feasibility submitted by the NBSP and cost to be beared by department as one time cost. As per Draft RFP

260 58 7

7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT b) If any such change causes an increase or decrease

in the cost of, or the time required for, the supplier’s/ selected bidder’s performance of any provisions under the

Contract, an equitable adjustment shall be made in the Contract Price or in the Delivery and Completion Schedule, or

both, and the Contract shall accordingly should be amended. Any claims by the supplier/ selected bidder for

adjustment under this clause must be asserted within thirty

(30) days from the date of the supplier’s/ selected bidder’s receipt of the Purchaser’s change order.

This should be mutually agreed as there is high risk of PSD forfeiture. Please amend this rule. As per Draft RFP

261 58 7

7. GENERAL TERMS AND CONDITIONS OF TENDER & CONTRACT 35. Termination The tender sanctioning authority of

RISL may, without prejudice to any other remedy for breach of contract, by a written notice of default of at least 30

days sent to the supplier/ selected bidder, terminate the contract in whole or in par

Please amend this. A lot of investment to be made by NBSP for delivering the link. We need to enforce strict contract

lock in unless due to performance issues.

As per Draft RFP

262 59 Section 36 Exit

Management

Entire Clause. It is suggested that the additional services provided by the Service Provider post termination and during the transition

period shall come with a cost borne by the RISL and any penalty or liquidated damages sought shall not be in addition

to termination rights and shall be negotiated with Service Credits proposed by the Service Provider.

Also, the penalty induced from the breach of the obligations by the Service Provider shall not be set off or adjusted

against the payment of invoices rather such dispute claim be referred to the dispute resolution process and the award

of the same shall be final and binding upon the both the parties.

It is suggested that the provision of termination for convenience be allowed only with a provision of a lock-in period

and exit charges. Termination for convenience within the lock-in period shall levy exit charges payable by the RISL to

Service Provider in order to compensate for the loss made by the Service Provider on account of investment under the

Contract.

Transition Plan- Bidder/SP Business Teams to confirm the commercials involved in the transition plan and their

feasibility[ Transfer of Configuration Management Database, Transfer of Assets, Transfer of Software Licenses, Transfer

of Software; Transfer of Documentation, Transfer of Service Management Process, Transfer of Knowledge Base,

Transfer of Service Structure, Transfer of Data, Training Services on Transfer, Transfer Support Activities] within 6 (six)

months prior to expiry or within 2 (two) week of notice of termination of Agreement.

Our suggestions involve with regard to the notice period being short. The Service Provider should be given reasonable

time and this should be calculated basis mutual discussions between both the RISL and Service Provider to enable

optimum results out oif the transition plan. Any Additonal costs and other numeric expenses should be sorted out

before completion of transition period with proper handover mechanisms ogverning the ebtire tranition plan. Hence it

is suggested that ebough room for negotiabiltiy should be prsesent between the RISL and Service Provider for any

transiton Services.

As per Draft RFP

252 55 28 ) Liquidated Damages Liquidated Damages (LD)

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

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

supply/commence services:-

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

half a day.

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

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

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

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

stipulated date of completion of supply.

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

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

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

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

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

conditions will be deemed to have been accepted unless specifically mentioned in the letter

of acceptance of bid issued by the Purchase Officer.

It is suggested that the additional services provided by the Service Provider post termination and during the transition

period shall come with a cost borne by the RISL and any penalty or liquidated damages sought shall not be in addition

to termination rights and shall be negotiated with Service Credits proposed by the Service Provider.

Also, the liquidated damages induced from the breach of the obligations by the Service Provider shall not be set off or

adjusted against the payment of invoices rather such dispute claim be referred to the dispute resolution process and

the award of the same shall be final and binding upon the both the parties.

It is suggested that the provision of termination for convenience be allowed only with a provision of a lock-in period

and exit charges. Termination for convenience within the lock-in period shall levy exit charges payable by the RISL to

Service Provider in order to compensate for the loss made by the Service Provider on account of investment under the

Contract.

It is suggested that failure or defect for non-readiness of the bandwidth links or to meet SLA Compliance or delay in

Delivery of Services and delay beyond the delivery schedule, a proper mechanism should be in place mutually agreed

between the parties to detect the causation of such defect and its attribution. Under it, the Bidder/SP should be first

notified of such defect and then given reasonable time to remedy such failure/ delay post prior notice for such

delay/failure by RISL to the Bidder/SP.

Also, the clause fails to address the concern when the delay is due to force majeure event or for the reasons

attributable to RISL. The Service Provider cannot be held liable for penalty in case the delay is due to force majeure

event or reasons attributable to RISL.

The Penalty for non-readiness of the bandwidth links or to meet SLA Compliance or delay in Delivery of Services and

delay beyond the delivery schedule.

RISL having the right to terminate the contract with no payment of rental amount is unfair and arbitrary. The period

for equipment replacement should be reasonable and should suffice the replacement of defected equipment in proper

time.

It is suggested that RISL shall pre-inform the Service Provider or mutually agree to a pre-decided day/date for

conducting the test during the peak hours in a given month. The Service Provider shall only agree to the penalty if such

failure to the expected operating requirements is attributable to the Service Provider.

No Cumulative penalty shall be levied or adjusted against the payment to Service Provider. We do not agree to it since

it shall be a cost burden to us in addition to the other penalties. We suggest no such set off should be made.

As per Draft RFP

Page 13: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

263 61 Section 37 Settlement of

disputes

Arbitration

Any disputes which may arise out of this Agreement, and which cannot be settled in discussions or negotiations

between the Parties, shall be referred to the appropriate management or higher authorities of the reBidder/SPective

parties to resolve such dispute in good faith. In case no settlement is reached the parties shall refer it to a sole

arbitrator appointed and selected by parties. Arbitration shall be conducted in accordance with the provisions of the

Arbitration and Conciliation (Amendment) Act, 2015 or any other subsequent modifications or enactments thereof.

The venue for Arbitration proceedings shall be Jaipur or any suitable place agreed by all parties. The Arbitration shall

be conducted in English Language and the award shall be binding upon all Parties.

It is suggested that the parties should resolve their disputes by courts directly rather than going for arbitration

proceeding in the second stage of any commercial contracts dispute, on the reasoning that after pronouncement of

arbitration award also there is scope of Appeal to court in the Indian Arbitration Act and it makes the whole process

more time consuming since, then the Lis gets resolved finally by Court order.

As per Draft RFP

264 63 - 64 8 8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT - SLA for MPLS Connectivity: 2. SLA Matrix: Initial

Response Time (IRT) to rectify and restore the services will be calculated from the time of detection of non-

availability of services either through HDMS/ NMS/ or registration of complaints at Help Desk/Service Window or

any other mechanism adopted under the project (by DoITC/RISL), whichever is earlier.

Please clarify the clause. The IRT should start once the complaint is logged by the respective department on NBSP

Helpline No or email id. The NBSP shall not book any complaint on behalf of the respective department.

As per Draft RFP

265 64 SPECIAL TERMS AND

CONDITIONS OF TENDER

& CONTRACT (Service

Level Requirement for

each link)Point 3

Service Level Requirement for each link:The BIDDER/SP has to maintain the

network uptime at each of the locations as per the table given below:

Request RISL/ DoIT&C to Consider 98% Uptime for P2P & ILL in the same line as of MPLS As per Draft RFP

266 64 Special terms and

Conditions

3. Service Level

Requirement for each

link:

Service Level Requirement for each link: The BIDDER/SP has to maintain the network uptime at each of the locations

as per the table given below:

Location Desired Network Uptime Prime Hours Non-Prime Hours

HUB Sites at SHQ

99%

98%

End Office at SHQ/DHQ level

98%

95%

End Office at BHQ/GP level

96%

92%

Need to amend the clause

Can be applicable for locations with Local contact available 24 hours & access availability.

Most of the locations gets closed after working hours and access is an issue to resolve the trouble ticket in non-prime

hours

As per Draft RFP

267 64 Special terms and

Conditions

3. Service Level

Requirement for each

link:

In addition to IRT, following shall be excluded from fault duration (SLA Exclusion time):

i. Unavailability of circuit due to power failure at purchaser end.

In case of power outage, SP will not have any visibility and control to prove that site was down due to power outage.

Please clarify, how same is going to be attributed in NMS.

SP will not be able to provide any report or sign-off pertaining to power outage at remote location.

As per Draft RFP

268 64 Special terms and

Conditions

3. Service Level

Requirement for each

link:

b) SLA Matrix: Initial Response Time (IRT) to rectify and restore the services will be calculated from the time of

detection of non-availability of services either through HDMS/ NMS/ or registration of complaints at Help

Desk/Service Window or any other mechanism adopted under the project (by DoITC/RISL), whichever is earlier.

IRT to rectify will start once the ticket is logged at the SP helpdesk only as SP will not have any visibility of

HDMS/NMS/CPE installed and controlled by RISL. Request to please amend accordingly.

As per Draft RFP

269 64 8 8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT - SLA for MPLS Connectivity: 4. Uptime and SLA

exclusion time calculation shall be done as below: 2) In addition to IRT, following shall be excluded from fault

duration (SLA Exclusion time): i. Unavailability of circuit due to power failure at purchaser end.

Please clarify how will RISL / DOITC establish the fact that the power failure is at purchaser end. As per Draft RFP

270 65 Special terms and

Conditions

Point 6. Penalty for non-

achivement of Service

Levels

End Office -Equal % of deduction from payable amount for each link for uptime upto 80%. No payment shall be

made for links having uptime less than 80%.

SHQ- Equal % of deduction from payable amount for all links.

E.g-An end-office at BHQ has uptime of, say, 93% during Prime Hours and 87% during Non-Prime hours for a quarter.

So the breach is (96-93=3%) and (92-87=5%), i.e. total 8%. Therefore, a deduction of 8% shall be made from the

payable amount for the quarter for that particular link.

*Penalty calculation on quaterly basis to be calculated separately for Prime and Non-Prime Hours.

**A penalty of 10% of the link rental of a year of the link, shall be deducted from the payable amount to SP/bidder

for commissioned links.

We understand that time is of the essence and it shall verily be vital for the completion of work by Bidder.

Penalty at the given rate shall not be acceptable since there has to be preventive mechanism to determine the loss of

time between the parties towards delivery and any such loss should be documented with a prior notice to be given by

RISL to the successful bidder and a reasonable opportunity be granted to rectify such delay and catch up with the lost

time. Any such attributable delay in delivery on account of successful bidder shall also be met with service credits to

RISL post any non-fulfilment of rectification of delay.

It is suggested that upon such default, the service provider should be given reasonable time to remedy such failure/

delay post prior notice for such delay/failure by the RISL to the vedor. The penalty should be imposed only after vendor

fails to rectify the default after to failing to remedy such default.

Also the clause fails to address the concern when the default is due to force majeure event or for the reasons

attributable to The RISL. The Selected Bidder cannot be held liable for penalty in case the default is due to force

majeure event or reasons attributable to RISL

As per Draft RFP

271 66 SPECIAL TERMS AND

CONDITIONS OF TENDER

& CONTRACT (Service

Level Requirement for

each link)

Penalty for non-achievement of Latency for P2P connectivity shall be deducted as

below:

As P2P is L1 Links Provided By NBSP and NBSP cannot mointor L1 Circuit Latency , So request you to keep this Clause to

a Inudstry Standard pratice of Min 80ms without Penalty

As per Draft RFP

272 67 8 8. SPECIAL TERMS AND CONDITIONS OF TENDER & CONTRACT - 7. Penalty for non-commissioning of links:

If a SP/Bidder fails to commission the link after declaring the site feasibility within the stipulated time period

provided in the work-order issued by RISL, a penalty of 100% of the link rental of a year of the link, shall be deducted

from the payable amount to SP/bidder for commissioned links.Such links shall be offered to other SP/Bidder for

commissioning.

The cause of failure of delivering should not be attributed to RISL or the concered department. Also, a penalty of 100%

of the link rental of a year of the link is very high and not an industry practise. Please make it as one Qtr rental.

As per Draft RFP

273 106 Annexure - 7 Manufacturer's Authorisation Form (MAF) We request that the title of the Annexure be changed to Services Provider's Authorisation Form, since the bidder is a

service provider and not a Manufacturer.

As per Draft RFP

274 128 ANNEXURE-18:

CERTIFICATE OF

CONFORMITY/ NO

DEVIATION BY OEM {To

be filled by the OEM)

Since the department have not given the list of location for delivering links. The link acceptance should be as per actual

feasibility of the location during delivery

As per Draft RFP

275 14 Clause 4, Pre

qualification/Eligibility

Criteria

B.The bidder must have agreement with minimum Three NBSP (Network Bandwidth Service Provider) within 15 days

of LOI. At the time of Tripartite agreement,The NBSP should have:

a) Avalid UASL/USL/CMTS/2G/3G And NLD

License for Rajasthan Telecom Circle duly

issued by DoT.

b) Network management center with DR

facility, at different locations in India.

Please clarify whether to do the agreement with minimum two NBSP or minimum three NBSP as somewhere it is

written that agreement should be done with minimum two and somewhere written with minimum three NBSP in RFP.

Selected Bidder/SI shall be required to sign a

tripartite agreement with RISL and with minimum

three NBSP

276 14 Clause 4, Pre

qualification/Eligibility

Criteria

B.The bidder must have agreement with minimum Three NBSP (Network Bandwidth Service Provider) within 15 days

of LOI. At the time of Tripartite agreement,The NBSP should have:

a) Avalid UASL/USL/CMTS/2G/3G And NLD

License for Rajasthan Telecom Circle duly

issued by DoT.

b) Network management center with DR

facility, at different locations in India.

Please confirm NBSP can be NLD operator for MPLS and Point to point and allow/consider ILL for ISP. A valid UL-Internet Service-Category-A and NLD

Licenses for Rajasthan Telecom Circle duly issued by

DoT.

277 98 Item No. 39: - 6 core

ADSS OFC

Valid TEC GR Certificate Request to remove the condition of valid TEC GR Certificate as the quantity mentioned in the RFP is very less and such

cable is not in demand in telecom as now a days they take higher count OFC so OFC OEM's are not renewing the TEC

GR certificate, but agrees to keep the clause OEM need to supply the product complying the TEC/GR/TX/OAF-

001/03 MAR 2017 and GR No.

GR/OAF-01/02. JUL 2005 and

subsequent amendments, if any. as same was in Rajnet Bids.

Omitted

278 16 Clause 5, Scope of work

(SoW), Pre

Implementation

RISL shall provide the list of sites to be connected to bidder/SPs. We request to share us the list of probable sites with address where connectivity to be provided or planned so that link

feasibillity and last mile connectivity can be identified by bidder.

As per Draft RFP

279 21 Clause 5, Scope of work,

4. Post-implementation:

Network Management

Services and FMS

c. RISL may request for discontinuation of a particular link before expiry of Project period by giving One month

notice. The payment to the SP/Bidder for such discontinued link(s) shall be made on pro-rata basis upto the notified

termination date or actual date of removal of the connectivity whichever is earlier.

We request to change it that there should be atleast one year lockin period post handover of link as SI/Bidder has

incurred the investment in link feasibilty with last mile connectivity. One month notice should be also be changed to 3

month notice.

As per Draft RFP

Page 14: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

280 28 Clause 5.2 Project

Milestones,

Deliverables& Timelines,

Amount Payable For

MPLS and P2P & ILL

Connectivity

Bi-annually at the approved rates over a period of three years from the “Date of Commissioning & Go-

Live” for each lot.

We request to change it to monthly at the approved rates over a period of three years from the “Date of

Commissioning & Go- Live” for each lot.

The payment for each lot shall be released Quarterly

from commissioning & Go-Live of the lot/link

281 30 e) Payment terms, Note Due payments shall be made promptly by the purchaser, generally within sixty (60) days after

submission of an invoice or request for payment by the supplier/ selected bidder.

Due payments shall be made promptly by the purchaser, within fifteen (15) days after submission of an invoice or

request for payment by the supplier/ selected bidder.

As per Draft RFP

282 73 Annexure 1, BoM, PART

– B: Network

Equipments, LAN Work&

Site Shifting (Rate

Contract):

S.No.21, 22, 23,24: SFP -1G-LR/ SFP -1G-ER/SFP -1OG-LR/SFP -10G-ER for CISCO Routers of same OEM SFP -1G-LR/ SFP -1G-ER/SFP -1OG-LR/SFP -10G-ER compatible to CISCO Routers. As warranty and support liability lies

with SI

Query not clear

283 29 5.2 Project Milestones,

Deliverables& Timelines

b.For Network

Equipment

Payment terms

90% of total work order value and remaining 10% in

equated installment yearly i.e 2% at the end of each year OR this remaining 10% may be released against Bank

Guarantee of equal amount.

Please change the payment terms to 7 days for 50% of materials delivery at HO and 40% within 15 days of installation

and link shown on NMS and remaining 10% in equated installment yearly i.e 2% at the end of each year OR this

remaining 10% may be released against Bank Guarantee of equal amount.

As per Draft RFP

284 10 INVITATION FOR BIDS

(IFB)& NOTICE INVITING

BID (NIB)

Security and mode of

Payment

Amount (INR): 216 Lakh We request to change the EMD to 20 lakh as this is rate contract and doesn't give any certainty of the award of whole

of contract in one go, therefore T&C w.r.t EMD be revised accordingly.

As per Draft RFP

285 41 26) Performance Security b) The amount of performance security shall be 5%, of the amount of supply order in case of procurement of goods

and services.

5% of PBG be calculated on the basis of total award of work order instead of LOI value/award of the contract as this is

a rate contarct and doesn't guarantee for whole order. PBG may be obtained on the basis of multiple work order

issued from the department from time to time.

As per Draft RFP

286 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

287 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45

autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based

SFP Uplink portspopulated with 1G

single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

288 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justificaton : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements.

289 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of redundancy and

resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing/1000 IPv4 routes

290 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbor Discovery Inspection,

Neighbor Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

291 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

292 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

293 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troublshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

294 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justificaiton : This feature helps in reducing power consumption

As per Draft RFP

295 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justificaiton : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

296 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

297 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

298 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

299 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

300 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

301 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

302 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

303 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

304 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

305 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

306 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

307 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

308 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

309 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

310 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

311 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

Page 15: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

312 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

313 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

314 85 Item no. 26 EN/IEC Standard Ratings :EN/IEC 60068-2-27,ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC

61000-4-6, EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS

and EMC as FCC Part 15, Class A

Request to change "EN/IEC 60068-2-27" to "EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-1

Justification :

EN/IEC 60068-2-27 is intended for equipment or products that could be subjected to infrequent or repetitive shocks

during storage, use or transportation. Equivalent to this we have IEC 60255-21-2 (mechanical shock) & IEC 60255-21-1

(vibration) which is equivalent to the mention standard.

EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-

1,ESD EN/IEC 61000-4-2, EN/IEC

61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6,

EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS and EMC

as FCC Part 15, Class A

315 85 Item no. 26 8 Ethernet 10/100 ports and 2 dual-purpose

uplinks (each dual-purpose uplink port has 1

10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet

port with single mode transceiver, 1 port active)

8 Ethernet 10/100/1000 ports and 4 Gigabit SFP uplinks

Justification :

Since 8 Ethernet ports are allready provided , we don't think there is need of any dual pupose uplinks. Since gigabit

ports are requested in uplinks , we would request to kindly make 8 ethernet ports gigabit and keep 4 gigabit SFP

uplinks . Earlier design is CISCO specific.

8 Ethernet 10/100/1000 ports and 2 SFP-based

Gigabit Ethernet uplink port with populated single

mode transceiver

316 85 Item no. 26 IEEE 802.3at on minimum 4 10/100 ports or

better POE Budget : min. 120w

IEEE 802.3at/ 802.3bt on minimum 4 10/100/1000 ports or

better POE Budget : min. 120w

Justification :

To support high end POE requirement we would recommend 802.3bt standard and gigabit ports as mentioned above.

As per Draft RFP

317 10 INVITATION FOR BIDS

(IFB)& NOTICE INVITING

BID (NIB)

Bid Security Request you to kindly avail exemption in EMD of Rs 216.00 lacs to the company registered under MSME/NSIC on

submission of requisite proof in the form of valid certification.

As per Draft RFP

318 13 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA

clause 4.4

The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/Switches and other active network equipment) value not less than the amount of Rs. 30.00CR during the

period from 01/04/2015 to 31/03/2020. or

Two project of Supply and Installation of active Networking devices (Router/Switches and other active network

equipment) value not less than the amount of Rs. 40 CR during the period from 01/04/2015 to 31/03/2019.

Kindly amend the clause as -

"The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/Switches and other active network equipment) value not less than the amount of Rs. 22.00CR during the

period from 01/04/2015 to 31/03/2020. or

Two project of Supply and Installation of active Networking devices (Router/Switches and other active network

equipment) value not less than the amount of Rs. 20 CR during the period from 01/04/2015 to 31/03/2019."

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the

period from 01/04/2015 to

31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

319 13 PRE-QUALIFICATION /

ELIGIBILITY CRITERIA

clause 4.2

Financial: Turnover

Annual Average Turnover of the bidder from IT/ITeS/Networking(Active/Passive Network Component/Data Center

Equipments) during the last three financial years, i.e., 2016-2017

to 2018-19 (as per the last published audited balance sheets), should be at least Rs. 250 crores)

Request you to kindly reduce the average annual turnover of the bidder to atleast 200 crores. As per Draft RFP

320 21 Rate Contract for

Network Equipments

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

switches and routers:

We request to kindly ask for the original oem product to avoid any operability issues. As per Draft RFP

321 Additional Since this is very critical project it is requested that bidders who have minimum 200 on roll technical resources should

be allowed to bid.

As per Draft RFP

322 Additional It is requested to kindly consider mobilization advance of atleast 10% at the start of the project. As per Draft RFP

323 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink ports populated with 1G single mode transceivers. "

Justification:

It is indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers324 81 1.11 The switch should have PoE/PoE+ output and should have minimum 120 watt power Request You to Amend the clause " The switch should have PoE/PoE+ output and should have minimum 240 watt

power "

Justification:

Minimum 15 watt PoE Budget should be available on all the Port which Basic Standard for PoE.

As per Draft RFP

325 83 7.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

326 83 8.9 TFTP, FTP or Secure FTP support Request you to amend the Clause "TFTP, FTP /Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

327 86 1.1 Layer2 :

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

Request you to amend the Clause to OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019"

Justification:

1. L3 switch has also been asked from the complete gartner magic quadarant. 2. There are only 2 OEMS

qualified by the clause which restricts the participation of the other leading OEMs for this prestigious project.

As per Draft RFP

328 86 1.2 Layer2 :

16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers.

Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink portspopulated with 1G single mode transceivers. "

Justification:

It is indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

As per Draft RFP

329 88 5.4 Layer2 :

TFTP and Secure FTP support

Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

330 Request you to please add the clause in L2 switches and L3 switches "switch should be common criteria certified for

NDPP/NDcPP (Network Device Protection Profile)

Justification:

This is a security certifications which state that the hardware and the software of the switches has undergone the

global guidelines of security. The Security Requirements for Network Devices Protection Profile (NDPP) defines the

baseline Security Functional Requirements (SFRs) and Security Assurance Requirements (SARs) for network

infrastructure devices in general which is a must. All the leading OEMs support this.

As per Draft RFP

331 Request you to divide this tender into 2 separate tenders as below:

a) MPLS, P2P & ILL connectivity

b) Network hardware & LAN Infraunder

Justification:

MPLS, P2P comes and ILL comes under service where as Network HW is one time purchase, so requesting you to

seperate out both the requirements

As per Draft RFP

332 Project Related Querry A. Rate Contract of MPLS, P2P and Internet Lease Line connectivity.

B. Rate Contract for Network Infrastructure

Requesting to seprate both the Rate Contract since its will be difficult for SI to manage both the part. Also if seprate

MPLS, P2P and Internet Lease Line connectivity RC tender get called commercilas will be more competitive. Where ISP

will get direct change in bid participation.

As per Draft RFP

333 14 Certifications The bidder must possess, at the time of

bidding, a valid ISO 9001 / ISO 20000 / ISO

27001/ CMMi Level V.

The bidder must possess, at the time of

bidding, a valid ISO 9001, ISO 20000,ISO

27001,CMMi Level V.

Justification:

Seems its typo error needs to be separed by commas. All Certifications having its own value & they are not equivalent

to each other.

As per Draft RFP

Page 16: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

334 21 The SFP (Small Form-factor pluggable) required as per Annexure - 1 should be

compatible with below mentioned existing network switches and routers:

BOM having Only CISCO SFP details not having SFP details/line item for HP Aruba & Brocade. As per Draft RFP

335 24 Installation, Integration and Commissioning of the Local Area Network BOM not having line item for LAN Work eg. Per meter cost for Laying of cable/conduit, OFC laying, crimping, fixing of

I/O. Digging of Hard/Soft Soil, wall cutting & repairing if required etc. It is difficult for bidder to assume these cost

since each site having its own requirement and may vary.

As per Draft RFP

336 85 Item no. 26 EN/IEC Standard Ratings :EN/IEC 60068-2-27,ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC

61000-4-6, EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS

and EMC as FCC Part 15, Class A

Request to change "EN/IEC 60068-2-27" to "EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-1

Justification:

EN/IEC 60068-2-27 is intended for equipment or products that could be subjected to infrequent or repetitive shocks

during storage, use or transportation. Equivalent to this we have IEC 60255-21-2 (mechanical shock) & IEC 60255-21-1

(vibration) which is equivalent to the mention standard.

EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-

1,ESD EN/IEC 61000-4-2, EN/IEC

61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6,

EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS and EMC

as FCC Part 15, Class A

337 85 Item no. 26 8 Ethernet 10/100 ports and 2 dual-purpose

uplinks (each dual-purpose uplink port has 1

10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet

port with single mode transceiver, 1 port active)

8 Ethernet 10/100/1000 ports and 4 Gigabit SFP uplinks

Justification:

Since 8 Ethernet ports are allready provided , we don't think there is need of any dual pupose uplinks. Since gigabit

ports are requested in uplinks , we would request to kindly make 8 ethernet ports gigabit and keep 4 gigabit SFP

uplinks . Earlier design is specific to one OEM Only.

8 Ethernet 10/100/1000 ports and 2 SFP-based

Gigabit Ethernet uplink port with populated single

mode transceiver

338 85 Item no. 26 IEEE 802.3at on minimum 4 10/100 ports or

better POE Budget : min. 120w

IEEE 802.3at/ 802.3bt on minimum 4 10/100/1000 ports or

better POE Budget : min. 120w

Justification:

Minimum 15 watt PoE Budget should be available on all the Port which Basic Standard for PoE.

As per Draft RFP

339 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink ports populated with 1G single mode transceivers. "

Justification:

It is indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers340 81 1.11 The switch should have PoE/PoE+ output and should have minimum 120 watt power Request You to Amend the clause " The switch should have PoE/PoE+ output and should have minimum 240 watt

power "

Justification:

Minimum 15 watt PoE Budget should be available on all the Port which Basic Standard for PoE.

As per Draft RFP

341 83 7.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

342 83 8.9 TFTP, FTP or Secure FTP support Request you to amend the Clause "TFTP, FTP /Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

343 86 1.1 OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

Request you to amend the Clause to OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019"

Justification:

1. L3 switch has also been asked from the complete gartner magic quadarant. 2. There are only 2 OEMS

qualified by the clause which restricts the participation of the other leading OEMs for this prestigious project.

As per Draft RFP

344 86 1.2 16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers. Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink portspopulated with 1G single mode transceivers. "

Justification:

It is indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

As per Draft RFP

345 88 5.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

346 General Querry Request you to please add the clause in L2 switches and L3 switches "switch should be common criteria certified for

NDPP/NDcPP (Network Device Protection Profile)

Justification:

This is a security certifications which state that the hardware and the software of the switches has undergone the

global guidelines of security. The Security Requirements for Network Devices Protection Profile (NDPP) defines the

baseline Security Functional Requirements (SFRs) and Security Assurance Requirements (SARs) for network

infrastructure devices in general which is a must. All the leading OEMs support this.

As per Draft RFP

347 PRE-

QUALIFICA

TION /

ELIGIBILITY

CRITERIA

13 A. The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/Switches and other active network equipment) value not less than the amount of Rs. 30.00 CR during the

period from 01/04/2015 to 31/03/2020

OR

two project of Supply and Installation of active Networking devices (Router/Switches and other active network

equipment) value not less than the amount of Rs. 40 CR during the period from 01/04/2015 to

31/03/2019. (Bidder to submit the documents as per

Annexure - 15)

Request RISL to consider that bidder have successfully completed one work order (which includes combining MPLS &

CPE) with value of INR 30 cr (incl. taxes) during last 5 years till 30th April 2020.

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the

period from 01/04/2015 to

31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

348 PRE-

QUALIFICA

TION /

ELIGIBILITY

CRITERIA

13 A. The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/Switches and other active network equipment) value not less than the amount of Rs. 30.00 CR during the

period from 01/04/2015 to 31/03/2020

OR

two project of Supply and Installation of active Networking devices (Router/Switches and other active network

equipment) value not less than the amount of Rs. 40 CR during the period from 01/04/2015 to

31/03/2019. (Bidder to submit the documents as per

Annexure - 15)

Request RISL to remove the Hardware Eligibility criteria, as this clause is for System Integrator & not for Telecom

services.

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the

period from 01/04/2015 to

31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

349 Pre-

Implement

ation

17 The work order to bidder/SP shall be placed for providing connectivity as per provisions of the RFP.

If the bidder fails to provide the connectivity after submitting feasibility, a penalty, as per the provisions contained in

the RFP, shall be imposed on per site basis.

Request RISL department to share us the complete site address details with pin code, lat long for all the sites with

breakup of required bandwidth against each site

As per Draft RFP

350 Implement

ation

17 Bidder/SP shall establish an end-to-end secure dedicated MPLS connectivity (Wired/ Wireless)/Point to Point (P2P)

with requisite bandwidth without any

compression from respective office to SHQ/DHQ/BHQ (As per directions of RISL).The links offered should be through

un-contention media i.e. bandwidth

should be uncompressed and not shared

Request RISL to allow L2 VPN against Point to Point link. Technical performance of L2 VPN solution will be same as of

Point to Point link.

As per Draft RFP

Page 17: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

351 Implement

ation

17 The last mile connectivity at SHQ shall be provided only on fiber and the last mile connectivity end-office location

may be provided either on Wired / Wireless media. No charges shall be paid for aggregated bandwidth at SHQ

Request RISL to share us the complete site address details of SHQ with required bandwidth. As per Draft RFP

352 Implement

ation

17 The last mile connectivity at SHQ shall be provided only on fiber and the last mile connectivity end-office location

may be provided either on Wired / Wireless media. No charges shall be paid for aggregated bandwidth at SHQ

Request RISL to share us the complete site address details of end office/ Government office locations with breakup of

required bandwidth against each site.

As per Draft RFP

353 Implement

ation

17 The Equipment to be installed by the Bidder/SP shall extend an electrical Ethernet interface to the end CPE

equipment (Router/Layer3 Switch) installed at each

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

As per RFP, RISL has also mentioned that bidder to provide the UPS , earthing & rack. However this clause mentions

that it will be provided by RISL.

Request RISL to check and confirm the same.

As per Draft RFP

354 Implement

ation

18 During installation/ uninstall of any equipment, BIDDER/SP shall not cause any damage to government buildings/

premises/ property. However, if any damage

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

Trenches, path/road-cutting etc. should be back-filled

and restored to the original condition immediately after laying of the conduit/cable at no extra cost to the purchaser

Request RISL to take care of extension of link in case of any false ceiling, as Bidder will not be able to lay the cable.

Also request RISL to take care of extension of link from Telco Demark to router rack at all the sites.

As per Draft RFP

355 Implement

ation

18 During installation/ uninstall of any equipment, BIDDER/SP shall not cause any damage to government buildings/

premises/ property. However, if any damage

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

Trenches, path/road-cutting etc. should be back-filled

and restored to the original condition immediately after laying of the conduit/cable at no extra cost to the purchaser

Request RISL to provide the In building permission for laying the fiber cable at SHQ location. Respective TSP will back-

filled & restore to original condition.

As per Draft RFP

356 Implement

ation

18 OFC/ RF Equipment and End office equipment for OFC/Wireless connectivity (like Mux, Tower, Radio equipment,

CPE, Optical to electrical convertor etc.) are to be supplied based on mode of connectivity proposed by SP/Bidder

without additional cost/rent to purchaser. These equipment’s shall be recovered by the SP/ bidder at the end of

project period.Any other activity to keep the solution/ set-up functional to its full capacity shall be the responsibility

of the bidder/SP

Request RISL to provide the site readiness requirement as below:

Online UPS Power of 220 volts to 230 Volts, E-N Voltage < 2 volts, Air Conditioning inside server room/computer room,

permission on roof top for installation of RF Pole or tower, Permission inside building for laying OFC cable, 24* 7

permission inside server room for maintenance of link etc

As per Draft RFP

357 Implement

ation

18 The termination of P2P connectivity shall be on fiber/Ethernet (as per requirement of RISL)at both end with

accessories to terminate the same at respective locations.

Request RISL to allow L2 VPN against Point to Point link. Technical performance of L2 VPN solution will be same as of

Point to Point link.

As per Draft RFP

358 Testing &

commissio

ning

19 UAT request for a particular PO can be raised by the SP/Bidder in parts on monthly basis Request RISL to consider the UAT/ Acceptance testing to be site wise. As per Draft RFP

359 Testing &

commissio

ning

19 ILL Link: Load Test: A file transfer test between respective end offices using FTP may be done to verify the effective

bandwidth/ throughput, if felt necessary

by RISL

Load test activity may not be applicable for Internet Leased line links As per Draft RFP

360 Testing &

commissio

ning

19 ILL - Round Trip Delay between ISP Gateway Router and ISP upstream peering point. --> <= 50 msec Request RISL to consider the Latency as PE to CPE Ping response. As per Draft RFP

361 Testing &

commissio

ning

19 ILL link. Packet Drop < = 0.05% Request RISL to consider the Packet drop of <= 1% As per Draft RFP

362 Testing &

commissio

ning

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

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

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

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

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

Request RISL to consider the UAT/ Acceptance testing to be site wise also the payment to be site wise. As per Draft RFP

363 Post-

implement

ation:

Network

Managem

ent

Services

and FMS

21 Some Links may be required to be shifted to new location during O&M period. The Bidder/SP shall be required to

uninstall, pack, shift, unpack, re-install and configure at new site location during contract period without any

additional cost to the Purchaser,

RISL will provide the required time to lay OFC to concern bidder/SP in such shifting cases.Such links will not be more

than 1% of order given during contract period

Request RISL to consider the shifting as one time charges & this shifting of link will be subject to feasibility. As per Draft RFP

364 Post-

implement

ation:

Network

Managem

ent

Services

and FMS

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

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

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

removal of the connectivity whichever is earlier.

Request RISL to delete this clause, as early termination will attract some penalty charges for early exit. Hence request

RISL to keep this link till contract period.

As per Draft RFP

365 Rate

Contract

for

Network

Infrastruct

ure

21 Rate Contract for Network Infrastructure

a. Rate Contract for Network Equipments

Request RISL to remove the Hardware from this RFP & to have separate RFP. As per Draft RFP

366 Rate

Contract

for

Network

Infrastruct

ure

23 Rate Contract for network LAN work Request RISL to remove the Hardware & Network LAN from this RFP & to have separate RFP. As per Draft RFP

367 Project

Milestones

,

Deliverabl

es&

Timelines

28 Bandwidth Upgradation -- T+15 days Request RISL to consider the time lines for up gradation of link to be 3 to 4 weeks from date of PO As per Draft RFP

368 Project

Milestones

,

Deliverabl

es&

Timelines

29 O&M Phase for Bandwidth recurring charges: Bi-annually at the approved rates over a

period of three years from the “Date of

Commissioning & Go- Live” for each lot.

Request RISL to consider the Bandwidth charges to to be paid Quarterly in arrears & acceptance & payment to be site

wise.

The payment for each lot shall be released Quarterly

from commissioning & Go-Live of the lot/link

369 Lot Size

and

Commissio

ning

timelines

29 Feasibility time frame:

Upto 50 Links -- 1 week

Upto 50 Links with end equipments -- 1 week

More than 50 Links -- 2 weeks

Request RISL to provide more time for doing the feasibility study.

Upto 50 Links -- 2 weeks

Upto 50 Links with end equipments -- 2 weeks

More than 50 Links -- 3 weeks

As per Draft RFP

370 Lot Size

and

Commissio

ning

timelines

29 Link Commissioning timeline

(Excluding UAT period)

Upto 50 Links -- 4 weeks

Upto 50 Links with end equipments -- 6 weeks

More than 50 Links -- 8 weeks.

Request RISL to provide more time for implementation of links.

Upto 50 Links -- 8 weeks from date of PO

Upto 50 Links with end equipments -- 10 weeks from date of PO

More than 50 Links but < 100 links -- 16 weeks from date of PO

More than 100 links till 500 links --- 24 weeks from date of PO

As per Draft RFP

371 For

Network

Equipment

29 Supply, Installation and Maintenance of equipment as

per the BoM (Annexure-1) --- T+ 60 days

Request RISL to share us the Qty of PO for required number of Networking hardware? As per Draft RFP

372 For

Network

Equipment

29 Supply, Installation and Maintenance of equipment as

per the BoM (Annexure-1). Payment terms -- 90% of total work order value and remaining 10% in equated

installment yearly i.e 2% at the end of each year

OR this remaining 10% may be released against Bank Guarantee of equal amount

Request RISL to consider the Payment terms as below:

90% on delivery of hardware

10 % post installation of CPE router at respective site.

This payment to be done for individual CPE/ Hardware.

As per Draft RFP

Page 18: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

373 Terminatio

n for

Convenien

ce

59 Termination for Convenience: RISL, by a written notice of at least 30 days sent to the supplier/ selected bidder, may

terminate the Contract, in whole or in part, at any time for its convenience. The Notice of

termination shall specify that termination is for the Purchaser’s convenience, the extent to

which performance of the supplier/ selected bidder under the Contract is terminated, and

the date upon which such termination becomes effective.

ii. Depending on merits of the case the supplier/ selected bidder may be appropriately

compensated on mutually agreed terms for the loss incurred by the contract if any due to

such termination.

Request RISL to delete this clause, as Telecom service provider will be investing huge CAPEX. As per Draft RFP

374 Penalty for

not

meeting

Latency

66 Penalty for non-achievement of Latency for P2P connectivity shall be deducted as

below:

Request RISL to delete the penalty for not meeting Latency. As per Draft RFP

375 Penalty for

not

meeting

Latency

66 Penalty for non-commissioning of links:

If a SP/Bidder fails to commission the link after declaring the site feasibility within the

stipulated time period provided in the work-order issued by RISL, a penalty of 100% of

the link rental of a year of the link, shall be deducted from the payable amount to

SP/bidder for commissioned links.Such links shall be offered to other SP/Bidder for

commissioning.

Request RISL to delete this penalty, as bidder has not received the complete site address details. As per Draft RFP

376 Annexure -

1

72 ANNEXURE-1: BILL OF MATERIAL (BOM)

PART – A: MPLS,P2P and ILL Connectivity (Rate Contract):

Request RISL to share us the complete site address details with pin code, lat long & bandwidth requirement against

each site for MPLS, ILL & P2P link.

As per Draft RFP

377 Additional

Query

Exclusion from LD Penalty Request RISL to exclude the LD Penalty on below scenario.

1. Delay in Sharing the complete site address & site contact details for all sites.

2. Delay in getting the Buidling permission for laying the fibre cable

3. Site is not ready (i.e. Site readiness is not available as per checklist shared).

4. CPE is not available for termination of link.

5. Permission not available on rooftop for installation of link.

6. Force Majeure

7. Political Instability

8. Flood/Riots

9. Pandemic situation

As per Draft RFP

378 Additional

Query

Exclusion from SLA up time Penalty Request RISL to exclude the Penalty for not meeting the SLA up time in below scenario.

1. Power failure.

2. Force Majeure

3. Trouble ticket not booked with ISP.

4. Permission not available for maintenance & restoration of link.

5. Earthing issue or Online UPS relatedd issue.

6. Political Instability

7. Flood/Riots

8. Epidemic or Pandemic situation

9. Theft of CPE

10. Damage of CPE due to power fluctuation

As per Draft RFP

379 Additional

Query

Acceptance of the link to be site wise Request RISL to consider in providing the Acceptance of link to be site wise after installing the link at DC & DR. As per Draft RFP

380 Additional

Query

UAT Criteria Request RISL to consider the UAT Criteria as WAN to WAN Ping test from DC to Spoke site. As per Draft RFP

381 Additional

Query

Site Readiness requirement at all the sites Request RISL to have the site readiness requirement at each site as below:

Online UPS Power of 220 volts to 230 volts, E-N Voltage < 2 volts, Air Conditioning inside server room, Permission

inside Data center for installation of link, Permission on roof top for installation of RF Pole/Tower, 24*7 permission

inside server room fro Maintenance of link, Rack space of 9U in existing rack at all sites. etc

As per Draft RFP

382 Extension of Submission Due to ongoing COVID 19 situation we are unable to conduct the feasibility study & site survey.

We request you to extend the bid submission till 20th July 20.

As per Draft RFP

383 Page 13 Eligibility Criteria

Financial: Turnover

Annual Average Turnover of the bidder from IT/ITeS/Networking(Active/Passive Network Component/Data Center

Equipments) during the last three financial years, i.e., 2016-2017 to 2018-19 (as per the last published audited

balance sheets), should be at least Rs. 250 crores

Annual Average Turnover of the bidder from during the last three financial years, i.e., 2016-2017 to 2018-19 (as per

the last published audited balance sheets), should be at least Rs. 75 crores

As per Draft RFP

384 Page 13 Technical Capability

Point A

A. The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/Switches and other active network equipment) value not less than the amount of Rs. 30.00CR during the

period from 01/04/2015 to 31/03/2020 OR

B. The bidder must have successfully completed two project of Supply and Installation of active Networking devices

(Router/Switches and other active network equipment) value not less than the amount of Rs. 40.00CR during the

period from 01/04/2015 to 31/03/2020

A. The bidder must have successfully completed One project of Supply and Installation of active Networking devices

(Router/Switches/Firewall/Server and other active network equipment) value not less than the amount of Rs. 15 .00CR

during the period from 01/04/2015 to 31/03/2020 OR

B. The bidder must have successfully completed Two project of Supply and Installation of active Networking devices

(Router/Switches/Firewall/Server and other active network equipment) value not less than the amount of Rs. 10.00CR

during the period from 01/04/2015 to 31/03/2020

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the

period from 01/04/2015 to

31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

385 Page 29 Payment Term: For

Network Equipment

90% of total Order value & ramining 10% in equated installment yearly i.e. 2% at the end of each year OR this

remaining 10% may be released against Bank Guarantee of equal amount.

90% of total Order value against delivery & ramining 10% in equated installment yearly i.e. 2% at the end of each year

OR this remaining 10% may be released against Bank Guarantee of equal amount.

As per Draft RFP

386 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

387 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45

autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based

SFP Uplink portspopulated with 1G

single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

388 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justificaton : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements.

389 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of redundancy and

resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing/1000 IPv4 routes

390 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbor Discovery Inspection,

Neighbor Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

391 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

Page 19: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

392 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

393 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troublshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

394 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justificaiton : This feature helps in reducing power consumption

As per Draft RFP

395 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justificaiton : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

396 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

397 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

398 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

399 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

400 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

401 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

402 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

403 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

404 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

405 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

406 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

407 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

408 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

409 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

410 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

411 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

412 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

413 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

414 Page 29 Timelines For Network

Equipment

T+60 Days Due to COVID19, the deliveries of almost all OEMs have been hampered. Hence request you to make it as T+120days As per Draft RFP

415 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

416 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP

Uplink portspopulated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers417 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justificaton : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements.

418 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of

redundancy and resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing/1000 IPv4 routes

419 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbor Discovery Inspection,

Neighbor Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

420 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

421 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

422 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troublshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

423 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justificaiton : This feature helps in reducing power consumption

As per Draft RFP

424 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justificaiton : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

425 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

426 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

Page 20: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

427 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

428 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

429 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

430 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

431 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

432 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

433 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

434 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

435 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

436 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

437 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

438 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

439 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

440 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

441 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

442 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

443 Page 77 ANNEXURE-2:

TECHNICAL

SPECIFICATIONS

Item No. 20: - Universal SFP Request you to provide more details for Devices where these transceivers will be used As per Draft RFP

444 13 As per Draft RFP

445 14 4. PRE-QUALIFICATION /

ELIGIBILITY CRITERIA

4. Techinical Capability

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 30.00CR

during the period from 01/04/2015 to

31/03/2020.

or

two project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the period from 01/04/2015 to

31/03/2019.

(Bidder to submit the documents as per

Annexure - 15)

Request RISL to revise the clause as below :

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the period from 01/04/2015 to

31/03/2020.

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

or

three project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 40 CR during the

period from 01/04/2015 to

31/03/2020.

(Bidder to submit the documents as per

Annexure - 15)

446 15 4. PRE-QUALIFICATION /

ELIGIBILITY CRITERIA

3. Financial Net worth : The net worth of the bidder as on 31-03-2019 should be ‘Positive’. Request RISL to kindly remove this clause. Omitted

447 15 4. PRE-QUALIFICATION /

ELIGIBILITY CRITERIA

B.The bidder must have agreement with

minimum Three NBSP (Network Bandwidth

Service Provider) within 15 days of LOI. At

the time of Tripartite agreement,The NBSP

should have:

a) Avalid UASL/USL/CMTS/2G/3G And NLD

License for Rajasthan Telecom Circle duly

issued by DoT.

b) Network management center with DR

facility, at different locations in India.

Request RISL to please confirm , how many Tripartite agreement need to be done by the bidder with NBSP , as its

contradicting with Clause no 4. PRE-QUALIFICATION / ELIGIBILITY CRITERIA page no 14 , at one place its ask 3 and at

one place 2 .

Request RISL to allow bidder to provide the connectivity by their own without the tripartite agreement , as Telecom

provider might not agree to take payment from RISL

Selected Bidder/SI shall be required to sign a

tripartite agreement with RISL and with minimum

three NBSP

448 21 4 ( c ) RISL may request for discontinuation of a particular link before expiry of Project period

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

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

removal of the connectivity whichever is earlier.

Customer should pay for the remaining period as per the contract or relevant SOW as Early termination charges As per Draft RFP

449 28 5.2 Project Milestones,

Deliverables& Timelines

a. For MPLS and P2P & ILL Connectivity On page 28, under a) For MPLS and P2P & ILL Connectivity - It is written O&M phase as 2 years whereas in BOQ it is 2

years. Request customer to please clarify.

As per Draft RFP

450 28 5.2 Project Milestones,

Deliverables& Timelines

a. For MPLS and P2P & ILL Connectivity On page 28, under a) For MPLS and P2P & ILL Connectivity - Request to please amend the payment terms as -

Quarterly in arrears from te date of commissioning & Go live of each lot

The payment for each lot shall be released Quarterly

from commissioning & Go-Live of the lot/link

451 28 5.2 Project Milestones,

Deliverables& Timelines

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

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

Request customer to please amend the clause as: The payment process for the work order shall be start after issuing of

Go-live date of each lot.

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

As per Draft RFP

452 29 b. For Network

Equipment

Query not clear

453 30 Note d) D) Due payments shall be made promptly by the purchaser, generally within sixty (60) days after

submission of an invoice or request for payment by the supplier/ selected bidder.

Request customer to please amend the clause as Due payments shall be made promptly by the purchaser, generally

within Thirty (30) days after

submission of an invoice or request for payment by the supplier/ selected bidder.

As per Draft RFP

454 55 28. Liquidated Damages

(LD)

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

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

supply/commence services:-

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

half a day.

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

Request customer to please amend the ppenal caluse: a) In case of extension in the delivery period with liquidated

damages the recovery shall be

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

supply/commence services:-

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

half a day.

c) The maximum amount of liquidated damages shall be 5% of the contract value.

As per Draft RFP

455 59 c) Termination for

Convenience

c) Termination for Convenience In case of “Termination by Convenience” Customer should pay for the remaining period as per the contract or relevant

PO/WO as Early termination charges

As per Draft RFP

456 65 6. Penalty for non-

achievement of Service

Level Requirements:

As per Draft RFP

Page 21: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

457 67 7. Penalty for non-

commissioning of links:

If a SP/Bidder fails to commission the link after declaring the site feasibility within the

stipulated time period provided in the work-order issued by RISL, a penalty of 100% of

the link rental of a year of the link, shall be deducted from the payable amount to

SP/bidder for commissioned links.Such links shall be offered to other SP/Bidder for

commissioning.

Note: The penalty shall be calculated separately for Prime Hours and Non-Prime

Hours and for each parameter defined above, on quarterly basis. Penalty imposed

shall be sum of both (i.e. Prime Hours and Non-Prime Hours). However, for any given

link, penalty shall not exceed 100% of Half yearly equated instalments (i.e. rental) for

that link.

Request customer to please relax the pemal terms:

And also due consideration to be given, if the bidder is not able to commission the link due to unaviodable factors.

If a SP/Bidder fails to commission the link after declaring the site feasibility within the

stipulated time period provided in the work-order issued by RISL, a penalty of 5% of

the link rental of a quarter of the link, shall be deducted from the payable amount to

SP/bidder for commissioned links.Such links shall be offered to other SP/Bidder for

commissioning.

Note: The penalty shall be calculated separately for Prime Hours and Non-Prime

Hours and for each parameter defined above, on quarterly basis. Penalty imposed

shall be sum of both (i.e. Prime Hours and Non-Prime Hours). However, for any given

link, penalty shall not exceed 10% of Half yearly equated instalments (i.e. rental) for

that link.

As per Draft RFP

458 16 5.1. Detailsof Scope of

Work (SoW) A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity

required throughput should be ensured by the SP. we assume that this is as per IEEE standards As per Draft RFP

459 16 5.1. Detailsof Scope of

Work (SoW) A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity

The bidder shall be required to extend FE

connectivity to RISL router using LAN cable.

Bidder assumes that at most of the locations bidder will only provide router & switches to terminate the WAN

connectivity which is a part of BOQ. If bidder is not providing any routers & switches for link delivery then it will be the

responsibility of the RISL/RISL's router partner to provide & connect the required cables.

As per Draft RFP

460 17 5.1. Detailsof Scope of

Work (SoW) A. Rate

Contract of MPLS, P2P

and Internet Lease Line

connectivity 1. Pre-

implementation

RISL shall provide the list of sites to be connected to bidder/SPs. Bidder/SPs shall perform Site-survey of all the

ordered locations for feasibility. The Bidder/SPs shall intimate feasible links within specified timelines. If no

intimation is provided by bidder/SPs within specified days, it shall be deemed that the site(s)are feasible to the

bidder/SP.

Request customer to please remove the,

If no intimation is provided by bidder/SPs within specified days, it shall be deemed that the site(s)are feasible to the

bidder/SP.

As per Draft RFP

461 17 1. Pre-implementation d) The requisite space & 5A AC power for installing the equipment at the designated

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

Bidder assumes that power socket will be provided near to Rack and if any delay due to power socket same will be

excluded from the LD calculation.

As per Draft RFP

462 17 2. Implementation: f) Bidder/SP shall coordinate with the RajSWAN/RajNET Operator and nodal officer for detection of the circuit/link in

NMS.

Bidder assumes that if there is any delay in providing router and router configuration by the RISL will be exclude from

the LD calculation . And link delivery date will be consider for the commissioning.

As per Draft RFP

463 17 2. Implementation: p) OFC/ RF Equipment and End office equipment for OFC/Wireless connectivity (like Mux, Tower, Radio equipment,

CPE, Optical to electrical convertor etc.) are to be supplied based on mode of connectivity proposed by SP/Bidder

without additional cost/rent to purchaser. These equipment’s shall be recovered by the SP/ bidder at

the end of project period.Any other activity to keep the solution/ set-up functional to its full capacity shall be the

responsibility of the bidder/SP.

Request RISL to please remove (These equipment’s shall be recovered by the SP/ bidder at

the end of project period) as bidder is providing the services and hardware belong to bidder only

As per Draft RFP

464 18 2. Implementation: q) The termination of P2P connectivity shall be on fiber/Ethernet (as per requirement

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

Request Customer to please change the clause as below

The termination of P2P connectivity shall be on fiber/RF with Ethernet hand-off(as per requirement

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

As per Draft RFP

465 19 3. Testing &

Commissioning:

a) UAT request for a particular PO can be raised by the SP/Bidder in parts on monthly basis. We request RISL to please change twice in month from monthly basis. As per Draft RFP

466 19 3. Testing &

Commissioning:

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

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

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

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

conducting Acceptance Testing.

We assume Bidder need to assist at central location only for the UAT . As per Draft RFP

467 19 3. Testing &

Commissioning:

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

of minimum 80% links i.e. Go-Live shall be given in a lot. Since there may be possibility of

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

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

Request RISL to change the clause as below .

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

of minimum 30% links i.e. Go-Live shall be given in a lot. Since there may be possibility of

some links failing in UAT, the bidder is advised to offer more number of links for UAT.

As per Draft RFP

468 19 3. Testing &

Commissioning:

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

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

RISL NOC.

RISL should appoint a central SPOC for all operational challenges & he should be the authorized signatory in case

bidder is not having information about nodal officer or the nodal office is not available at the site during installation

As per Draft RFP

469 19 A. For MPLS Links i. Latency (Round-trip): The average round trip delay for 1000 diagnostic packets of 100 bytes each between

respective end offices should be less than 60 milliseconds.

Request RISL to please allow Latency till 80 millisecond. As per Draft RFP

470 19 A. For MPLS Links iii. Load Test: A file transfer test between respective end offices using FTP may be done to verify the effective

bandwidth/ throughput, if felt necessary by RISL

We assume that these test will be performed by the RISL/Agency assigned by the RISL , and no manpower is require at

delivery location from bidder

As per Draft RFP

471 19 B. For P2P Links i. Latency (Round-trip): The average round trip delay for 1000 diagnostic

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

than 40 milliseconds.

Request RISL to please allow Latency till 60 millisecond. As per Draft RFP

472 19 B. For P2P Links iii. Load Test: A file transfer test between respective end offices using FTP

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

by RISL.

We assume that these test will be performed by the RISL/Agency assigned by the RISL , and no manpower is require at

delivery location from bidder

As per Draft RFP

473 20 C. For ILL i. Latency (Round-trip): ISP’s Latency will be determined by round trip delay from ISP’s any edge router in INDIA &

terminating point with upstream service provider. It will be measured by standard 1000 packets of 64-byte ping.

Latency,

Packet drop will be under SLA as per the below mentioned table:

We assume that RISL require the latency between ISP edge router to global DNS server - please confirm and also share

how RISL will monitor this

As per Draft RFP

474 20 C. For ILL Packet drop Request RISL to please allow the 1 % packet drop As per Draft RFP

475 20 C. For ILL ii. Load Test: A file transfer test between respective end offices using FTP

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

by RISL.

We assume that these test will be performed by the RISL/Agency assigned by the RISL , and no manpower is require at

delivery location from bidder

As per Draft RFP

476 20 3. Testing &

Commissioning:

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

Commissioning” of the lot

We request RISL to consider the link delivery date on which bidder has delivered the link and taken the

acknowledgement letter from Local person for the LD calculation as we can submit the request only one time in a

month .

As per Draft RFP

477 21 4. Post-implementation:

Network Management

Services and FMS

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

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

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

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

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

and operational.

We Assume that duration shall be counted from the time of intimation to bidder Helpdesk to restoration of the link ,

not the ticket closed in HP EMS

As per Draft RFP

478 21 4. Post-implementation:

Network Management

Services and FMS

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

uptime and performance as per agreed SLA.

Bidder Can only monitor proactively MPLS and Internet link not the P2P links , and also request RISL to please put the

NMS string for bidder in RISL provided router also

As per Draft RFP

479 21 Rate Contract for

Network Infrastructure

a. Rate Contract for Network Equipments The bidder has to do Earthing (as per order) strictly according to the

specifications.The Earthing shall be provided to power socket where PDU would have been connected. If there is no

power socket available at site, a 3 pin 15 Amp power socket shall be installed by bidder with no extra cost to

purchaser and earthing shall be terminated at the socket thereafter. The bidder has to repair/replace PDU in

warranty

duration.

Request RISL to please confirm whether PDU will be supplied by the bidder and also request to please share the

average fault rate of PDU in last 3 years

As per Draft RFP

480 22 Rate Contract for

Network Infrastructure

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

RFP and getting support issues rectified as per the

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

get the fault rectified or equipment replaced as required, by coordinating with respective OEM’s. RISL will arrange

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

Block level location for any replacement. However, bidder can arrange its own to meet SLA timelines, SPOC shall also

be responsible for the re-configuration of replaced devices.The devices supplied shall be compatible with existing

NMS system and shall be discoverable through NMS System. Bidder is responsible to do configuration in supplied

switches and will coordinate with team for discovery in

existing HP NMS

Request RISL to own the pick & drop till block level from the sites & exclude any delay due to this from SLA calculation. As per Draft RFP

481 21 Rate Contract for

Network Infrastructure

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

existing network switches and routers:

Request RISL to please provide the SFP requirement as per the router and switch ,so bidder can provide the SFP from

the same OEM

As per Draft RFP

482 22 Configuration and

reconfiguration of

equipment/network/serv

ices

The Successful bidder shall maintain a record of hardware and software configurations of all equipment including

the details of different policies implemented on the devices such as VLAN configurations, access control lists, routing

filters, clustering details etc. Successful bidder shall keep regular backups of soft copies of the configurations of each

of the devices mentioned

We assume to keep record of soft configuration RISL will provide the required Space in server/PC . As per Draft RFP

Page 22: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

483 23 3. User Acceptance Test The bidder shall co-ordinate and carry any other required test as desired by purchaser for demonstrating the asked

functionality.

Request RISL to please specify the required test which need to be performed for Hardware As per Draft RFP

484 23 3. User Acceptance Test The RISL/GoR may engage third party auditor (TPA) at its own costs to carry out UAT. The bidder shall be required to

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

Request RISL to please confirm whether bidder need to realign the engineer at site for the UAT or it will be done by

the TPA only , as its have cost impact for re visit

As per Draft RFP

485 23 b. Rate Contract for

network LAN work

Extend electrical cable & install electrical switches/sockets. Request RISL to please provide the specification of switches/sockets and require cables . As per Draft RFP

486 23 b. Rate Contract for

network LAN work

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

electric power to LAN points.

Request RISL to please provide the specification of these accessories. As per Draft RFP

487 25 h. UAT(User Acceptance

Test)

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

officer.

Request RISL to please mention the required test which bidder need to perform for the UAT As per Draft RFP

488 26 Shifting of site

equipments and

connectivity under

RajNET/

RajSWAN:

If there is no change in the type of connectivity, the same

equipment shall be used for the connectivity and the bidder shall do the

necessary cabling & Earthing at new locations.

We assume that For new cabling and Earthing bidder can invoice to RISL . As per Draft RFP

489 28 5.2 Project Milestones,

Deliverables& Timelines

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

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

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

on receipt of following deliverables:

We Request RISL to please allow bidder to raise quarterly invoice, as RISL know from some time the industry health is

not good and to maintain the eco system liquidity requires.

The payment for each lot shall be released Quarterly

from commissioning & Go-Live of the lot/link

490 28 5.2 Project Milestones,

Deliverables& Timelines

Deployment Technical Resource for Dedicated Single

Point of Contact (SPOC) as defined in Annexure -3 Within 21 days from issuing of first work/ feasibility order

We request RISL to please allow mim 45 days for Deployment of Technical Resource As per Draft RFP

491 29 Lot Size and

Commissioning timelines

For Feasibilty

Upto 50 Links - 1 week

Upto 50 Links with end equipments - 1 week

More than 50 Links - 2 weeks

We request RISL to please provide the feasibility timelines as below as bidder team need to physically visit all the sites

for the feasibility which is not possible in given time lines .

Require min timelines

Up to 50 Links - 3 week

Up to 50 Links with end equipment's - 3 week

More than 50 Links - 5 weeks

As per Draft RFP

492 29 Lot Size and

Commissioning timelines

Link Commissioning timeline (Excluding UAT period)

Upto 50 Links - 4 week

Upto 50 Links with end equipments - 6 week

More than 50 Links - 8 weeks

We request RISL to please provide the feasibility timelines as below as bidder team need to physically visit all the sites

for the feasibility which is not possible in given time lines .

Require min timelines

Up to 50 Links - 6 week

Up to 50 Links with end equipment's - 10 week

More than 50 Links - 12 to 14 weeks

As per Draft RFP

493 29 Lot Size and

Commissioning timelines

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

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

Request RISL to release payment of each go-live not on the complete lot. Installation & delivery depends on site

readiness & customer permission for which bidder will not be completely responsible.

As per Draft RFP

494 29 For Network Equipment Delivery Challan

•Invoice Copy

•Installation Report & UAT

•Warranty certificate issued

by respective OEMs for

each hardware/Software

We assume that bidder need to provide the warranty from the delivery date of hardware , please confirm As per Draft RFP

495 29 For Network Equipment Timelines - 60 days We request RISL to please provide the 75 days for the delivery As per Draft RFP

496 29 For Network Equipment Payment Terms 90% of total work order value

and remaining 10% in equated installment yearly i.e

2% at the end of each year OR this remaining 10% may

be released against Bank Guarantee of equal amount

Request RISL to please confirm whether bidder can raise the 100 % amount invoice or need to raise in 90%+ 10% As per Draft RFP

497 29 For LAN Work Timelines - Final Survey report/Design/document - 2 weeks We request RISL to please provide mim 4 weeks for the site survey as bidder need to do the physical visit for each

location

As per Draft RFP

498 29 For LAN Work Timelines- Installation andCommissioning of IT

infrastructure & cabling as detailed in SoW - 6 weeks

we request RISL to please provide the minimum 8 weeks for the installation as its depend on hardware delivery also As per Draft RFP

499 30 Note:- a) RISL is working as a Pure Agent and executing the projects on behalf of Government of Rajsthan. All the invoices

should be raised in the name of department for which goods and services will be taken. The name for which billing

will be done, shall be intimated by RISL

we request RISL to please remove this clause as bidder is getting PO from RISL then bidder should invoice to RISL only. As per Draft RFP

500 56 30. Warranty a) The bidder must supply all items of BoM (Annexure-1) with comprehensive on-site valid warranty for the period

of as mentioned in Technical Specification (Annexure –2). And

all other items (including passive components) where warranty period not mentioned,are to be supplied with 3 years

on site warranty/ maintenance

we assume that warranty start date is delivery date of hardware at respective location - please confirm As per Draft RFP

501 64 SLA for MPLS

Connectivity:

SLA Matrix: Initial Response Time (IRT) to rectify and restore the services will be calculated from the time of

detection of non-availability of services either through HDMS/ NMS/ or registration of complaints at Help

Desk/Service Window or any other mechanism adopted under the project (by DoITC/RISL), whichever is earlier. IRT

asbelow shall be permitted and excluded from SLA breach:

We request RISL to start the IRT from the time call logged with bidder helpdesk. As per Draft RFP

502 64 SLA for MPLS

Connectivity:

Location Prime Hours Non-Prime Hours

HUB Sites at SHQ 15 Minutes 30 Minutes

End Office at SHQ/DHQ level 30 Minutes 60 Minutes

End Office at BHQ/GP level 60 Minutes 90 Minutes

We request RISL to please amend the clause as below .

Location Prime Hours Non-Prime Hours

HUB Sites at SHQ 30 Minutes 60 Minutes

End Office at SHQ/DHQ level 60 Minutes 90 Minutes

End Office at BHQ/GP level 90 Minutes 120 Minutes

As per Draft RFP

503 64 SLA for MPLS

Connectivity:

Service Level Requirement for each link:The BIDDER/SP has to maintain the network uptime at each of the locations

as per the table given below:

We request RISL to please provide some relaxation in ILL and P2P SLA as below

End Office at SHQ/DHQ level - 98% and 96%

End Office at BHQ/GP level -98% and 96%

As per Draft RFP

504 64 4. Uptime and SLA

exclusion time

calculation shall be done

as below:

2) In addition to IRT, following shall be excluded from fault duration (SLA Exclusion

time):

In addition given point we request RISL to please add below mention points also in SLA Exclusion

NO SLA penalty will be applicable on bidder incase the location is down due to

1) Power issue at customer end.

2) Improper earthing at site where earthing is not provided by bidder.

3) Equipment damaged due to water seepage, gone faulty due to power/fire.

4) Access not available at site for the bidder engineer to check the issue.

5) Local contact person not available at site.

6) Any condition which is beyond the control of bidder.

7) Theft of hardware.

8) Any delay in pick & drop from respective sites to block level which is RISL's responsibility.

As per Draft RFP

505 65 5. Measurement of

Service Level Parameter:

i.

2) The uptime shall be calculated on quarterly basis during the entire project period by DoIT&C/RISL/ designated

agency using EMS/ NMS tool and penalty if any would be

charged per Quarter. Downtime of any one of the services (Voice, Video and Data) would result in deduction of that

downtime from the total time in the Quarter

We request RISL to please calculate the SLA from the time of complaint logged with the bidder helpdesk, as bidder will

get the restoration work start after the intimation only

As per Draft RFP

506 65 5. Measurement of

Service Level Parameter:

i.

4)Committed Interface Rate (CIR): The Committed Interface Rate (CIR) is a QoS type arrangement. It is basically an

agreement that the Bandwidth Service Provider/Bidder

ensures that the purchaser has a guaranteed minimum data rate across the network. Failure to provide this rate

could result in a breach of contract. The bandwidth to be

provided shall be non-shared bandwidth. CIR shall be measured at all times. The link shall be treated as down if the

CIR for that particular link is below 95% of ordered

bandwidth. Penalties would be calculated accordingly.

We request RISL to please keep CIR as per the IEEE standards As per Draft RFP

507 68 SLA for the Hardware

component

Replacement due to repeated failure

If, during the warranty period, any equipment

has any failure on two or more occasions

Request customer to please amend the clause as below

Replacement due to repeated failure

If, during the 3 months period, any equipment

has any failure on two or more occasions

As per Draft RFP

508 68 7. Penalty for non-

achievement of Service

Level Requirements

More than Next Business Day - 2% of Device Cost Per Day, Up to

maximum of device cost.

We request RISL to please relax the penalty as below

More than Next Business Day - 0.2% of Device Cost Per Day, Up to 20% of device cost.

And also request RISL to exclude any delay in pick & drop from respective sites to block level which is RISL's

responsibility. Any fault or ticket log after 2PM if any hardware replacement is required will be done by bidder (NBD

+1 business day).

As per Draft RFP

Page 23: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

509 69 7. Penalty for non-

achievement of Service

Level Requirements

The Downtime would be calculated for each item from the time ticket through NMS or

by raising ticket on OEM / SI portal

We request RISL to calculate the downtime from the time ticket has been logged with bidder helpdesk As per Draft RFP

510 69 A. Delay in Time for LAN

Connectivity work:-

Delay in time for providing Final Survey report to DoIT&C/RISL Beyond T+2 weeks from the issue of survey work

order Rs.2500 per day

We request RISL to please change from 2500 Rs to 500 RS and also provide the extension in delivery time lines as

request earlier

As per Draft RFP

511 69 A. Delay in Time for LAN

Connectivity work:-

Delay in time for installation of required IT Infrastructure at

government office/premises/GPs Beyond T+6 weeks from

the issue of work order Rs.2500 per day

We request RISL to please change from 2500 Rs to 500 RS and also provide the extension in delivery time lines as

request earlier

As per Draft RFP

512 69 A. Delay in Time for LAN

Connectivity work:-

3. The maximum total penalty in any event shall not be more than 25% of the total amount due for the event.

Imposition of maximum penalty for continuous 2 events

shall be treated as non-performance and beyond which the tendering authority may terminate the contract and

forfeit the PSD.

Request RISL to please reduce the penalty from 25% to Max 10 % As per Draft RFP

513 71 2. Personnel

Deployment:

The selected bidder has to deploy the minimum number of dedicated skilled personnel as mentioned in Annexure-3 Request RISL to ask for Senior Program Manager to govern the overall ecosystem. Program manager should be capable

of working closely with senior government officials. The Program Manager should have an experience of 12-15 years.

And also request RISL to ask 3 service engineers to maintain the ask SLA & complete project

As per Draft RFP

514 89 Item No. 29: - Earthing The voltage between Neutral &

Earth should not exceed more than

2 volts.

We request RILS to please allow mim 4 Volt as its is very difficult to achieve 2 V in Rajasthan due to soil and also please

confirm whether bidder need to maintain the earthing for complete contract or its one time activity OR ask two

earthpit for each location to acheive 2 volts between earth & neutral.

As per Draft RFP

Genral Central spoke Central spoke required from RISL for smooth operations As per Draft RFP

-> address and resolve all customer end issues. As per Draft RFP

-> provide link delivery acceptance As per Draft RFP

-> weekly/monthly project review As per Draft RFP

-> Invoice submission and clearance As per Draft RFP

23 3. Testing &

Commissioning

In case of delay/ non-completion of work by BIDDER/SP at any designated location(s) due to reasons not attributable

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

If any delay which in not attributable to bidder than links will be deemed acceptable for invoicing  after 7 days of UAT

request submission from bidder  .

As per Draft RFP

bidder/SP and no LD shall be imposed for such links. As per Draft RFP

24 Rate Contract for

network LAN work

The Successful bidder has to ensure that the installed network equipment like Bidder will be responsible only for those active hardware which is the part of BOQ and will able to under stand the

SNMP string

As per Draft RFP

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

reflected in the network monitoring system deployed by DoIT&C/RISL. As per Draft RFP

518 72 ANNEXURE-1: BILL OF

MATERIAL (BOM)

PART – A: MPLS,P2P and ILL Connectivity (Rate Contract): Request RISL to please share the complete location address with required media(Fiber/RF),so bidder can do the

feasibility

As per Draft RFP

ANNEXURE-2:

TECHNICAL

SPECIFICATIONS

Bidder/SI/SP should ensure that all the software, hardware, peripherals, accessories, sub-components Since this is rate contract bidder will do the site survey and share the requirement with RISL to get the approval , if any

hardware /Soft ware/ Passive component which is not the part of BOQ then RISL need to procure same and will

provide to bidder

As per Draft RFP

required for the functionality and completeness of the solution, including devices, equipment, As per Draft RFP

accessories, patch cords (copper / fiber), cables, software, licenses, development / testing kits, tools, As per Draft RFP

etc. should also be provisioned according to the requirements of the solution. Also, any additional As per Draft RFP

components, sub-components, assemblies, sub-assemblies that may be required to meet the desired As per Draft RFP

performance requirements will have to be provisioned by the SI at no additional cost. As per Draft RFP

520 85 Item no. 26 EN/IEC Standard Ratings :EN/IEC 60068-2-27,ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC

61000-4-6, EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS

and EMC as FCC Part 15, Class A

Request to change "EN/IEC 60068-2-27" to "EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-1.

Justification:

EN/IEC 60068-2-27 is intended for equipment or products that could be subjected to infrequent or repetitive shocks

during storage, use or transportation. Equivalent to this we have IEC 60255-21-2 (mechanical shock) & IEC 60255-21-1

(vibration) which is equivalent to the mention standard.

EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-

1,ESD EN/IEC 61000-4-2, EN/IEC

61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6,

EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS and EMC

as FCC Part 15, Class A

521 85 Item no. 26 8 Ethernet 10/100 ports and 2 dual-purpose

uplinks (each dual-purpose uplink port has 1

10/100/1000 Ethernet port and 1 SFP-based Gigabit Ethernet

port with single mode transceiver, 1 port active)

8 Ethernet 10/100/1000 ports and 4 Gigabit SFP uplinks

Justification:

Since 8 Ethernet ports are allready provided , we don't think there is need of any dual pupose uplinks. Since gigabit

ports are requested in uplinks , we would request to kindly make 8 ethernet ports gigabit and keep 4 gigabit SFP

uplinks . Earlier design is specific to one OEM Only.

8 Ethernet 10/100/1000 ports and 2 SFP-based

Gigabit Ethernet uplink port with populated single

mode transceiver

522 85 Item no. 26 IEEE 802.3at on minimum 4 10/100 ports or

better POE Budget : min. 120w

IEEE 802.3at/ 802.3bt on minimum 4 10/100/1000 ports or

better POE Budget : min. 120w

Justification

As per Draft RFP

523 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink ports populated with 1G single mode transceivers. "

Justification

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers524 81 1.11 The switch should have PoE/PoE+ output and should have minimum 120 watt power Request You to Amend the clause " The switch should have PoE/PoE+ output and should have minimum 240 watt

power "

Justification

As per Draft RFP

525 83 7.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification

TFTP, FTP /Secure FTP/ Secure Copy support

526 83 8.9 TFTP, FTP or Secure FTP support Request you to amend the Clause "TFTP, FTP /Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification:

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

527 86 1.1 OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

Request you to amend the Clause to OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019"

Justification:

1. L3 switch has also been asked from the complete gartner magic quadarant. 2. There are only 2 OEMS

qualified by the clause which restricts the participation of the other leading OEMs for this prestigious project.

As per Draft RFP

528 86 1.2 16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers. Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink portspopulated with 1G single mode transceivers. "

Justification:

It is indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

As per Draft RFP

529 88 5.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification

Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches OS size in in

Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly accept the

change

TFTP, FTP /Secure FTP/ Secure Copy support

530 49 4 Joint Venture, Consortium or Association Request you to allow for Joint Venture, Consortium or Association

Justification

Joint Venture or Consortium partner will make help to execute the project in given project dead line.

As per Draft RFP

531 Suggestion Request you to please add the clause in L2 switches and L3 switches "switch should be common criteria certified for

NDPP/NDcPP (Network Device Protection Profile)

Justification:

This is a security certifications which state that the hardware and the software of the switches has undergone the

global guidelines of security. The Security Requirements for Network Devices Protection Profile (NDPP) defines the

baseline Security Functional Requirements (SFRs) and Security Assurance Requirements (SARs) for network

infrastructure devices in general which is a must. All the leading OEMs support this.

As per Draft RFP

532 Pg No. 77 Item No. 20: Universal

SFP; 3 Type

Gigabit Ethernet, Single Mode Fiber Trans receiver Compatible with SFP MSA Please change the Clause to:

Gigabit Ethernet, Single Mode Fiber Transreceiver Compatible with the L2/L3 switches offered, from the same OEM

Reason:

Non-OEM SFP can impact the functioning of the switch and can generate hardware/software issues. Request to modify

the Universal SFP to Switch OEM SFP to ensure compatibility, quality testing and Warranty support.

As per Draft RFP

519

516

517

515

Page 24: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

533 Page No.

77,78,79

Item No. 21,22,23,24 SFP -1G-LR for CISCO Routers of same OEM SFP -1G-ER for CISCO Routers of same OEM SFP -10G-LR for CISCO

Routers of same OEM SFP -10G-ER for CISCO Routers of same OEM

Please change the Clause- We request RISL to review these line

Items since these are Proprietary Items specific to one OEM , This Clause can effect/ Impact the overall participation of

other OEM/Partners Hence we request Department to remove these line items from this RFP & Department can plan

to buy these items /products separately so that multiple OEM can participate in this RFP...

As per Draft RFP

534 Pg No. 80 Item No. 25: L3 Switch:

1.1

OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change the clause:

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"..Same clause as been asked in L2 Switch( Item No27 )..Hence it looks a typo Error..So request you

to modify the clause so that all the competent OEMs can qualify.

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

535 Pg No. 80 Item No. 25: L3 Switch:

2.2

Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based SFP Uplink ports populated with 1G

single mode transceivers

Request to change the clause:

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink ports

populated with 1G single mode transceivers.

Reason:

All the OEMs follow 24 port configurations.16-port switches are not standard configuration prevalent in the

networking industry. .Only one or two OEMs have such kind of configuration that too in a particular series switch.

Considering 16 port configuration will favour a particular OEM and hence will lead to a costly solution to the

Department. Equivalent 24 port switches will allow all OEMs to participate resulting in a much better competitive bid

to the department.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

536 Pg No. 80 Item No. 25: L3 Switch:

2.2

Should have minimum 128 MB flash, 512 MB DRAM Request to change the clause:

Should have minimum 128 MB flash, 512 MB DRAM and packet buffer memory of minimum 8MB.

Reason: Packet Buffer is one of the most important feature of any electronic devie to avoid any information lost during

transmission. This will keep packets in the buffer in case of increased transmission traffic. Hence

this will improve the overall traffic forwarding and QoS capability of the switch. So Kindly modify the clause as

requested

As per Draft RFP

537 Pg No. 81 Item No. 25: L3 Switch:

2.11

The switch should have PoE/PoE+ output and should have minimum

120 watt power.

Please change the Clause to:

The switch should have PoE/PoE+ output and should have minimum 250 watt power.

Reason:

Current value of 120Watt is not justified by any calculation of Power Budget/port even if we consider 16 Port switch.

Considering the industry standard 24 Port we request you to modify the POE budget to support POE (15.4 Watts) on

all 16-ports and POE+ on other 8 ports. This will help the department to use High Wattage equipment's on the switch.

This will provide more flexibility and scalability to the department and with better commercials than 16 port switch

since more OEMs will be able to quote industry standard else department will end up in purchasing a 16 port switch at

a much higher prices.

As per Draft RFP

538 Pg No. 84 Item No. 26: - L 3

Outdoor Switch; Type

Managed Outdoor Industrial grade switch Request to change the clause:

Managed Outdoor Industrial grade switch/solution with industrial grade enclosures (with IP30/NEMA certification) .

As per Draft RFP

539 Pg No. 84 Item No. 26: - L 3

Outdoor Switch; Ring

Support

Switch Should support the Ring connectivity in uplink port (IEEE802.17/Equivalent), Request to change the clause:

Switch Should support the Ring connectivity in uplink port (IEEE802.17/Equivalent) or feature to provide link

redundancy of active and standby links without Spanning Tree.

Reason:

Request to accept other active/standby unlinking technology for fast failover without the use of Spanning Tree

As per Draft RFP

540 Pg No. 85 Item No. 26: - L 3

Outdoor Switch;

Industrial Rating

IP 30 and NEMA TS-2 Request to change the clause:

L 3 Outdoor Switch/Solution; Industrial Rating

As per Draft RFP

541 Pg No. 85 Item No. 26: - L 3

Outdoor Switch; EN/IEC

Standard

Ratings

EN/IEC 60068-2-27,ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6, EN/IEC 61000-4-

8, EN/IEC 60068-2-6, RoHS and EMC as FCC Part 15, Class A

Request to change the clause:

ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6, EN/IEC 61000-4-8, RoHS and EMC as

FCC Part 15, Class A

Reason:

Request to accept Enterprise grade switch with industrial grade enclosure (IP30/NEMA/Weatherproof),

vibration/shock being addressed through the enclosure

EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-

1,ESD EN/IEC 61000-4-2, EN/IEC

61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6,

EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS and EMC

as FCC Part 15, Class A

542 Pg No. 85 Item No. 26: - L 3

Outdoor Switch;

Operating Temperature

(-)10 to 70 degrees C or better Request to change the clause:

(-)10 to 70 degrees C or better on switch/solution

As per Draft RFP

543 Pg No. 86 Item No. 27: - L 2 Switch;

1.2

16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers. Request to change the clause:

24 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers.

Reason:

All the OEMs follow 24 port configurations.16-port switches are not standard configuration prevalent in the

networking industry. .Only one or two OEMs have such kind of configuration that too in a particular series switch.

Considering 16 port configuration will favour a particular OEM and hence will lead to a costly solution to the

Department. Equivalent 24 port switches will allow all OEMs to participate resulting in a much better competitive bid

to the department.

As per Draft RFP

544 Pg No. 86 Item No. 27: - L 2 Switch;

1.4

128 MB flash, 256 MB DRAM Request to change the clause:

128 MB flash, 256 MB DRAM and packet buffer memory of minimum 1.5MB

Reason:

Packet Buffer is one of the most important feature of any electronic devie to avoid any information lost during

transmission. This will keep buckets in the buffer in case of increased transmission traffic. Hence

this will improve the overall traffic forwarding and QoS capability of the switch

As per Draft RFP

545 Pg No. 86 Item No. 27: - L 2 Switch;

Additional Point

PoE capability The switch should have PoE/PoE+ output and should have minimum 180 watt power.

Reason: Request to add POE support to L2 access switches for powering end devices like IP Phones, Access Points etc.

The switch should have PoE/PoE+ output and should

have minimum 120 watt power.

546 15 Pre-Qualification Criteria

# 8

The Bidder should have Manufacturers’ authorization and a direct back-to-back support agreement with the OEM for

the equipment’s included in the existing solution as per Annexure -1 (Part – B).

AND

The bidder must be an authorized system integrator for sale, support and services of the OEM who meets the criteria

under Eligible Goods and Services of the products being quoted in this bid.

OR

The bidder must be a manufacturer, distributor or bona-fide dealer in the goods and furnish necessary proof for the

same in the specified format.

Annx -1 (Part-B) is the list of the compnents/equipemnts to be supplied as a part of bid. It does not have list of any

existung solution.

Also, we kindly reqest you to relex this clause "The Bidder should have Manufacturers’ authorization and a direct back-

to-back support agreement with the OEM for the equipment’s included in the existing solution as per Annexure -1

(Part – B)." as scope of work as mentioned on Page No. 21/Clause -a is for new devices/ components/ equipments -

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

Hardware/Accessories as per the BoM (Bill of Material Annexure-1) & Technical specifications (Annexure-2) of this

RFP, at various Government Office location across the Rajasthan State"

As per Draft RFP

547 Pg No. 77 Item No. 20: Universal

SFP; 3 Type

Gigabit Ethernet, Single Mode Fiber Trans receiver Compatible with SFP MSA Please change the Clause to:

Gigabit Ethernet, Single Mode Fiber Transreceiver Compatible with the L2/L3 switches offered, from the same OEM

Reason:

Non-OEM SFP can impact the functioning of the switch and can generate hardware/software issues. Request to modify

the Universal SFP to Switch OEM SFP to ensure compatibility, quality testing and Warranty support.

As per Draft RFP

548 Page No.

77,78,79

Item No. 21,22,23,24 SFP -1G-LR for CISCO Routers of same OEM SFP -1G-ER for CISCO Routers of same OEM SFP -10G-LR for CISCO

Routers of same OEM SFP -10G-ER for CISCO Routers of same OEM

Please change the Clause- We request RISL to review these line

Items since these are Proprietary Items specific to one OEM , This Clause can effect/ Impact the overall participation of

other OEM/Partners Hence we request Department to remove these line items from this RFP & Department can plan

to buy these items /products separately so that multiple OEM can participate in this RFP...

As per Draft RFP

549 Pg No. 80 Item No. 25: L3 Switch:

1.1

OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change the clause:

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"..Same clause as been asked in L2 Switch( Item No27 )..Hence it looks a typo Error..So request you

to modify the clause so that all the competent OEMs can qualify.

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

550 Pg No. 80 Item No. 25: L3 Switch:

2.2

Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based SFP Uplink ports populated with 1G

single mode transceivers

Request to change the clause:

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink ports

populated with 1G single mode transceivers.

Reason:

All the OEMs follow 24 port configurations.16-port switches are not standard configuration prevalent in the

networking industry. .Only one or two OEMs have such kind of configuration that too in a particular series switch.

Considering 16 port configuration will favour a particular OEM and hence will lead to a costly solution to the

Department. Equivalent 24 port switches will allow all OEMs to participate resulting in a much better competitive bid

to the department.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

Page 25: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

551 Pg No. 80 Item No. 25: L3 Switch:

2.2

Should have minimum 128 MB flash, 512 MB DRAM Request to change the clause:

Should have minimum 128 MB flash, 512 MB DRAM and packet buffer memory of minimum 8MB.

Reason: Packet Buffer is one of the most important feature of any electronic devie to avoid any information lost during

transmission. This will keep packets in the buffer in case of increased transmission traffic. Hence

this will improve the overall traffic forwarding and QoS capability of the switch. So Kindly modify the clause as

requested

As per Draft RFP

552 Pg No. 81 Item No. 25: L3 Switch:

2.11

The switch should have PoE/PoE+ output and should have minimum

120 watt power.

Please change the Clause to:

The switch should have PoE/PoE+ output and should have minimum 250 watt power.

Reason:

Current value of 120Watt is not justified by any calculation of Power Budget/port even if we consider 16 Port switch.

Considering the industry standard 24 Port we request you to modify the POE budget to support POE (15.4 Watts) on

all 16-ports and POE+ on other 8 ports. This will help the department to use High Wattage equipment's on the switch.

This will provide more flexibility and scalability to the department and with better commercials than 16 port switch

since more OEMs will be able to quote industry standard else department will end up in purchasing a 16 port switch at

a much higher prices.

As per Draft RFP

553 Pg No. 84 Item No. 26: - L 3

Outdoor Switch; Type

Managed Outdoor Industrial grade switch Request to change the clause:

Managed Outdoor Industrial grade switch/solution with industrial grade enclosures (with IP30/NEMA certification) .

As per Draft RFP

554 Pg No. 84 Item No. 26: - L 3

Outdoor Switch; Ring

Support

Switch Should support the Ring connectivity in uplink port (IEEE802.17/Equivalent), Request to change the clause:

Switch Should support the Ring connectivity in uplink port (IEEE802.17/Equivalent) or feature to provide link

redundancy of active and standby links without Spanning Tree.

Reason:

Request to accept other active/standby unlinking technology for fast failover without the use of Spanning Tree

As per Draft RFP

555 Pg No. 85 Item No. 26: - L 3

Outdoor Switch;

Industrial Rating

IP 30 and NEMA TS-2 Request to change the clause:

L 3 Outdoor Switch/Solution; Industrial Rating

As per Draft RFP

556 Pg No. 85 Item No. 26: - L 3

Outdoor Switch; EN/IEC

Standard

Ratings

EN/IEC 60068-2-27,ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6, EN/IEC 61000-4-

8, EN/IEC 60068-2-6, RoHS and EMC as FCC Part 15, Class A

Request to change the clause:

ESD EN/IEC 61000-4-2, EN/IEC 61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6, EN/IEC 61000-4-8, RoHS and EMC as

FCC Part 15, Class A

Reason:

Request to accept Enterprise grade switch with industrial grade enclosure (IP30/NEMA/Weatherproof),

vibration/shock being addressed through the enclosure

EN/IEC 60068-2-27/IEC 60255-21-2/IEC 60255-21-

1,ESD EN/IEC 61000-4-2, EN/IEC

61000-4-3, EN/IEC 61000-4-4, EN/IEC 61000-4-6,

EN/IEC 61000-4-8, EN/IEC 60068-2-6,RoHS and EMC

as FCC Part 15, Class A

557 Pg No. 85 Item No. 26: - L 3

Outdoor Switch;

Operating Temperature

(-)10 to 70 degrees C or better Request to change the clause:

(-)10 to 70 degrees C or better on switch/solution

As per Draft RFP

558 Pg No. 86 Item No. 27: - L 2 Switch;

1.2

16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers. Request to change the clause:

24 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers.

Reason:

All the OEMs follow 24 port configurations.16-port switches are not standard configuration prevalent in the

networking industry. .Only one or two OEMs have such kind of configuration that too in a particular series switch.

Considering 16 port configuration will favour a particular OEM and hence will lead to a costly solution to the

Department. Equivalent 24 port switches will allow all OEMs to participate resulting in a much better competitive bid

to the department.

As per Draft RFP

559 Pg No. 86 Item No. 27: - L 2 Switch;

1.4

128 MB flash, 256 MB DRAM Request to change the clause:

128 MB flash, 256 MB DRAM and packet buffer memory of minimum 1.5MB

Reason:

Packet Buffer is one of the most important feature of any electronic devie to avoid any information lost during

transmission. This will keep buckets in the buffer in case of increased transmission traffic. Hence

this will improve the overall traffic forwarding and QoS capability of the switch

As per Draft RFP

560 Pg No. 86 Item No. 27: - L 2 Switch;

Additional Point

PoE capability The switch should have PoE/PoE+ output and should have minimum 180 watt power.

Reason: Request to add POE support to L2 access switches for powering end devices like IP Phones, Access Points etc.

The switch should have PoE/PoE+ output and should

have minimum 120 watt power.

561 74/141 Item No. 17: - 6U Wall

Mount indoor Network

Rack

12 > Certifications > UL Listed. Only one or two rack OEM has UL certificate which is for their safety standard, not for the construction of rack, please

remove this condition as already you have asked IS014001:2004, which is meant for Quality Standard, please remove

" UL listed"

As per Draft RFP

562 76 Item No. 19- 1 KVA UPS

with Battery

15> Battery type No stand required as Batteries will be inside the UPS As per Draft RFP

563 76 Item No. 19- 1 KVA UPS

with Battery

16> Battery Make Kindly add Or Equivalent As per Draft RFP

564 76 Item No. 19- 1 KVA UPS

with Battery

17> VAH Required in each battery set maximum 168/216 VAH can be provided i.e 2x 7Ah or 2 x 9 Ah batteries which will provide 45 mints to 60 mints back

up. Please share Max load and backup timing required.

As per Draft RFP

565 77 Item No. 19- 1 KVA UPS

with Battery

23> Generator compatibility To provide Clean uninterrupted power when Generator is used. Query not clear

566 90/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CMR rating) 23 AWG

solid bare copper conductor

Usually CM rated cable is widely available, suitable for in-wall installation of Ethernet cables, while CMR cable is

suitable for use in Riser installation between floors , CM type is inexpensive 23 AWG solid bare copper conductor,

asking for CMR is only increasing the cost of cable and favouring some specific OEM. so Please change to "

(UL certificate should be submitted for CM/CMR rating"

Unshielded Twisted Pair, Category6, TIA / EIA 568-

C.2: (UL certificate should be submitted for CM/CMR

rating) 23 AWG solid bare copper conductor

567 91/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3 When we are requesting to change the requirement to CM/CMR , please change to " FRPVC CM/CMR rated jacket as

per UL 1666 or IEC 60332-3 "

Polyethylene insulation/LSZH, CM/CMR rated jacket

as per UL 1666 or IEC 60332-3

568 91/141 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals {ETL report for zero bit should be submitted)

Certificate to be submitted accordingly for CM/CMR type cable Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

569 92/141 Item No.31: - Cat 6

Ethernet Cable

Unshielded Twisted Pair, Category 6, TIA / EIA 568-C.2: (UL certificate should be submitted for CMR rating) 23 AWG

solid bare copper conductor

Usually CM rated cable is widely available, suitable for in-wall installation of Ethernet cables, while CMR cable is

suitable for use in Riser installation between floors , CM type is inexpensive 23 AWG solid bare copper conductor,

asking for CMR is only increasing the cost of cable and favouring some specific OEM. so Please change to "

(UL certificate should be submitted for CM/CMR rating"

Unshielded Twisted Pair, Category6, TIA / EIA 568-

C.2: (UL certificate should be submitted for CM/CMR

rating) 23 AWG solid bare copper conductor

570 92/141 Item No.31: - Cat 6

Ethernet Cable

Polyethylene insulation/LSZH, CMR rated jacket as per UL 1666 or IEC 60332-3 When we are requesting to change the requirement to CM/CMR , please change to " FRPVC CM/CMR rated jacket as

per UL 1666 or IEC 60332-3 "

Polyethylene insulation/LSZH, CM/CMR rated jacket

as per UL 1666 or IEC 60332-3

571 92/141 Item No.31: - Cat 6

Ethernet Cable

Cross- member fluted member pair separator, ETL or 3P tested for TIA/EIA-568C.2, 3P, also verified to Cat 6 for Zero

Bit Error verified by ETL Approvals (ETL report for zero bit should be submitted)

Certificate to be submitted accordingly for CM/CMR type cable Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

572 92/141 Item No.31: - Cat 6

Ethernet Cable

Attenuation(dB/100m) 32.8MAX. At 250MHz, 43.2MAX. At 400MHz, 54.8MAX. at 250 MHz Please check as different Attenuation(dB/100m) value is asked for 250 MHz, Please ask to submit the channel

performance chart in datasheet

Attenuation(dB/100m) - 32.8MAX. At

250MHz

573 93/141 Item No. 32: -

Information Outlets

Jack contacts : Beryllium copper Please add the option of " The Jack contact can be phosphor bronze with gold plated " which is widely accepted Jack contacts: Beryllium copper/ phosphor bronze

with thick gold and minimum thick nickel under

plate, Performance

Characteristics Attenuation, NEXT,

PS NEXT, FEXT and Return Loss, IDC

Contact: Phosphor bronze

50micron" gold plated contact

Surface

574 98/141 Item No. 39: - 6 core

ADSS OFC

Compliance to TEC/GR/TX/OAF-001/03 MAR 2017 and GR No. GR/OAF-01/02. JUL 2005 and subsequent

amendments, if any.

TEC/GR is very rare available and very few 1 or 2 OEM are complied to this, being ADSS construction, it should be

allowed on the performance basis and should have approval EIA/TIA in place of TEC GR,

As per Draft RFP

575 Page

No.13

4.4.A The bidder must have successfully

completed:

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 30.00CR

during the period from 01/04/2015 to

31/03/2020.

This condition should be relaxed for Central PSU/State PSU.

OR

the period of project should be from 01.12.2014 to 31.03.2020.

The bidder must have successfully

completed

One project of Supply and Installation of

active Networking devices (Router/Switches

and other active network equipment) value

not less than the amount of Rs. 20.00CR

during the period from 01/04/2015 to

31/03/2020.

Page 26: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

576 Page

No.13

4.4.A Annexure-15

and

Work Order + Work

For Completion

Certificates from the

client;

OR

Work Order + Phase

Completion

Only the work order/purchase order should be considered as the works are in progress and not completed due to

Lockdown/COVID-19 situation.

As per Draft RFP

577 Page

No.14

4.4.B B.The bidder must have agreement with

minimum Three NBSP (Network Bandwidth

Service Provider) within 15 days of LOI. At

the time of Tripartite agreement,The NBSP

should have:

a) Avalid UASL/USL/CMTS/2G/3G And NLD

License for Rajasthan Telecom Circle duly

issued by DoT.

b) Network management center with DR

facility, at different locations in India.

1. The NBSP should have UL and NLD license as IBW services can be provided through UL license and MPLS/P2P sevice

comes under NLD license.

2. There should be only one NBSP, as it is difficult to match the rates for all three NBSP for SI.

A valid UL-Internet Service-Category-A and NLD

Licenses for Rajasthan Telecom Circle duly issued by

DoT.

578 Page

No.14

4.6 The bidder must possess, at the time of

bidding, a valid ISO 9001 / ISO 20000 / ISO

27001/ CMMi Level V.

The certification required should be CMMI Maturity Level-3, as it fulfills the criteria. As per Draft RFP

579 Page

No.17

5.1.A.2.c The last mile connectivity at SHQ shall be provided only on fiber and the last mile

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

No charges shall be paid for aggregated bandwidth at SHQ.

The Right of Way (ROW) charges for last mile connectivity shall be paid by RISL Please clarify. As per Draft RFP

580 Page No.

28

5.2.a.2 Link Commissioning: As per timelines

defined in below

table

The time taken in procuring ROW should be waived off and should not be counted in Link Commissioning time., ROW

charges should be waived off or paid by RISL because links are used for office use of Rajasthan Government.

As per Draft RFP

581 Page No.

28

5.2.a.4 O&M Phase The costing of O&M for 3 year duration is to be included in the financial Bid or is extra. Please clarify. As per Draft RFP

582 Page No.

16

5.1.A.1 RISL shall provide the list of sites to be connected to bidder/SPs. Bidder/SPs shall

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

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

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

the bidder/SP.

If all the NBSP are not feasible at some locations, the Bidder/NBSP should not be responsible for commissioning of

same.

As per Draft RFP

583 Page No.

72

ANNEXURE-1: BILL OF

MATERIAL (BOM)

PART – A: MPLS,P2P and ILL Connectivity (Rate Contract Address of the links are not mentioned, only quantities are given. It is difficult to calculate the costing of link in the

absence of same. It is requested to kindly provide the address of Source/End offices or indicate the last mile distance.

OR

Last Mile Charges should be applicable seperately for individual links.

As per Draft RFP

584 Page 81 Item No. 25: - L3 Switch

1.1

1.1OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019" Request to change this clause to

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

OEM should be in " Leaders Quadrant of latest

Gartner's magic Quadrant for the Wired and wireless

LAN access infrastructure 2019"

585 Page 81 Item No. 25: - L3 Switch

2.2

2.2 Should have Minimum 16 RJ-45

autosensing 10/100/1000 ports

and separate 2*1Gbps Fiber based

SFP Uplink portspopulated with 1G

single mode transceivers.

Should have Minimum 24 RJ-45 autosensing 10/100/1000 ports and separate 4*1Gbps Fiber based SFP

Uplink portspopulated with 1G single mode transceivers.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers

586 Page 82 Item No. 25: - L3 Switch

8.15

3.4The Switch should support stacking of switches The switch should support dedicated stacking port separate from uplink ports with 48 Gbps of stacking bandwidth.

Justificaton : with 48Gbps stacking bandwidth, can support higher data transfer between stacked switches of 2 or

more.

The Switch should support stacking or virtual

switching fabric creation with stacking cable or

standard optical fiber connectivity as per the

requirements.

587 Page 82 Item No. 25: - L3 Switch

5.2

5.2The switch should support minimum 256 static IP routing Request to change this clause to

"The switch should support minimum 256 static IP routing / 1000 IPv4 routes"

Justification: For layer 3 switch, having routing protocol running will have better results in terms of

redundancy and resiliency. Request to allow 1000 Routes as alternative.

The switch should support minimum 256 static IP

routing/1000 IPv4 routes

588 Page 84 Item No. 25: - L3 Switch

8.15

8.15 The switch should support IPv6 Guard, Source-Guard features Request to change this clause to

Switch should support IPv6 Source Guard,IPv6 DHCP Guard, IPv6 RA Guard, IPv6 Neighbor Discovery Inspection,

Neighbor Discovery (ND) protocol snooping, IPv6 Prefix Guard, IPv6 Destination Guard

Justification: Above are bare minimum IPv6 feature required for basic IPv6 security.

As per Draft RFP

589 Page 81 Item No. 25: - L3 Switch New Clause Request to add clause

Switch should support External/Internal Redundant Power Supply.

Justification : Being Layer 3 switch will be installed at important locations, This switch should have provision to

support redundant power supply to continue operations.

As per Draft RFP

590 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Must have SDCard/memory card for easier switch Replacement , to ensure that field switch does not require

reconfiguration and storage cards can be swapped.

As per Draft RFP

591 Page 85 Item No. 26: - L 3

Outdoor Switch

New Clause Request to add clause

Switch must support IPv6 management and troublshooting features like IPv6 Ping, IPv6 traceroute, IPv6 Telnet, IPv6

SSH, HTTP over IPv6, SNMP over IPv6 and Dual Stack

Justification : These are basic IPv6 features needed for both layer 2 or Layer 3 switch and must for Network basic

operations/troubleshooting.

As per Draft RFP

592 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Shall support IEEE 802.3az Energy- efficient Ethernet (EEE) to reduce power consumption

Justificaiton : This feature helps in reducing power consumption

As per Draft RFP

593 Page 87 Item No. 27: - L2 Switch New Clause Request to add

Switch should support UDLD, MLD v1 and v2 snooping, IP Source Guard features.

Justificaiton : This are basic features for layer 2 switch and help for better traffic management and security

As per Draft RFP

594 Page 79 Item No. 21: - SFP -1G-LR

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, "SFP -1G-LR" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

595 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

596 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

597 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

598 Page 79 Item No. 22: - SFP -1G-ER

for CISCO Routers of

same OEM

Query Request to reconfirm partcode, " GLC-EX-SMD" Ideally should be "GLC-LH-SMD" which is supported on most of ASR903

platform. For ASR9010 Partcode will be different as per linecard. Compatibility matrix at https://tmgmatrix.cisco.com/

As per Draft RFP

599 Page 79 3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible with SFP MSA Request to change as below

3TypeGigabit Ethernet, Single Mode Fiber Transceiver Compatible

Type Gigabit Ethernet, Single Mode Fiber

Transceiver Compatible

600 Page 79 7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

601 Page 79 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

602 Page 79 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

603 Page 79 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

Page 27: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

604 Page 80 Item No. 23: - SFP -10G-

LR for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

605 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

606 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

607 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

608 Page 80 Item No. 24: - SFP -10G-

ER for CISCO Routers of

same OEM

7Operating Temperature-10 ̊C to + 60 ̊C 7Operating Temperature -0˚ C to + 60˚ C Operating Temperature -0˚ C to + 60˚ C

609 Page 80 8Standard ComplianceIEEE 802.3, ITU-T G.652, SFF-8472, EN 60825-1 8Standard ComplianceIEEE 802.3, ITU-T G.652, EN 60825-1 Standard ComplianceIEEE 802.3, ITU-T G.652, EN

60825-1

610 Page 80 9WarrantyThe product should have 5 year OEM comprehensive warranty. Request to Remove this clause, Support is clubbed to Product where SFP is installed and not covered for

spare(consumables)

The product should have 5 year Bidder comprehensive

warranty.

611 Page 80 10Hardware SupportShould support CISCO ASR 9010/903 Routers Please confirm linecard details, for ASR9010 optics model may differ for different line cards. As per Draft RFP

612 95 Item No.30: - Cat 6

Ethernet Cable in casing

and conduiting (with

laying)

Cross- member fluted member pair

separator, ETL or 3P tested

for TIA/EIA-568C.2, 3P, also

verified to Cat 6 for Zero Bit Error

verified by ETL Approvals (ETL

report for zero bit should be

submitted)

Please remove the ETL certificate as you already as UL Certification. ETL is a performance standard from third Party. Cross- member/ fluted member pair separator, ETL

or 3P tested for TIA/EIA-568C.2, 3P, (ETL

report should be submitted)

613 98 Item No. 39: - 6 core

ADSS OFC (with laying

including splice and

making termination at

ends in casing

and counduit)

Compliance to TEC/GR/TX/OAF-

001/03 MAR 2017 and GR No.

GR/OAF-01/02. JUL 2005 and

subsequent amendments, if any.

As TEC is a specific standard for telecommunication. Request you to kindly consider other common industry standards

as well like TIA/EIA,ANSI,IEEE, ISO/IEC

As per Draft RFP

Page 28: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

614 73 PART – B: Network

Equipments, LAN Work&

Site Shifting (Rate

Contract):

SFP -1G-LR for CISCO Routers of same OEM Request you please remove MAF for the following Item. hence it is indicationg from a Particular OEM OEM MAF not required

615 73 PART – B: Network

Equipments, LAN Work&

Site Shifting (Rate

Contract):

SFP -1G-ER for CISCO Routers of same OEM Request you please remove MAF for the following Item. hence it is indicationg from a Particular OEM OEM MAF not required

616 73 PART – B: Network

Equipments, LAN Work&

Site Shifting (Rate

Contract):

SFP -10G-LR for CISCO Routers of same OEM Request you please remove MAF for the following Item. hence it is indicationg from a Particular OEM OEM MAF not required

617 73 PART – B: Network

Equipments, LAN Work&

Site Shifting (Rate

Contract):

SFP -10G-ER for CISCO Routers of same OEM Request you please remove MAF for the following Item. hence it is indicationg from a Particular OEM OEM MAF not required

618 25 2. Installation,

Integration and

Commissioning of the

Local Area Network

Laying of Flexible Unarmored indoor OFC through Conduits for in-campus work For Laying OFC underground / Wall, HDEP Pipe is mandatory request you to add HDEP Pipe in the BOM and the

quantity

As per Draft RFP

619 25 2. Installation,

Integration and

Commissioning of the

Local Area Network

The bidder would be required to lay the OFC cable in casing & fixing of ISI marked PVC conduit pipes having diameter

of minimum 20mm where OFC is to be laid within a Campus/building to connect different offices/Switches

OFC cable laying may required digging at different location . Request you please mention if there any digging requied

to connect different building , If yes , Please mention the meter and deep of digging.

As per Draft RFP

620 16 5. SCOPE OF WORK,

DELIVERABLES AND

TIMELINES

5.1. Detailsof Scope of Work (SoW) request you to share a overall Network diagram along with the details of all the location and the deliverables items

per location where work has to be done for better undestating the project interms of commercial.

As per Draft RFP

621 56 30. Warranty The bidder must supply all items of BoM (Annexure-1) with comprehensive on-site valid warranty for the period of

as mentioned in Technical Specification (Annexure –2). And

all other items (including passive components) where warranty period not mentioned, are to be supplied with 3

years on site warranty/ maintenance

Bidder can provide warranty if there any manufacturing defect of the product. Physical damage warranty shall not be

cover if any happends (like short circuit, physical damage caused by animals ) so please change it for Passive items.

As per Draft RFP

622 29 Lot Size and

Commissioning timelines

Link Feasibility timeline Request you please increase the time line by 3 weeks on the given times lines. As per Draft RFP

623 29 Lot Size and

Commissioning timelines

Link Commissioning timeline (Excluding UAT period) Request you please increase the time line by 3 weeks on the given times lines. As per Draft RFP

624 14 Specific Requirements The bidder must have agreement with minimum Three NBSP (Network Bandwidth Service Provider) within 15 days

of LOI. At

the time of Tripartite agreement,The NBSP should have:

Request you to remove this clause. As per Draft RFP

625 29 b. For Network

Equipment

Timelines We request you to release a corrigendum 90 days for delivery. As per Draft RFP

626 29 c.For LAN Work Timelines Request you please change the timeline 4 weeks Final Survey report/Design document As per Draft RFP

627 29 c.For LAN Work Timelines Request you please change the timeline 10 weeks For Inventory Details/Delivery Challan, Installation Report, User

Acceptance Report, Network Design Report

As per Draft RFP

628 80 2.2 Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate 2*1Gbps Fiber based SFP Uplink

portspopulated with 1G single mode transceivers.

Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink ports populated with 1G single mode transceivers. " Justification It is

indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

Should have 24 RJ-45 autosensing 10/100/1000

ports and separate minimum 2*1Gbps Fiber based

SFP Uplink ports populated with 1G single mode

transceivers629 81 1.11 The switch should have PoE/PoE+ output and should have minimum 120 watt power Request You to Amend the clause " The switch should have PoE/PoE+ output and should have minimum 240 watt

power " Justification Minimum 15 watt PoE Budget should be available on all the Port which Basic Standard for

PoE.

As per Draft RFP

630 83 7.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification Secure FTP is generally required in data center Switches where file Size is very high but Campus

Switches OS size in in Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them,

kindly accept the change

TFTP, FTP /Secure FTP/ Secure Copy support

631 83 8.9 TFTP, FTP or Secure FTP support Request you to amend the Clause "TFTP, FTP /Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification Secure FTP is generally required in data center Switches where file Size is very high but Campus

Switches OS size in in Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them,

kindly accept the change

TFTP, FTP /Secure FTP/ Secure Copy support

632 86 1.1 OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

Request you to amend the Clause to OEM should be in “Gartner Magic Quadrant for wired and wireless LAN 2019"

Justification 1. L3 switch has also been asked from the complete gartner magic quadarant. 2. There are

only 2 OEMS qualified by the clause which restricts the participation of the other leading OEMs for this prestigious

project.

As per Draft RFP

633 86 1.2 16 RJ-45 autosensing 10/100/1000 ports with 2 open SFP slots populated with 1G single mode transceivers. Request you to amend the Clause " Should have Minimum 16 RJ-45 autosensing 10/100/1000 ports and separate

2*1/10Gbps Fiber based SFP Uplink portspopulated with 1G single mode transceivers. " Justification It is

indusrty Trend that Uplink Port Bandwidth should be minumum 60% of downlinking Port.

As per Draft RFP

634 88 5.4 TFTP and Secure FTP support Request you to amend the Clause "TFTP and Secure FTP/ Secure Copy support" which will enable us for bidding.

Justification Secure FTP is generally required in data center Switches where file Size is very high but Campus Switches

OS size in in Mbs. For Secure Transfer of OS image or File there are Multiple ways and these are one of them, kindly

accept the change

TFTP, FTP /Secure FTP/ Secure Copy support

635 Request you to please add the clause in L2 switches and L3 switches "switch should be common criteria certified for

NDPP/NDcPP (Network Device Protection Profile) Justification This is a security certifications

which state that the hardware and the software of the switches has undergone the global guidelines of security. The

Security Requirements for Network Devices Protection Profile (NDPP) defines the baseline Security Functional

Requirements (SFRs) and Security Assurance Requirements (SARs) for network infrastructure devices in general which

is a must. All the leading OEMs support this.

As per Draft RFP

636 Industrial Rating : IP 30 and NEMA TS-2 NEMA TS-2 is an American standard for enclosure which shall not be made a compulsory requirement. These switches

are going to be installed inside an IP66 grade outdoor enclosure. Therefore to make the bid open and competitive,

kindly remove or make the NEMA-TS 2 Certification as optional requirement.

As per Draft RFP

637 Certification to be

provided by bidder:

UL,CE and NEMA TS-2 As per Draft RFP

638 Item No. 27: - L 2 Switch

General

OEM should be in " Leaders Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access

infrastructure 2019"

This Clause is restricting other OEMs to participate in the bid.

- Gartner Magic Quadrants doesn't certify/ confirms that Leader quadrant is the best followed by Challengers

quadrant and being in Visionary quadrant is a weakness as compared to being in Challengers Quadrant. - A vendor in the Challengers quadrant will have demonstrated sustained execution in the marketplace, and will have clear and long-term viability in the market, but may not have a complete access layer product portfolio for either products or network applications. - A vendor in the Visionaries quadrant demonstrates an ability to increase features in its offering to provide a unique and differentiated approach to the market. Visionaries will have innovated in one or more of the key areas of access layer technologies within the enterprise (for example, convergence, security, management or operational efficiency).Therefore it is clear that OEMs are positioned in different Quadrant based on their product fortfolio/ execution capabilities/ unique & innovation approach etc. We request you to kindly modify this as " OEM should be in " Leaders or Challengers Quadrant of latest Gartner's magic Quadrant for the Wired and wireless LAN access infrastructure 2019 or Data Center Magic Quadrant Report 2019"

As per Draft RFP

639 74 Item No. 17 6U Wall

Mount Network Rack

Department Requirement : Height: 6 U Height: 6U Usable space for 19" equipment’s

640 91-98 ITEM 31,34,35,37,38

CAT-6 , patch panel,

patch cord(1m,5m,10m)

Department Requirement : MAF requirement: Yes MAF requirement: Yes

641 86 Item 27 : L2 Switch Department Requirement : New Clause: The switch should have PoE/PoE+

output and should have minimum 120 watt power.

642 74 Item No. 19 1 KVA UPS

with Battery

Approvals : CE/ EN 50091-1/ EN 50091-2 compliant UPS Approvals : CE/ EN 50091-1/ EN 50091-2 compliant

UPS/BIS Certificate

Page 29: RFP for MPLS, P2P & ILL connectivity and Procurement of ... · Fast ethernet switches are now lecgacy and no more in production, so we request you to consider gigabit switches, please

643 Item No.

17,18,19,28,30,31,32,33,3

4,35,36,37,38,39,40,41,42,

43

New Clause : Product should be make in India