queries received from prospective bidders in pre-bid ... · 17, fy 2017-18, fy 2018-19) 1) we...

201
Page no. Section No. Content/Clause of the RFP requiring clarification Clarification Sought Response / Clarifications 13 1.1 Under phase II, State led model, all the 12,524 GPs as per the 1.3 Project structuring components Package Total number of GP are 13383. Which number to be taken into consideration? Package wise GP location total to 13383 which included Pesudo GPs 64 3.57.3 iii MSI/SI shall be entitled to a maximum of 6 hours of Planned Outages per district with maximum four (4) Maintenance Windows per year, thus totaling 32 hours of outages during 1-year period for the network installed and commissioned by the MSI/SI. Such downtime shall not be treated as part of downtime for Service Level calculations. The MSI/SI shall give 1-week prior notice in case of any such planned outages. The time for such outages shall be normally during non-peak unless otherwise decided mutually for some other time window. How we will handle if it is emergency downtime required as part of troubleshooting beyond 4hrs On Clear explanation and justification on emergency provided by MSI/SI, Committee shall evaluate and approve. 103 5.1 Primary objective of BharatNet project is to provide connectivity of 1 Gbps at each Gram Panchayat in case of wired media and 100 Mbps, scalable to 1Gbps if the connectivity is through radio Considering the user base of up to 2300 and 8000 we are targeting at each of the Type-2 and Type - 1 respectively which comes to around 600 households in Type-2 case 2000 households in case of Type-1 GP, the bandwidth which needs to be planned at each GP would be at least 2 Gbps to cater to both residential and enterprise B2B usecases such as mobile towers and Wifi hotspots in GPs. Tender clause remains the same. 106 5.6.1 Point 6 MSI should co-ordinate with all SIs to integrate the Optic Fibre Network with State NOC as well as BBNL Network Operations Centre in New Delhi or Bangalore with the help of BBNL team. Considering that IP/MPLS network is being planned as part of this RFP, and existing BBNL NOC having only GPON EMS integration for the center led models, do we have the existing integration interfaces ready with BBNL central NOC to integrate the IP/MPLS components or we need to plan for additional hardware to be placed in BBNL NOC also? Not centre led model integration it is only state led model integration for IP MPLS only Queries Received from prospective bidders in Pre-Bid Meeting & subsequently through E mail. Tender No: NIT/TANFINET/001/PACKAGE-A, B,C & D Tender Dated: 05-12-19

Upload: others

Post on 26-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Page

no.

Section

No.

Content/Clause of the

RFP requiring

clarification

Clarification Sought Response / Clarifications

13 1.1 Under phase II, State led

model, all the 12,524 GPs

as per the 1.3 Project structuringcomponents Package Total

number of GP are 13383. Which

number to be taken intoconsideration?

Package wise GP location total to13383 which included Pesudo GPs

64 3.57.3 iii MSI/SI shall be entitled toa maximum of 6 hours ofPlanned Outages perdistrict withmaximum four (4)Maintenance Windows peryear, thus totaling 32hours of outages during1-year period for thenetwork installed andcommissioned by theMSI/SI. Such downtimeshall not be treated as partof downtime for ServiceLevel calculations. TheMSI/SI shallgive 1-week prior notice incase of any such plannedoutages. The time for suchoutagesshall be normally duringnon-peak unless otherwisedecided mutually for someother timewindow.

How we will handle if it isemergency downtime required aspart of troubleshooting beyond4hrs

On Clear explanation and justificationon emergency provided by MSI/SI,Committee shall evaluate andapprove.

103 5.1 Primary objective of BharatNet

project is to provide connectivity of 1

Gbps at each Gram Panchayat in

case of wired media and 100 Mbps,

scalable to 1Gbps if the connectivity

is through radio

Considering the user base of up to 2300 and

8000 we are targeting at each of the Type-2 and

Type - 1 respectively which comes to around 600

households in Type-2 case 2000 households in

case of Type-1 GP, the bandwidth which needs to

be planned at each GP would be at least 2 Gbps

to cater to both residential and enterprise B2B

usecases such as mobile towers and Wifi

hotspots in GPs.

Tender clause remains the same.

106 5.6.1 Point 6 MSI should co-ordinate with all SIs to

integrate the Optic Fibre Network with

State NOC as well as BBNL Network

Operations Centre in New Delhi or

Bangalore with the help of BBNL

team.

Considering that IP/MPLS network is being

planned as part of this RFP, and existing BBNL

NOC having only GPON EMS integration for the

center led models, do we have the existing

integration interfaces ready with BBNL central

NOC to integrate the IP/MPLS components or we

need to plan for additional hardware to be placed

in BBNL NOC also?

Not centre led model integration it is only state led

model integration for IP MPLS only

Queries Received from prospective bidders in Pre-Bid Meeting & subsequentlythrough E mail.

Tender No: NIT/TANFINET/001/PACKAGE-A, B,C & D Tender Dated: 05-12-19

Page 2: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

106 5.6.1 Point

4,5,6

(Installation,

Commissioning

& Integration of

Active

Components

across the

State)

Integration of all active components

to NOC is achieved through TN-

SWAN PoPs implemented across the

state.

Is TN-SWAN only the conenctivity options (or) is

there any backup path also available to reach to

NOC considering that the services uptime is

monitored from NOC and any service outage in

TN-SWAN will also have impact on the services

provided by MSI

TANFINET will support in providing secondary

connectivity on Internet for NOC reachability.

108, 109 5.6.1 a)

Network

Design

Principles,

High level Network Diagram – TN

BharatNet

Block to GP connectivity

Both the diagrams are a bit confusing as it is not

referring to Block, GP Type-1 and Type-2 routers.

Instead it is showing Type 1, Type 2 and Type 3

routers. This needs to be corrected or a mapping

needs to be given to avoid confusion

Modified diagram will be included

108 5.6.1 a)

Network

Design

Principles,

Type 2 Gram Panchayat PoPs The description is given as 'L2 switches with 1

Gig Interface for connectivity to Type 1 PoPs or

Block PoPs' but the Router specifications for GP

Type 2 are provided in annexure. Will we be only

using L2 switches (or) Routers with L3 support

also in the GP Type 2 PoPs

Modified diagram will be included

107 Point 8

(Network

Design

Principles)

BharatNet will be integerated to

proposed TamilNet infrastructure by

integrating the Nodes of BharatNet

and the PoPs of TamilNet at TNEB

Substations

Will TamilNet be one of the service provider on

top of the BBNL network (or) BBNL network will

use TamilNet service for interconenctivity. Can

you provide some details on TamilNet

Tamilnet will be separate tender and this portion will

be from block to district connectivity. BharatNet

implmentation selected SI will coordinate with

TamilNet SI in future for integration. TamilNet details

will be shared to successful bidder later based on the

requirement.

26 2.30 Sr No 3 Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

1) We Understand that as the technology asked

is IPMPLS, the executed work experience should

be in IP/MPLS. Please confirm.

2) As the final solution comprises of various

technologies we request you to allow to consider

value of executed projects for IT Systems

Integration services / IT services / Network

services / Telecom services / NMS / OSS/ BSS

services/ Government in last 5 years .

3) The IP/MPLS implementaion has been

happening in India for more than 5 years now. As

the various projects have been completede in

Telecom/Goverment Sector, we request you to

include the experience for last 5 years atleast for

execution.

Please refer corrigendum

26 2.3 In case a bidder is bidding for multiple

packages, the minimum turnover

requirement will be the aggregate of

the turnover specified. (Details to be

checked from respective tender

references). In case of bidding for

multiple packages where the turnover

is less than the aggregate specified,

the minimum value package shall be

excluded.

In case a bidder is bidding for multiple packages,

the minimum turnover requirement will not be the

aggregate of the turnover specified. (Details to be

checked from respective tender references).

Please refer corrigendum

21 & 30 2.16 & 2.39 Security Deposit should be valid for

the entire period of 8 years plus 180

days and thereafter the Security

Deposit shall be refunded, subject to

the conditions mentioned in this

tender document, without any interest

Normally, Bank issues BG only for 3 years.

Request to confirm if BG with 3 years can be

submitted and on expiry of BG, another fresh BG

can be issued for another period of 3 years and

so on.

BG renewal to be done by successful Bidder by its

own notion 60 days before expire of the BG

18 2.10 C /h Consortium Agreement Consortium Agreement format Not available,

Kindly provide the same

Please refer corrigendum

18 2.10 C /i Self-Certification of Blacklisting Self-Certification of Blacklisting format Not

available, Kindly provide the same

To be included

Page 3: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 2.15 EMD (Page 20) Request to accept EMD of 3.5Cr as BG instead

of RTGS. Tender clause remains the same.

26 2.3/ 4 Package A: 1. The Bidder must have

experience in commissioning at least

1500 Nos of IP-MPLS Carrier grade

Routers for Telecom Service

Providers, after 1st April 2016.

We understand here Bidder means lead bidder

and consortium member. In this clause the

experience of both members are clubbed. Kindly

confirm.

Please refer corrigendum

26 2.3/ 5 2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to Telecommunication / Wireline /

Cellular Network service sectors in

India after 1st April 2016

We understand here Bidder means lead bidder

and consortium member. In this clause the

experience of both members are clubbed. Kindly

confirm.

Please refer corrigendum

28 2.35 If any Bidder withdraws his bid, at any

stage after the submission of the bid,

till the final evaluation or declaration

of the final selected Bidder, it will be

declared a defaulting Bidder and EMD

of such defaulting Bidder will be

forfeited and Purchaser reserves right

to blacklist such Bidders for next 3

years from participating in any tender.

In such situation the tendering

process will be continued with the

remaining Bidders as per their

ranking.

Please clearly specify whether the black listing

shall be applicable for whole tendering process

of this dept. or is it applicable for other govt depts

too.

Tender clause remains the same.

34 Section III 3.1 Intellectual Property Rights We understand the Ownership should be with

customer however kindly confirm registration &

relevant cost with this would be in whose scope.

Generally Registration chares shall be in the

scope of client. Line item for this to be added in

BoQ Purchaser shall not be liable for any charges fees

fines etc araising out use of IPR protected products/

processes by the bidder during the period contract (

1+7 years)

3.12, 3 &4 - Should be read along. Meaning all the

IPR protected product and processes used by the

bidder in implementation of the project shall become

the propoerty of the purchaser. However in case of

any new product/ processes developed by the bidder

for this project exculsively it will be covered by the

general mutual NDA to signed between the sucessful

Bidder and Purchaser

54 Section III 3.35 Insurance Separate line item to be added in BoQ for

Insurance costTender clause remains the same. Cost of Insurance

to be included in product cost

51 Section III 3.28 Payment schedule ·        10% Mobilization advance against ABG

Tender Condition remains the samw

51 Section III 3.29 Payment schedule ·        60% Supply of materials(Identified and

approved by competent Authority)

Please refer corrigendum

51 Section III 3.30 Payment schedule 20% Against milestone basis (against I&C and

End-to-End connectivity of completed segment of

network with set of Blocks, GPs and Pseudo

GPs)

Please refer corrigendum

51 Section III 3.31 Payment schedule    10% after 1 month of commissioning of entire

network

Please refer corrigendum

51 Section III 3.32 Payment schedule O&M - Payment shall be made GP wise after

completion on every Quarterly basis (Based on

SLA parameters)

Please refer corrigendum

99 Section IV

4.25.2 form P2

BOQ in Macros-A.3 Next Gen

Firewall

Qty not mentioned in Tender document as well as

line item missing in BOQ_180910 ; Pls clarify

Please refer corrigendum

85 MAF-

Manufacturer’s

Authorization

Format (MAF)

From OEM

Form 16 - Manufacturer’s

Authorization Format (MAF) From

OEM (To submitted during before

implementation by MSI/ SI)

Form 16 - Manufacturer’s Authorization Format

(MAF) From OEM (Mandatorily to be submitted

during the time of bidding by MSI/ SI)

Refer Corrigendum

Page 4: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

23 1.2 Helpdesk

Shall support relevant screen pop-ups

on the agents’ screen on the basis of

call location detection

Relevant Screens can be popped up, But kindly

clarify how the location information be parsed to

the ACD

Details will be provided to successful bidder.

22 1.2 Helpdesk General

Kindly clarify the no. of Agent Licenses need to

be provided Minimum 10 member license required.

22 1.2 Helpdesk General

Kindly clarify whether only Inbound Voice Agents

needed Or is it required to provide Outbound

Voice Agents, Email Agents and Webchat Agents

also.Kindly help with qty also

Outbound is also required with Email and webchat

NA

Additional

points -

Request to add

to RFP

OEM should have supplied IP-MPLS

network equipment for any defence

communication project in India and

would have been acceptable to the

India defence authorities. Additional Refer Corrigendum

NA

Additional

points -

Request to add

to RFP

The OEM of active network devices

should have existing capability and

infrastructure to provide 24X7X365

technical support in India with atleast

100 technical specialist . OEM has to

give undertaking on the same. Additional Refer Corrigendum

NA

Additional

points -

Request to add

to RFP

The OEM should have local spare

depot / Warehouse in Tamilnadu at

the time of bidding and has to give

undertaking on the same with contact

details Additional Refer Corrigendum

NA

Additional

points -

Request to add

to RFP

The OEM of active network devices

to be quoted by the bidder should be

present in India for minimum of 10

years. Additional Refer Corrigendum

NA

Additional

points -

Request to add

to RFP

The OEM whose active components

are being quoted by the bidder should

have posted profit in the last seven

years Additional Refer Corrigendum

NA

Additional

points -

Request to add

to RFP

OEM should have minimum 1000

Crores turnover India / Worldwide Additional Refer Corrigendum

NA

Additional

points -

Request to add

to RFP

OEM shall have certification ISO

9001:2015 & ISO 14001:2015 Additional Refer Corrigendum

20 2.15 The EMD amount shall be transferred

online using payment gateway as

mentioned under Section I, as part of

its bid submission

The bidders registered with Micro and Small

Enterprises (MSEs) as defined in MSE

procurement policy and issued by Department of

Micro, Small and Medium Enterprises (MSME),

Government of India may please be exempted

from Bid Security.

As per provision lay down under Tamil Nadu

Transperency in Tenders Rules, 2000 under rule 14-

commercial condition to be followed.

101 to 103

Format for

Price Bid;

D & E

Survey, Supply, Installation,

Commissioning and Operation &

Maintenance of Optical Fibre Network

(OFN) in Tamil Nadu Table A:

D. Services for UG OFC Laying and

E. Services for Aerial OFC Laying

Instead of 1KM, kindly provide the BOQ of all

Installation line-items as this is an EPC Contract

and our Installation overheads will be distributed

across various items depending on the quantity.

Please refer corrigendum

55 3.43

Conditions during implementation

period:

The delay in commissioning of GPs

due to Row issues of Central

Government and Central PSUs shall

be time shall not be counted as delay

for calculation of Penalty

We request you to add State Governments, State

PSUs & Private Agencies also in this clause.

Tender clause remains the same

56 3.44

If the OFC cable cut is such that the

cable has been damaged for distance

more than 10 meter by any external

agency, then Purchaser shall bear

cost of cable/PLB. Purchaser will pay

for material charges only.

We request you to bear the cost of Service

charges also.Tender clause remains the same

Page 5: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

56 3.44

If the pole has fallen or replaced by

electricity department/external agency

and cable has been damaged such

that it cannot be used further, then

Purchaser shall bear cost of cable,

Pole (if required) other pole kits. The

cost of workmanship and other store

like jointing kits etc. shall be borne by

SI.

We request you to bear the cost of all materials,

accessories and Service charges also.Tender clause remains the same

56 3.44

Due to various cut (more than 8 cuts

in one km) due to wear and tear or by

external agency, OFC cable shall be

replaced, and Purchaser shall bear

the cost of material only

We request you to bear the cost of all materials,

accessories and Service charges also.Tender clause remains the same

81 4.13Form 13 - Undertaking on OFC laying

capability

OFC Aerial & UG installation depends on various

factors like ROW, Pole Conditions, Terrain

Conditions, existing utilities, Whether conditions,

Local issues, Distrubances, Festivals, Natrural

Calamities, etc. which are not in our direct control

and hence declaring an average number is not

practical. However, the capbilities can be judged

from our detail plan & Schedules which will be

submitted by us along with our technical bid. So,

we request you to withdraw the requirement of

this.

Tender clause remains the same

23 & 105

2.28 and Note

1 of Financial

Bid

2.28 Price Bid Evaluation

....In case of any discrepancy

between price quoted in words and

that are quoted in figures in the Price

Bid, the lesser of the two would be

considered...

Note 1 of Financial Bid:

Prices in Financial Bid should be

quoted in the provided format. All

prices should be quoted in Indian

Rupees and indicated both in figures

and words. Price in words shall

prevail, in the event of any mismatch.

We presume that the "Price in words" will

prevail as per Note 1 of Financial Bid. Kindly

clarify that our understanding is in Order.

Please refer corrigendum

131 9.vi)Max Splice Loss shall be 0.05 dB for

one fibre per splice.

Industry standard for Max. Splice Loss is 0.2 dB

for one fibre per Splice. Achieving 0.05 dB is

practically impossible. We request your kind

acceptance of industry standard norms.

Tender clause remains the same

9 & 129

Definitions Sl.

No. 18 & 19

and

5.7.1 (f)

Definitions:

Type 1- GP : Gram Panchayat with

population greater than 8000

Type 2 -GP : Gram Panchayat with

population less than 2300

Fibre Design Approach:

Block - GPs with population over

8000

Type 1 - GPs with Population

between 2300 to 8000

Type 2 - GPs with Population below

2300

Kindly finalize & clarify the definition of Block,

Type-1 GP & Type-2 GP.

Please refer corrigendum

144 5.19.a

5.19 O&M of Optical Fibre

Infrastructure (SI) :-

The optical network will comprise of

96, 48, 24 and 2 Core OFC as per

execution plan in this Tender….

We presume 2 core OFC not applicable in these

packages, since not mentioned in the BOQ.

Kindly confirm.

Please refer corrigendum

9Annex - B

2.3

2.3 Back Filling and Dressing of

the Trench

In city limits, at any given time not

more than 50 Meters length of trench

should be kept open and in all places

where excavation has been done, no

part of the trench should be kept open

over night to avoid occurrence of any

mishap or accident in darkness

To achieve this, concurrent inspection & clerance

for backfilling shall be provided by TANFINET /

TPA on day-to-day basis. Kindly confirm.

Tender clause remains the same

Page 6: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

102 D.1

BOQ (Sr. No. D.1)

Pulling/laying / blowing of optical Fibre

Cable and PLB pipe and at crossings

(with protection provided) (96 core

fiber), splicing, jointing,

commissioning, AT, ABD etc.

Please include "Excavation of trench,

backfilling and compaction of the trench for

PLB pipe laying" also in this item description.

Please refer corrigendum

35Annexure-B

5.1.1

Annexure B (2) - Penalty for

Deviation from Standard

Engineering Instructions

...In case, the Successful Bidder does

not adhere to the mentioned

Engineering Instructions (Annexure B)

and does not provide requisite

protection, then the Bidder is liable to

penalty as per below...

Please confirm that full payment shall be made

(i.e with no deduction / no pro-rata payment)

when the SI takes prior permission for depth

relaxation due to genuine reasons and also

provides protection materials as required in the

RFP.

Tender clause remains the same

23 Annexure-B

Specification and Reinforcement

details of R.C.C. joint protection

chambers

Please provide the "Drawing & Specification for

RCC Chamber Round base Plate & Top cover".

Equipment ( Electronics) ware housing will be

common for both SI/MSI

25 2.30.1 Note: Consortium is limited to 2

members including

Lead Bidder.

We request you to allow consortium to 3

members including the lead bidder. The same

was allowed in Telangana Bharatnet Tender Ref.

No.: TSTS/CS/RFP-T-Fiber-MSI/2018) Vol-I vide

clause no.4.2.5.3 page 22

Please refer corrigendum

27 2.30.2 Sole Bidder or Lead Bidder should

have a minimum cumulative annual

turnover for the last 3 financial years

(FY 2016-17, FY 2017-18, FY 2018-

19) as given below: - Package wise

turnover Requirement:

Package A: Minimum Rs. 405 Cr

Please confirm that the minimum annual turnover

for each year of the 3 FY years (FY 2016-17, FY

2017-18, FY 2018-19) should be minimum INR

405Cr.

Refer Corrigendum

27 2.30.3 Package A: Sole Bidder or

consortium s executed works to the

minimum value 135 Cr in NOC and

MPLS equipment commissioning in

Telecom services in the last 3

financial years (FY 2016-17, FY 2017-

18, FY 2018-19)

We request you to amend this clause in line with

Telangana Bharatnet EOI dated 8th Dec,2017

Clause 13-3 Page 32 where there was wide

participation and as many as 7 MSI had got

selected. The present clause in this tender may

restrict the participation to only a few MSIs.

Hence request you to amend the clause as

under:

Sole Bidder or consortium should have

executed works to the minimum value 135 Cr

in IT Systems Integration projects / IT

Projects / Network Projects / Telecom

Projects / Fiber cable laying Projects /

NMS/OSS/BSS Projects in India or globally in

last 5 years.

Above request is in line with Telangana Bharatnet

EOI dated 8th Dec,2017 Clause 13-3 Page 32

where there was vide participation and as many

as 7 MSI had got selected.

Refer Corrigendum

Page 7: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

27 2.30.4 Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016

We strongly feel that the Experience clause is

very restrictive. In order to have a fair and open

competition, we request you to modify as follows.

Package A:

The Bidder must have experience in

commissioning at least 1500 Nos of Carrier

grade MPLS Routers/Switches/Optical

Networking Products for Telecom Service

Network in last 5 years.

The above request is in line with Telangana

Bharatnet EOI dated 8th Dec,2017 Clause 13-3

Page 32 where there was vide participation and

as many as 7 MSI had got selected.

Refer Corrigendum

26 2.30.4 2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

Experience clause is very restrictive and we

request you to modify as follows. "The Bidder

must have the experience in implementing

and maintaining IT Systems Integration

projects / IT Projects / Network Projects /

Telecom Projects / Fiber cable laying Projects

/ NMS/OSS/BSS Projects in India or globally

in last 5 years catering to

Telecommunication/Wireline/Cellular Network

service sectors.

The above request is in line with Telangana

Bharatnet EOI dated 8th Dec,2017 Clause 13-3

Page 32 where there was vide participation and

as many as 7 MSI had got selected.

Refer Corrigendum

83 4.12 Form 15 - Declaration on PMA This RFP is under Bharatnet programme of

Government of India Under phase II, State led

mode to provide broadband connectivity to all

GPs panchayats in Tamil Nadu. We request to

confirm that following PMA Guidelines of

Government of India's are applicable:

i. Department for promotion of Industry and

Internal trade, Ministry of commerce and Industry

Policy Order for preference to make in India

under Policy no. P-45021/2/2017-PP(BE-II) dated

29th May 2019. ii.Notifications

of Department of telecommunication, Ministry of

Communications for Public Procurement

(preference to make in India) order 2017 dated

29th August 2018

As Per BBNL guidelines PMA applicable

83 4.12 Form 15 - Declaration on PMA PMA declaration in RFP is older version and new

version is in the page no. 17 of 19 of DOT

Notification dated 29th August 2018.Request you

to correct the same.

Refer Corrigendum

6 1.1.1.1.n All nodes should act as Service Edge

nodes and services can be inserted

from that node only

We understand block ,GP Type 1 & 2 router are

part of edge node for multicast service insertion,

if yes then would recommend to consider block

level router to insert such kind of service as traffic

aggregation required in same.

Tender clause remains the same

8 14 Network inventory & GIS

management system

Kindly provide more details on network inventory

and GIS details.

Tender condition remains the same.

Page 8: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

10 B(m)-

Common

Guidelines

Regarding

Compliance of

Equipment/Sys

tem

All IP MPLS routers shall be from

same OEM

The routers being asked for in NOC and Network

side are generally having different functionalities.

We understand that the NOC routers and

Network routers (GP & Block routers) can be

from different OEMs as otherwise, it will become

a very restrictive clause for a fair competition and

against the PMA policy. Kindly confirm that the

Routers at block & GP should be from Same

OEM but NOC can be from different OEM.

This is also in line with Telangana Bharatnet

tender Corrigendum dated 23.08.2019 , Page

215 (Amendments) where they had clarified

that the Routers can be from different OEMs.

Please confirm

Tender clause remains the same

24 2.29 Package A Financial Evaluation:

The total cost “C” will be divided in to

two parts. Part I, which is the 67% of

the total cost will be paid during

implementation period and 33% of the

total cost will be paid for O&M period

of 7 years. For the purpose of

payment during implementation, the

cost of commissioning shall be made

on cost per GP basis. The 33% of the

total cost for the maintenance period

will be paid to the MSI in the following

percentages for the 7 years.

Clause 6,page 109 mentions that the bidder

cannot quote O&M less than 5% whereas the

payments for O&M as mentioned vide page no.54

is different. Please clarify this ambiguity. Also

please confirm how the evaluation will happen if a

bidder has quoted O&M more than 5%/year?

How payments will be made if the O&M is more

than 5%/year?

Please refer corrigendum

35 16 Project Store” means list of locations

provided by the MSI to store the

material as required in;

Is Warehousing /Storage of

Equipments/insurance/transportation in between

supply & installation at site, be the responsibility

of MSI/SI? Please clarify

Yes, MSI/SI is responsible for warehouse

39 5 MSI/SI shall ensure that none of the

Key Personnel and manpower exit

from the project during first 6 months

after the contract between the

purchaser and the MSI/SI is signed.

In such cases of exit, a penalty is

applicable as stipulated in SLA for

such replacement. It does not apply in

case of change requested by the

Purchaser

If any member required to replace on medical or

his personal inevitable ground, then penalty

should not be applicable? Please confirm.

Depends on MSI/SI justification, committee will

decide on penalty.

Page 9: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

40 11-a Site Commissioning means Supply,

Installation, Integration,

Commissioning and Testing of the

created network (duly approved by

the TPA) which shall include OTDR

link test, As Build Diagram (ABD

reports), integration of equipment at

NOC

Please clarify as to how Commissioning will be

granted? Would it be GP-wise or block-wise or

only segment wise? OEMs may manufacture

equipments in advance in order to keep the

stringent timelines of the project. In that case,

Will TPA accept offer for FAT based upon the

readiness of equipment at OEM factory? Will

TPA be carrying out Acceptance test GP wise or

only readiness of all site segment -wise? Please

clarify

If in some segment, few GPs are commissioned

and some other GPs are not ready due to

reasons non attributable to the Package A MSI,

then would be TPA carry out the commissioning

of the whole segment? Please clarify. We

propose if more than 80% of GPs is

commissioned and other GPs are not

commissioned due to reasons non attributable to

the Package A MSI, the whole segment should

be deemed as commissioned and payments

made.

Schedule of implementation will provided to sucessful

bidder by TANFINET.OEM related delivery to be

managed by SI. TPA will do the test GP wise and

segement. 100% GPs to be commissioned as per

the tender, clause remains the same.

45 3.19-2 NOC Establishment within T0+90

days ( Submission of installation and

commissioning report by MSI and

certification by TPA on the installation

and commissioning of NOC)

A the timelines are very stringent, all FAT tests,

SAT test formats, Commissioning Formats w.r.t.

installation, commissioning shall be pre-defined

while issuing the LOA so that there is no further

delay for any aspect. Please confirm that it will be

part of LOA. Any delay due to non availability of

the formats will not be considered for LD

calculations. Pls confirm.

Formats will be made available at the time of LoA

46 3.20-2 Based on approved site survey,

bidder shall provide block-wise

detailed Bill of Material (BOM) and

total cost of Project (excluding O&M

cost)

Will the BOM for Node Electronic items be also

approved Post survey ?

This shall be along with LOA. Other-wise

compliance of Point no. 3.20-3,4, 5 & 6 not

feasible as without frozen BOM, manufacturing

action at OEM end cannot be initiated. Please

clarify

No only the fiber components will be approved by

TPA with regard to survey

46 3.20-3 to 8 Copy of Duly Signed and Stamped

Delivery Challan, Installation,

Commissioning and testing report

approved by Purchaser /TPA, OTDR

link test reports, power on, post, FAT

report approved, and certificate

issued along with configuration

reports by State, As Build Diagram

(ABD report), Monthly Progress

Report – End to End integration to

NOC with Successful test completed

report.

A the timelines are very stringent, all FAT tests,

SAT test formats, Commissioning Formats w.r.t.

installation, commissioning shall be pre-defined

while issuing the LOA so that there is no further

delay for any aspect. Please confirm that it will be

part of LOA. Any delay due to non availability of

the formats will not be considered for LD

calculations. Pls confirm.

Formats will be made available at the time of LoA

Page 10: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

50 3.22 Term and extension of Contract Time is the essence of the contract. If there is

any delay attributable to Purchaser e.g. non

readiness of Sites,Fiber,Infrastruture,allocation of

sites, Allocation of AT officers to conduct

FAT/AT/Commissioning, there should not be any

Penalty imposed on MSI/SI for any extension of

project. Please confirm. Further, the payments for

the required Supply/Services should be released

accordingly. please confirm. Term of Project

should be 7 years from Go-live or 8 years from

Signing -may please be clearly specified.

Department would facilitate with required resources

and inputs for implementation. PMU will be formed to

drive the project

53 3.29-3 a- Installation and commissioning of

NOC

b-Payment Milestone against material

-50% of the Capex Value of the NOC

Once the I&C of NOC is established fully, we

request you to release 90% of Supply payment

and 50% of services .Please consider our

request.

Please refer corrigendum

53 3.29-4 a-End-to-End connectivity of

completed segment of network with

set of Blocks, GPs and Pseudo GPs

b-90% of the work order value of the

commissioned segment, adjusted to

mobilisation advance (if any)

The equipment which is not installed and

commissioned due to non availability of site

readiness ,non availability of fibre or any other

reason not attributable to MSI/SI for Package A,

please confirm that the MSI/SI would not be

penalized for any delay caused in meeting the

tender milestones. Moreover, Payment would not

be held up for that particular segment and be

released if the delays are from Purchaser. Please

confirm.

Please refer corrigendum

53 3.29-5 a -1 month after commissioning of

entire network

Available 10% deducted work order

value of all segments of connectivity

b-Available 10% deducted work order

value of all segments of connectivity

& 50% of Capex of the value of NOC

1) We request you to release this milestone

Payment once Go-Live is declared segment-

wise after 1 month of commissioning of the

segment, other-wise the segment as will be

commissionable within 1st 120days of LOA , will

remain unpaid till further 210 days +1 month i.e.,

completion of 100% qty of the Pkg. Please

consider our request.

2)The equipment which is not installed and

commissioned due to non availability of site

readiness ,non availability of fibre or any other

reason not attributed to MSI/SI. In that case,

MSI/SI ,Payment for that particular segment

should be released if the issue is not settled and

site offered within 30 days from intimation by the

MSI to Purchaser. Additionally, there should not

be any penalty imposed on MSI/SI in such cases.

Please confirm.

3)If there are segments which not installed and

commissioned due to non availability of site

readiness ,non availability of fibre or any other

reason not attributed to MSI/SI, those segments

should be deemed ATed and Warranty period

should be deemed as started from

commissioning date. Please clarify

Refer Corrigendum

54 3.3 Payment shall be released by the

purchaser against the invoices raised

by MSI/SI within 30 calendar days on

providing all the relevant documents

timely and are complete in all

reference.

Time is the essence of the contract. If payment is

Not made to MSI/SI within 30 days of the

successful completion of the payment milestone

& Submission of invoices in that case, MSI/SI

should be entitled to get the payment with

interest. Please Clarify.

Tender clause remains the same

Page 11: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

58 3.36 Insurance-

The Goods supplied under this

Contract shall be fully insured by the

MSI/SI, against any loss or damage

up to the time it is delivered to the

MSI/SI designated carrier for

shipment to Purchaser or to

Purchaser’s designated location.

The MSI/SI shall submit to the

Purchaser, certificate of insurance

issued by the insurance company,

indicating that such insurance has

been taken.

1.What will be the validity of Insurance for

Electronic Goods? Till delivery at Purchaser

specified location or till commissioning of

GP/Segment?

Tender calsue remains the same.

58 3.36 All charges like transportation

charges, Octroi, etc. that may be

applicable till the goods are delivered

at the respective site of installation

shall also be borne by the MSI/SI.

1.Transport of equipment from Warehouse to Site

is MSI/SI responsibility. Please clarify

2.Octroi will be re-imbursed by purchaser?

Tender clause remains the same.

60 3.46 In case of theft/physically damaged,

repair not possible, the equipment

shall be replaced on Purchaser’s cost

after due recommendation of

designated representative of

Purchaser. In case of theft, such

requests for replacements shall be

submitted by the MSI/SI along with

the copy of FIR lodged. In such

cases, Purchaser will pay for material

charges only.

Who is be responsible of theft of equipment

before GO-Live. Please clarify

Tender clause remains the same.

112 5.2 The SLA penalty for the segments

commissioned during the

implementation period shall be

deducted from the 10% cost.

The equipment which is not installed and

commissioned due to Unavailability of site, non

availability of fibre or any other reason not

attributed to MSI/SI. In that case, MSI/SI should

not penalized. Please clarify

Tender clause remains the same.

113

a

The balance available out of the

deducted 10% shall be paid to the

MSI/SI after the declaration of Go-

Live.

The equipment which is not installed and

commissioned due to Unavailability of availability

of fibre or any other reason not attributed to

MSI/SI. In that case, MSI/SI should not penalized.

Please clarify

Please refer corrigendum

117 5.6-c Block Pops -The MSI shall provide

the required components as per Price

Bid Form 2 and

should do necessary electrical and

civil work as required.

What will be distance of Main AC Supply to

Installation rack. Do we have to extend the AC

power from Main AC Supply point to Installation

Rack. Please clarify The selected MSI/SI shall visit the model PoP for

better understanding. No separate BOM for each site

for civil/electrical works

117 5.6-c Type 1 Gram

Panchayat PoPs -The MSI shall

provide the required components as

per Price Bid Form 2 and should do

necessary electrical and civil work as

required.

What will be distance of Main AC Supply to

Installation rack. Do we have to extend the AC

power from Main AC Supply point to Installation

Rack. Please clarify The selected MSI/SI shall visit the model PoP for

better understanding. No separate BOM for each site

for civil/electrical works

117 5.6-c Type 2 Gram

Panchayat PoPs-The MSI shall

provide the required components as

per Price Bid Form 2 and should do

necessary electrical and civil work as

required.

What will be distance of Main AC Supply to

Installation rack. Do we have to extend the AC

power from Main AC Supply point to Installation

Rack. Please clarify The selected MSI/SI shall visit the model PoP for

better understanding. No separate BOM for each site

for civil/electrical works

Page 12: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

135 5.9 Acceptance testing (Commissioning)

for the network (Connectivity from

Block to Gram Panchayat)

In our previous experience during execution of

Bharatnet PH-I, we have noticed that a

considerable time lag happens towards AT

officer nomination , movement of officer for

carrying out AT field from the date of offering

and issuance of AT certificate after AT

completion. We therefore request you to

nominate, complete the AT and provide the AT

certificate within 7 working days from the date of

offering for AT . If the officer doesn't come for any

specific reason, the particular site/segment

should be treated as Deemed AT'ed subject to

the proof that that the same is visible in NOC.

Please confirm that the payments would not be

delayed for such delays.

Payments will be made only on confirmation from

TPA on receipt of AT report from TPA. TPA will be

onboarded along with SI onboarding. Department will

drive all teams on project execution.

136 FAT would include installations and

commissioning of IT equipment and

non-IT equipment at Block and Gram

Panchayat, commissioning of all

network links and necessary site

refurbishments (Earthing, electrical

connectivity, structure cabling etc. as

applicable) as well as testing of traffic

from the MPLS router at Gram

Panchayat to Block level routers and

further to BBNL NOC.

Factory acceptance test refers to Equipment

testing at factory premises. As per the clause it is

mentioned at GP/Block, Please clarify

1)Which location FAT will be conducted.

2)Who will bear the expenses of FAT.

3)Test cases to be submitted by MSI/SI before

the issue of PO & approval will be shared by

Purchaser so that there is no delay in conducting

FAT.

4) Which agency will provide the Shipment plan

and site readiness. Please clarify. If there are

delays in providing the same, MSI/SI should not

be penalized. Pls confirm.

5) If the equipments are ready for delivery but the

shipment plan is not available from Purchaser,

Who will bear the expense of inventory carrying

cost?

1) Fat conducted at Factory.

2) TANFINET will engage TPA agency to conduct,

exenses will be provide to TPA accordingly..

3) PMU provide necessary details accordingly.

4)SI meed to plan accroding to the timeline

mentioned in tender

5)SI meed to plan accroding to the timeline

mentioned in tender

136 5.1 Quality Assurance and Testing Pls confirm that Quality Assurance and Testing

charges will be paid by purchaser. Please clarify

QA and testing will be done by TPA appointed by

Purchaser.

136 5.10. The QA units TPA, as mentioned by

the Purchaser, while clearing the

equipment/ stores shall

be strictly adhere to the package

discipline for all item in the Bill of

Material mentioned in the

Work Order. Supplies made in full,

“as per the work order”, during

delivery period only shall

be deemed to have been supplied

within the schedule delivery period.

Diversion of any equipment from one site to

another or one site to another by purchaser itself

, the cost of the transportation will be born by

the purchaser. Please clarify

Tender clause remains the same.

137 5.11 The Go-live for the connectivity from

Block to Gram Panchayat shall be

considered when

100% implementation and

commissioning for the defined

locations along with Acceptance

testing as envisaged has been

completed and the entire network is

run in full mode for at

least 30 days from commissioning

100% nodes.

1.The equipment which is not installed and

commissioned due to Unavailability of availability

of fibre or any other reason not attributed to

MSI/SI. In that case, MSI/SI should be paid 90%

of the work order value without any delay.

Please Confirm.The Go-live for the connectivity from Block to Gram

Panchayat shall be considered when

100% implementation and commissioning for the

defined locations along with Acceptance

testing as envisaged has been completed and the

entire network is run in full mode for at

least 30 days from commissioning 90% nodes.

Page 13: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

138 5.13.2 Preparation of network configuration

and IP schema implementation for all

components of network infrastructure.

1. Which agency will share the shipment plan,

Site readiness, fiber readiness, Power & Earthing

readiness, IP scheme allocation, OCLAN

data(Uplink detail) .Please clarify

2.We would like to know the timelines of sharing

the details of readiness of site(as mentioned

above).Please clarify.MSI/Si shouldn't be

penalized for the delays in receiving such

information from Purchaser.

Tender clause remains the same.

138 5.13.4 Project Management Agency (PMA) Please mention the constituents of Project

Management Agency. Please clarify

TANFINET will form PMU and core team for

execution of the project

140 5.14-1 The details of the manpower

deployment at the NOC, districts and

field staffs for

maintenance.

are there any minimum no of resources to be

deployed to each NOC, districts & field staff or

the MSI/SI can plan it to meet the SLAs? Please

clarify

Tender clause remains the same.

140 5.14-6 Field engineers with dedicated FRTs

(Field Restoration Team)

are there any minimum no of resources to be

deployed to each NOC, districts & field staff or

the MSI/SI can plan it to meet the SLAs? Please

clarify

Tender clause remains the same.

141 5.15 First year of the project, the

implementation phase (till the date of

declaration of Go-Live shall be

covered

under the warranty. If the

implementation is delayed beyond the

stipulated period of One year, the

warranty shall be extended at no

additional cost. The maintenance cost

quoted as part of Operations &

Maintenance shall be for seven years.

Based on previous experience we have noticed

80% of the total Proposed sites w.r.t blocks,

hardly will be ready at one shot, on End to end /

infrastructure/administrative point of view , to

finish off the end-to-end I&C activity at a stretch

.So we request to amend the clause " Warranty

period should be started for Block-wise/segments

provided at least 25% of the total GP's to be

connected to a particular Blocks/segments are

successfully installed and ATed."

Please Confirm.

Tender clause remains the same.

141 5.17-a The MSI shall quote for charges for

Seven (7) years comprehensive O&M

(including labour,

spares, maintenance material, power

cable, fibre cable (internal wiring), pig

tail patch cord, connectors,

consumables, visit of the engineers

as and when required to meet the

conditions of O&M).

We would like to recommend purchaser to buy

5% of Spares to purchaser to maintain the SLA.

Please confirm that 5% spares will need to be

supplied in addition to the BOQ as mentioned in

the tender.

Tender clause remains the same.

141 5.17-m In case any equipment is down, either

reported by Purchaser or its

designated agency or

monitored through EMS/NMS,

maintenance personnel will attend the

fault and rectify the same and/or

report for Second Line maintenance

team, as the case may be.

1)In case of any fault, how & who will decide

whether the fault is to be rectified by Equipment

team or fiber team. Please clarify.

Tender clause remains the same.

Page 14: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

46 Annex-A-1.8 b) General Earthing:

Civil infrastructure should be

constructed with a pit of size

600x600mm using brick chamber of

40mm thick cement slab covering.

Earthing electrode 38mm dia, 2.4 mts

long with 1R x 25x3mm cu strip must

be erected with back filling alternate

layer of salt, charcoal and sand/

Bentonite. Should deploy with all

necessary and associated Earthing

accessories as per standards. Proper

identification marking should be made

inside and outside of the pit.

2Rx6.0 Sqmm copper wire must be

used to link earth pit and all

terminations points.

Is this General Earthing requirement for block or

GP locations. Do we have the option of utilizing

the existing Earthing available at site or this

Earthing is mandatory. Please clarify

Tender clause remains the same.

46 Annex-A c) UPS Earthing(dedicated):

Civil infrastructure should be

constructed with a pit of size

600x600mm using brick chamber of

40mm thick cement slab covering.

Earthing electrode of 38mm dia, 2.4

mts long with 1R x 25x3mm cu strip

and 300x300x3mm Cu plate placed at

the bottom should be installed with

back filling alternate layer of salt,

charcoal and sand/Bentonite its

complete Earthing accessories.

Proper identification marking should

be made inside and outside of the pit.

2Rx6.0 Sq.mm copper wire should be

used to link earth pit to UPS output

Neutral terminal. (Green)

Is this General Earthing requirement for block or

GP locations. Do we have the option of utilizing

the existing Earthing available at site or this

Earthing is mandatory. Please clarify

Tender clause remains the same.

NA NA NA Bharatnet is a project of national importance and

hence should be secure from all the potential

risks. Gujarat Bharatnet had taken a

precautionary measure and put a in their tender

no. RFP No: GFGNL/DST/BharatNet-

PIA/2018/30 page 41 .We request you to also

consider putting a similar clause in this tender.

Relevant clause is appended below:

Note – 3 : The bidder shall supply only such

network equipment which, had those equipment

been supplied for any defence communication

project in India, would have been acceptable to

the Indian defence authorities.

Not considered.

45 3.19-2 Penalties -5% of the Capex cost of

NOC for per week of delay

Penalty clause of 5% of the Capex cost of NOC

per week of delay is very high. Request you to

amend it as 0.5% of the capex cost of delayed

portion of the NOC per week which is in line with

the BBNL tenders. Please consider our request.

Please refer corrigendum

Page 15: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

46 3.20-2 Based on approved site survey,

bidder shall provide block-wise

detailed Bill of Material (BOM) and

total cost of Project (excluding O&M

cost)

Site survey is not mentioned for Time schedule of

PckG-A.

Please clarify a to whether the Site Survey report

will be provided to the Package A MSI by

Purchaser or the MSI from Package B,C&D.

Will the BOM for Node Electronic items be also

approved Post survey ?

Ideally, this shall be along given along with LOA.

Other-wise compliance of Point no. 3.20-3,4, 5 &

6 not feasible as without frozen BOM,

manufacturing action at OEM end cannot be

initiated. Please clarify

Site survey to be conducted by MSI regard to PoP

location readiness and report to be submitted. Report

format will be shared with successful bidder during

implementation discussion.

54 3.3 For the purpose of payment during

implementation, the cost of

commissioning shall be made on cost

per GP basis.

As per Pckg-A payment terms (Cl.3.29)

Payments will be based on "End-to-End

connectivity of completed segment of network

with set of Blocks, GPs and Pseudo GPs" and

here in this clause of 3.3 there is ask for cost per

GP. There is an ambiguity of how the supply &

services portions of GP to be arrived since the

payments will be based on commissioning of

segment, either there should payments based on

GP or Payments based on segments .Please

clarify

Please refer corrigendum

58 3.37 The MSI/SI must transfer all titles to

the assets and goods procured for

the purpose of the project to the

Purchaser upon end to end

connectivity of GPs.

Please clarify that "once 100% implementation

And commissioning for the defined location for

the defined locations along with Acceptance

testing as envisaged has been completed and the

entire network is run in full mode for at least 30

days from commissioning 100% nodes" then

MSI/SI has to transfer the assets. Please clarify.

Please confirm that the transfer will be deemed

accepted if the equipment is not installed and

commissioned due to non availability of site

readiness ,non availability of fibre or any other

reason not attributed to MSI/SI.

Tender clause remains the same.

135 5.9-j-4 End-to-End testing of the Radio link

from GP to tower and further

integration with BBNL

NOC

What will be technical scope of requirement for

integration with BBNL NOC. Please clarify.

Tender clause remains the same.

8 Month/ Week : The Month shall mean

calendar month & Week shall mean

calendar week

Request you to modify as

Month/ Week/Days : The Month shall mean

calendar month & Week shall mean calendar

week & Day mean Calendar Day Month/ Week/Days : The Month shall mean calendar

month & Week shall mean calendar week & Day

mean Calendar Day

21 Security

Deposit

The SD shall be released to the

bidder after the performance of the

contract in full, without deficiency or

default and to the entire satisfaction

of the Purchaser.

Request you to modify as

"The SD shall be released to the bidder after the

performance of the contract in full, without

deficiency or default"

Tender clause remains the same.

21 Security

Deposit

In the event of termination, Purchaser

may invoke the Bank

Guarantee/Security Deposits, recover

such other direct costs and other

amounts towards direct damages

from the successful Bidder that may

have resulted from such default and

pursue such other rights and/or

remedies as may be available to the

Purchaser under law.

Request you to modify as

In the event of termination, Purchaser may invoke

the Bank Guarantee/Security Deposits and

pursue such other rights and/or remedies as may

be available to the Purchaser under law.

Tender clause remains the same.

Page 16: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

33 2.33 Right to Vary Scope of Contract at

the time of Award

Purchaser may at any time, by a

written order given to the MSI/SI,

make changes to the scope of the

Contract as specified.

As time is the essence of the contract and as

such there are stringent timelines, no change

should be warranted after PO as MSI would have

already have taken production/Procurement

actions including ordering on 3rd parties. Hence

request you to modify the clause as

Purchaser may at any time, before the Award of

Contract or issuance of PO, by a written order

given to the MSI/SI, make changes to the scope

of the Contract as specified.

Tender clause remains the same.

35 “Project Go-Live” means the date

when the electronics for all the GPs

covered under BharatNet Phase 2 of

Tamil Nadu are commissioned and

discovered in NMS at SHQ

If MSI successfully commissions the MPLS

devices and the same is Accepted as per agreed

AT doc, however , the node is not discovered at

EMS due to non availability of media till NOC

locations or any reasons non attributable to the

MSI for Package A, then nodes should be

deemed go Live for commencement of O&M

perspective and payments. However, MSI will be

required to integrate the node to EMS/NMS after

the media/ connectivity is made available.

Tender clause remains the same.

40 11c Dealer Possession Licence Please clarify why it required. This clause was

removed in Telangana RFP also.

Refer Corrigendum

50 3.23 If at any time, during the period of

contract, the MSI/SI offers identical

services/products to any other Govt.

Department/ Organization at prices

lower than those chargeable under

this contract, he shall notify the same

to the purchaser and extend such

reduced prices to the purchaser with

immediate effect.

This should be applicable for similar Quantities,

similar Scope and similar Terms and Conditions

in other project as Tanfinet project. Kindly

confirm.

Tender clause remains the same.

51 3.24 Change Orders/Alteration/Variation

The MSI/SI shall agree that the

requirements/quantities/specifications

and Service requirements given in the

tender are minimum requirements

and are in no way exhaustive and

guaranteed by the Purchaser. Any

escalation of the cost after awarding

contract shall be borne by MSI/SI

except duties......

The written advice to any change

shall be issued by the Purchaser to

the MSI/SI up to 4 (four) weeks prior

to the due date of provisioning/supply

of such goods/equipment or

commencement of services.

In case applicable rates for the new

items are not available in the Contract

then the rates shall be decided as per

TNTIT Act.

MSI shall Supply the equipment is line with the

BOM in the tender document and as is obligated

to meet the technical requirements. Anything

beyond this should mutually agreed. As such ,

this clause may please be removed..

As time is the essence of the contract and as

such there are stringent timelines, no change

should be warranted after PO as MSI would have

already have taken production/Procurement

actions including ordering on 3rd parties. Hence

request you to modify the clause as

Purchaser may at any time, before the Award of

Contract or issuance of PO, by a written order

given to the MSI/SI, make changes to the scope

of the Contract as specified.

Tender clause remains the same.

Page 17: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

52 3.25 Suspension of Work Other than Force Majeure, no suspension should

be issued for Supplies after PO/Shipment

Clearance is issued as MSI would already have

taken production/Procurement actions including

ordering on 3rd parties.

However, in case of any temporary Suspension,

Supplies procured by MSI should be accepted by

Purchaser and it should be deemed accepted by

Purchaser for making payment as per

milestones. In such cases, discovery of MPLS

nodes at NMS should not be applicable.

However, once the Suspension is lifted , MSI will

carry out the implementation activities as per

contract..

Tender clause remains the same.

90 4.16 MAF

We also ensure to provide the

required spares and service support

as pre-purchased for the supplied

equipment for a period of 7 years

from date of supply of the equipment

as per tender terms.

In fact this clause is not required as tender calls

for immunity from EOL/EOS. May please be

removed.

Tender clause remains the same.

101

Section IV

Table A Clause

D.1

Services for UG OFC Laying

Pulling/laying / blowing of optical Fibre

Cable and PLB pipe and at

crossings(with protection provided)

(96 core fiber), splicing, jointing,

commissioning, AT, ABD etc.

Please clarify whether trenching and refilling are

excluded from the scope of work

Tender clause remains the same.

84Section IV

Clause 4.15

Form 16 - Manufacturer’s

Authorization Format (MAF)

1. Can we offer multiple MAFs from different

OEMs for the same product.

2. Do we have the flexibility to choose any one of

the OEM on receipt of order

Tender clause remains the same.

26

Section II

Clause 2.30,

Point # 4

Package B:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

If a bidder intends to participate in multiple

packages, the laying experience of 5000 kms is

sufficient or for each package we require 5000

kms.

Tender clause remains the same.

84 Section IV

Clause 4.15

Form 16 - Manufacturer’s

Authorization Format (MAF)

1. Can we offer multiple MAFs from different

OEMs for the same product.

2. Do we have the flexibility to choose any one of

the OEM on receipt of order.

Tender clause remains the same.

26 Section II

Clause 2.30 (3)

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

We would request TANFINET to revise the

minimum value to Rs. 100 Cr and shall consider

ongoing BharatNet Phase II projects also.

Please refer corrigendum

Page 18: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26 Section II

Clause 2.30 (4)

Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

1. We would request TANFINET to consider the

Experience of IP MPLS carrier grade routers for

on going projects for state fibernet projects under

BharatNet Phase II.

2. The Bidder must have the experience in

implementing and maintaining Operations

Support System & Business Support System

(OSS & BSS) in two projects catering to

Telecommunication/Wireline/Cellular Network

service sectors in India after 1st April 2016. This

clause may kindly be deleted.

Please refer corrigendum

11 1. Tender

Schedule

EMD - Mode of Payment: RTGS Kindly arrange to clarify that Bank Guarantee

against EMD is acceptable.

Please refer corrigendum

13 1.3 Project

Structuring

...Bidders shall participate in more

than one package, eligibility of the

bidders will be considered accordingly

on aggregated manner…

Kindly arrange to clarify that in case a bidder is

bidding for multiple packages, the minimum

turnover requirement will be the aggregate of the

turnover specified. As regards other requirements

in the table, it would suffice if the requirements for

one package (package B, C, D) are met.

Refer Corrigendum

26 2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

...Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19)…

Kindly arrange to clarify that telecom related

works for any state-owned utility who has been

granted unified licence with national long distance

and Internet service provider authorisation to

provide telecom services shall be counted under

Telecom infrastructure works.

Please refer corrigendum

26 2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

Kindly arrange to clarify that experience of 5000

kM after 1st April 2016 is required only for Laying,

Installation, Testing and Commissioning of

Underground Optical Fibre Cable, PLB Duct and

accessories and not for Installation, Testing and

Commissioning of Aerial Optical Fibre Cable (24

and above core ADSS/OPGW and accessories).

Please refer corrigendum

30 2.41

Mobilization

Advance

Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest…

Kindly arrange to clarify the percentage of the

interest, if any, against mobilization advance

payment.

Please refer corrigendum

47 3.20 Penalty

for Delay in

Implementation

...Penalty shall be capped to

maximum 20% of total cost of Work

(excluding O&M cost) Value….

Request to kindly keep the penalty capping to

maximum 10% of total cost of Work (excluding

O&M cost) Value.

Please refer corrigendum

Page 19: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

47 3.21 Term and

extension of

Contract

The Purchaser shall reserve the sole

right to grant any extension to the

term above mentioned and shall notify

in writing to the MSI/SI, at least 6

months before the expiration of the

term hereof, whether it shall grant the

MSI/SI an extension of the term. The

decision to grant or refuse the

extension shall be at the Purchaser’s

discretion. Accordingly, the Bank

Guarantee of the same amount shall

be extended up to extended period of

the Contract

Additional period up to 2 years as

deemed appropriate (Purchaser

reserves the right to extend the

Contract with the MSI/SI), terms &

conditions for SLA, penalty and

Prices for on premise services shall

remain same as given for 8th Year.

Kindly arrange to clarify that any extension to

Contract term of 8 years shall only be granted

after mutual acceptance of MSI/SI and

Purchaser.

Extension based on mutual agreement between

MSI/SI and Purchaser

48 3.23 Change

Orders/Alterati

on/Variation

The Purchaser may at any time, by a

written change order given to the

MSI/SI, make changes within the

general Scope of Work. The

Purchaser shall have an option to

increase or decrease the Quantities

and/or Specifications of the

goods/equipment to be supplied and

installed by the MSI/SI or service

requirements, as mentioned in the

Contract, at any time during the

contract period.

Kindly arrange to clarify that any increase or

decrease of the Quantities and/or Specifications

of the goods/equipment to be supplied and

installed by the MSI/SI or service requirements

shall be done with mutual acceptance of

commercial terms and conditions by MSI/SI,

pertaining to the proposed changes by

Purchaser.

Tender clause remains the same.

50 3.28 Package

B, C & D: SI

During the O&M period of the 7 years,

33% of the total cost for the

maintenance period will be paid every

quarter subject to the SLAs as below.

Period

Percentage

First year after Go-Live

4

Second year after Go-Live

4

Third year after Go-Live

4.5

Fourth year after Go-Live

4.5

Fifth year after Go-Live

5

Sixth year after Go-Live

5.5

Seventh year after Go-Live

5.5

Kindly arrange to clarify which percentage of

O&M value precedes the other percentage w.r.t.

Clause number 3.28 (33% with provided annual

values of 4%, 4%, 4.5%, 4.5%, 5%, 5.5% &

5.5%) or Price schedule Table-B wherein the

annual percentage is minimum 5% for 7 years i.e.

35%.

Please refer corrigendum

105 Table-B

(Operations &

Maintenance

(O&M) Cost)

The O&M value quoted should be

minimum 5% of Sub total cost of

Table-A value in column of O&M table

per year. If quoted less than 5%, the

financial bid of such bidder shall not

be considered

Kindly arrange to clarify which percentage of

O&M value precedes the other percentage w.r.t.

Clause number 3.28 (33% with provided annual

values of 4%, 4%, 4.5%, 4.5%, 5%, 5.5% &

5.5%) or Price schedule Table-B wherein the

annual percentage is minimum 5% for 7 years i.e.

35%.

Please refer corrigendum

55 3.43

Conditions

during

implementation

period

The delay in commissioning of GPs

due to RoW issues of Central

Government and Central PSUs shall

be time shall not be counted as delay

for calculation of Penalty.

Kindly arrange to clarify that delay in

commissioning of GPs due to any kind of RoW

issues of any agency shall not be counted as

delay for calculation of Penalty.

Tender clause remains the same.

Page 20: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

76 4.8. Form 8 -

ISO

Certification &

TL 9000

Certification

TL 9000 Certification Kindly arrange to clarify that submission of TL

9000 Certification is not the mandatory pre-

qualification & technical eligibility criteria as

mentioned against clause number 2.30 and is

either optional or can be submitted by any

associated supplier. However, non submission of

this certification does not have any negative

repercussion on bid evaluation.

Tender clause remains the same.

102-103 Package B:

Survey,

Supply,

Installation,

Commissioning

and Operation

& Maintenance

of Optical Fibre

Network (OFN)

in Tamil Nadu

Table A

D.1 - Pulling/laying / blowing of optical

Fibre Cable and PLB pipe and at

crossings(with protection provided)

(96 core fiber), splicing, jointing,

commissioning, AT, ABD etc. - kM - 1

E.1 - Slinging / Laying of ADSS 24

core OFC including fixing of

installation accessories and fixtures

etc., splicing, jointing, commissioning,

AT, ABD etc. - kM - 1

E.2 - Slinging / Laying of ADSS 48

core OFC including fixing of

installation accessories and fixtures

etc., splicing, jointing, commissioning,

AT, ABD etc. - kM - 1

Kindly arrange to clarify that rates to be quoted

against item numbers D.1, E.1 and E.2 is only for

1 km each for additional works if any.

Please refer corrigendum

119 5.7.1 Package

B, C& D:

Connectivity through radio to connect

a GP (depending upon site survey

only where Aerial connectivity is not

feasible)

Kindly arrange to clarify that Connectivity through

radio to connect a GP is under the scope of MSI

for package-A and not under the scope of SI

under package B, C & D.

Refer Corrigendum

134-140 5.14

Stakeholders

of the Project

& their

Responsibilitie

s

MSI Kindly arrange to bifurcate the roles and

responsibilities of MSI and SI to avoid any

ambiguities and confusions, considering that MSI

and SI are different agencies. This is required as

in lot of instances the work sequence of MSI and

SI are inter-dependent or sequential in nature.

Will be provided to successful bidder during

implementation.

146 5.19 O&M of

Optical Fibre

Infrastructure

(SI)

b) Fault

Restoration

Services

In case of any breakdown in the OFC

network, SI shall be responsible for

obtaining approval at his own cost

from statutory authorities like

Municipal Corporation, Development

Authorities, RWS&S, Electricity

Department, NHAI and any other

concerned authority as required for

carrying out the repair. Purchaser can

assist in getting permission for repair

in few cases where there is urgency.

Kindly arrange to clarify that all the cost incurred

in obtaining RoW shall be borne by Purchaser on

actuals on giving necessary/relevant documents

and no RoW cost is to be absorbed by MSI/SI.

Tender clasue remains the same

148 5.19 O&M of

Optical Fibre

Infrastructure

(SI)

Note:

PIA shall obtain necessary Right of

Way (RoW) from State/Central

agencies whichever applicable.

TANFINET shall facilitate the PIA in

obtaining the same. The cost incurred

in obtaining RoW shall be reimbursed

on actuals on giving

necessary/relevant documents

Kindly arrange to clarify that all the cost incurred

in obtaining RoW shall be borne by Purchaser on

actuals on giving necessary/relevant documents

and no RoW cost is to be absorbed by MSI/SI.

Tender clause remains the same

20 2.15 The EMD amount (Rs 3.5 Crore) shall

be transferred online using payment

gateway as mentioned under Section

I, as part of its bid submission

To increase the competition, we request to waive

off the EMD amount to the participating

CPSE/PSU. This will allow more bidder to

participate and quote competetive price.

Tender clause remains the same

Page 21: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

25 2.30 ( # 1) The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Note: Consortium is limited to 2

members including Lead Bidder.

We request to amend the clause as:

The Sole Bidder and each of the Consortium

members should be registered under Companies

Act, 1956 or Companies Act 2013 or as amended

and should have at least 3 years of operations in

India as on bid submission date.

Note: Consortium is limited to 3 members

including Lead bidder

Please refer corrigendum

26 2.30 ( # 3) Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

We request to amend the clause as:

Package A: Sole Bidder or consortium should

have executed works to the minimum value of

Rs. 135 Cr in NOC and MPLS / VoIP based all-IP

NGN Implementation / Next Generartion Access

Equipment commissioning in Telecom services in

the last 5 financial years

Please refer corrigendum

26 2.30 ( # 4 ) Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

We request to amend the clause as:

Package A:

1. The Bidder must have experience in

commissioning at least 1000 Nos of IP-MPLS

Carrier grade Routers / Next Generartion Access

Equipment for upgradation of Switches /VoIP

based all-IP NGN Implementation / Project

consulting of IP-MPLS + DWDM/IP-MPLS +

GPON based network for Telecom Service

Providers in last 5 years as on bid submission

date.

2. The Bidder must have the experience in

implementing and maintaining Operations

Support System & Business Support System

(OSS & BSS) in two projects catering to

Telecommunication /Wireline/Cellular

Network/Defense/Government sectors in India

after 1st April 2014

Please refer corrigendum

30 2.41 Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest. If the MSI/SI wishes to avail

the mobilization advance, then they

shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

We request to amend the clause as:

Mobilization (Up to 10% of cost of Project

(excluding O&M cost) towards material advance)

shall be secured against irrevocable bank

guarantee and shall be recovered in the

subsequent bills payable along with interest. If the

MSI/SI wishes to avail the mobilization advance,

then they shall submit an additional Bank

Guarantee from a Nationalised Bank of value of

EQUIVALENT to the mobilization advance as per

act and rules.

Please refer corrigendum

44 3.20 (SI No. 2) Timeline for completion:

T0+ 3 Months for Site Survey

We request to amend the clause as:

T0+ 4 Months for Site Survey

Please refer corrigendum

21 2.16 Security

Deposit

BG for 5% of the WO value valid for

8.5 years from the date of signing the

contract

We propose: BG for 5% of WO value valid for 8.5

years in two parts:- (i) 5% of WO value valid for 1

year (ii) 5% of O&M value valid for 7.5 years in

diminishing ratio as every year passes

Tender clasue remains the same

Page 22: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

21 2.17 Period of

Validity of Bids

Quoted price shall be kept valid for a

period of 90 days from the date of

opening of the tender. Purchaser may

solicit the bidder to extend the validity

for a further period of 90 days

We propose: If purchaser fails to award the

contract & release funds within (90+90) 180 days

from the date of tender opening then there should

be a price escalation mechanism in place to

compensate the bidder

As per TTACT bid validity

25-26 2.30 1 and 2 -

Pre

Qualification &

Technical

Eligibility

Criteria

1. The Sole bidder and each of the

consortium members should be

registered under Companies Act

1956 or Companies Act 2013 or as

amended and should have at least 3

years operation in India as on bid

submission date.

2. Sole Bidder or Lead Bidder

should have a cumulative annual

turnover for the last 3 financial years -

Package A - minimum 405 Cr

1.We had started operations in April 2015 as a

LLP and have recently been converted into a

Limited Company on 12th Oct 2019. Will our

credential be considered from 2015 onwards?

2. We propose Sole bidder or Lead Bidder

should have a cumulative annual turnover for the

last 3 financial years - 300 Cr or 500 cr in the last

4 financial years.

Refer Corrigendum

26

2.3.0 Pre-

Qualification &

Technical

Eligibility

Criteria point

No. 3

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

We understand multiple projects with different

customers having cumulative value of Rs 135

Cr. in total Shall be considered . Please clarify .

Further, we understand that global experience too

will be considered as a part of the PQ. Pl clarify.

Please refer corrigendum

26

2.3.0 Pre-

Qualification &

Technical

Eligibility

Criteria point

No. 3

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19) .

Documents Required - Work order

copy clearly mentioning the scope

and value of the work

2. Completion Certificate in the

company letter head signed by the

Authorized signatory of the Customer

clearly mentioning commissioning

date and years of operations

completed.

We understand ongoing projects shall also be

considered & PO Copy & acceptance certificate

should be accepted . Further, we understand that

global experience too will be considered as a part

of the PQ.Please clarify

Please refer corrigendum

26

2.3.0 Pre-

Qualification &

Technical

Eligibility

Criteria point

No. 4

Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

We understand multiple projects with different

customers across multiple projects having total

no. more than 1500 IP-MPLS Carrier grade

Routers shall be considered . Further , we

understand that commissioning at least 1500

Nos of IP-MPLS Carrier grade Routers for

Telecom Service Providers experience can be

complied by either sole bidder or consortium

partner. Further, we understand that global

experience too will be considered as a part of the

PQ. Pl clarify.

Please refer corrigendum

Page 23: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.3.0 Pre-

Qualification &

Technical

Eligibility

Criteria point

No. 4

Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

Supporting Documents -

1. Work order copy clearly mentioning

the scope and value of the work

2. Completion Certificate in the

company letter head signed by the

Authorized signatory of the Customer

clearly mentioning commissioning

date and years of operations

completed.

We understand ongoing projects shall also be

considered & PO Copy & acceptance certificate

should be accepted .Further, we understand that

global experience too will be considered as a part

of the PQ. We understand this clause can be

met by Sole Bidder or Consortium pl clarify.

Please refer corrigendum

Inclusion NA New Clause addition

In order to have quality and competitive products,

We request to add the clause -

Bidders/consortium should bid with single OEM

only. Bid with multiple OEM's offer will not qualify.

Refer Corrigendum

Inclusion NA New Clause addition

We Strongly feel that the OEM & its Indian

company should be a major industrial player with

sound financials in last 3 years in order to provide

top class support with best quality & resources .

So kindly add that the OEM(Parent Company) &

its Indian group company should have positive

net worth & net profit in each of last 3 years(

FY16-17,17-18 &18-19). OEM should submit

audited financial statements & Self certificate to

confirm the same .

Refer Corrigendum

Inclusion NA New Clause addition

We Strongly feel that the OEM & its Indian

company should be a major industrial player with

sound financials in last 3 years in order to provide

top class support with best quality & resources .

So kindly add that the OEM(Parent Company) &

its Indian group company should have turnover

more than INR 4000 cr in each of last 3 financial

years .(FY16-17,17-18 &18-19)

Refer Corrigendum

Inclusion NA New Clause addition

We understand these project should be handled

by OEM who have experience in India for

handling such projects & are well versed with

India Market ,So kindly add that the OEM or its

group company should have presence in India for

more than 15 Years

Refer Corrigendum

Page 24: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Inclusion NA New Clause addition

The proposed network architecture is a carrier

grade network, and to support same OEM or

through its subsidiary should have established

facility of Global NOC / Global Service centre,

GTAC, 24*7 hotline support based out of India

supporting existing carrier grade telecom service

operator network(s), and same should be

functional for last 3 financials years (FY16-17,17-

18&18-19).

The OEM or its Indian subsidiary Global NOC

/Global Service centre should have a valid

ISO/IEC 27001:2013 valid certificate issued in

India to demonstrate its information security

management.

The OEM should submit the self-certificate for the

above set-up as part of bid-submission and the

Purchaser shall have the right to inspect such

facilities.

Refer Corrigendum

41 3.18 Warranty

A comprehensive on-site warranty

and Operations & Maintenance on all

goods supplied under this contract

shall be provided by the respective

Original Equipment Manufacturer

(OEM) through MSI/SI till the Go-Live.

The penalties for the SLA during the

warranty period shall be recovered by

the 10% withhold value

Warranty SLA not clearly mentioned, Please

clarify the same

Tender clasue remains the same

83

4.12 Form 15 -

Declaration on

PMA

Form 15 - Declaration on PMA

We understand PMA is applicable for overall

solution level inclusive of Optical fiber & cables

Only .

We understand no OEM can comply with PMA for

End to End IP MPLS Solution also there is no

domestic qualified vendor, further we like to bring

to your notice the PMA clause was removed by

other States for similar projects (Bharatnet phase

2 state led) & technology like AP, Maharashtra,

Telangana , Kerala & Chhattisgarh.

We request to please confirm PMA is not

applicable on active Equipments including IP-

MPLS components.

Tender clause remain the same.

25

2.3.0 Pre-

Qualification &

Technical

Eligibility

Criteria point

No. 1

The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Note: Consortium is limited to 2

members including Lead Bidder.

In order to have quality and competitive bids we

request that consortium should not be limited for

2 members only as multiple technologies &

OEM's are required as per the RFP scope.

Kindly consider to allow upto 4 consortium

members including lead Bidder. Please confirm.

Please refer corrigendum

25

2.3.0 Pre-

Qualification &

Technical

Eligibility

Criteria point

No. 1

The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Note: Consortium is limited to 2

members including Lead Bidder.

We understand that lead bidder can form only 1

consortium for a particular package however

Secondary Partner/ Consortium member / Junior

Partner can participate through multiple

consortium with other bidders in the same

package. Please confirm

Please refer corrigendum

Page 25: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

116 V -5.7.1 -a-1

The assessment for the fibre

requirement was carried out using

GIS maps by plotting the locations of

the point of presence on the GIS

maps and identifying the best

possible route options for fibre laying

as evident from the graphical view of

the geography.

For finding out optimum route, suvery team

should use Backhaul optimization model as a

best practice, but it seems you are asking us to

achieve the same by visual interpretation using

graphical view of the geography.

Route optimisation should be arrived through field

survey.

117 V-5.7.1 -a-8

SI shall carry out the site survey by

capturing on site coordinates at every

20-30 mtrs through GIS/Mobile

application and related tools by actual

visit to all locations

How many number of mobile users are envisaged

for the survey

Site survey is supposed to be completed and

approved within first 3 months along with OFC laying

for where the survey is already completed.

Accordingly SI/MSI should plan the resources

adhering to the RFP timelines requirement

117 V-5.7.1 -a-9

Data generated by site survey shall

be shared with TANFINET and it shall

be integrated with GIS application and

with Project Management tool

implemented by SI.

We understand that the survey data should be in

Fiber Network Data Model for integrations

The survey data guidelines are already shared in the

pages 123 to 127 of the RFP. The data should be

comprehensive enough for providing Optical Fiber

Telecom Services

118 V-5.7.1- a -13

In case of Radio connectivity

equipment requirement and tower

height to be assessed using GIS

tools.

We understand that out-of-box analytical tools like

viewshed should be used to analyze location and

height of radio towers

Tender clause remains the same.

124 V-5.7.1-e-2

The SI shall incorporate all captured

data on to the GIS mapping tool

provided to be visible in the State

NOC.

We understand GIS system should support FMS

to do functions like Optical Routes tracing, Trace

Optical Routes based on the WDM,trace OTDR,

model the devices on the basis of WDM, and

various reporting options like splice report, patch

panel report, generate single line diagrams for the

routes and joints etc.

The RFP doesn’t ask for FMS

125 V-5.7.1-e-16

The ABD shall be updated as and

when changes are made in the

network or PoP throughout the

maintenance period by the SI

We understand the GIS data also to be updated

periodically as and when there are changes in the

location or attibutes. How many users are

expected for editing/updating ? and what would

be the concurrency of users? Are these going to

be web editing?

Page 36 of RFP says; That the MSI/SI shall always

maintain sufficient manpower, resources, and

facilities, to provide the Services in a workmanlike

manner on a timely basis.

130 V- 5.12

Each patrolling team should update

their location along with the

photograph of the fault location in the

mobile application

What would be the total no of mobile users and

what would be the concurrency of users for O&M

phase?

As per the SLA requirement SI to deploy resources

NAScope of work -

AdditionalNA

Utility infrastructure data of the State is collected

for this project which is highly confidential  so we

recommend that GIS data collection, sanitizing &

updating on web application to be done only by

using on premise app hosted either on Client

premises or State Data Center/NOC without any

dependency on private cloud services to ensure

data security. Kindly confirm

Tender clasue remains the same

InclusionScope of work -

AdditionalNA

GIS Software base platform should be perpetual

& approved by CERT-IN. Kindly confirm

Tender clasue remains the same

InclusionScope of work -

AdditionalNA

Please confirm that incase of mandatory

requirement, only the cloud services approved by

MeitY (Meghraj cloud initiative) will be used for

this Project.

No possible

InclusionScope of work -

AdditionalNA

GIS Software should have readymade API’s to

reduce customization timelines and to ensure

easy integration with multiple systems like OSS,

NMS, EMS, BSS. Kindly confirm

As per the tender requirement integrtion to be taken

care by SI

Page 26: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

InclusionScope of work -

AdditionalNA

Standard product documentation with Product life

cycle should be submitted with bid as this is a

Mission Mode Project with a long term

maintenance requirement.

During implementation period successful bidder to

provide.

InclusionScope of work -

AdditionalNA

Multiple base map view support is required like

Satellite maps, Street maps, terrain maps,

topography maps – Kindly confirm

Tender clasue remains the same

74 4.8 TL-9000 Certification We understand that TL-9000 certification for OFC

manufacturer against this tender however if SI is

bidding as a consortium of 2 members in this

tender, TL certification for either of consortium

member is acceptable. Kindly confirm.

Refer Corrigendum

106 5.6 Others We kindly request you to exclude BBNL / BSNL

as an inspecting agency and appoint any Third

Party Agency (TPA) so as to complete project in

desired timeline as followed by various other

states. Kindly confirm.

Tender clause remains the same.

6 BOQ_180910.

xls

Accessories Kindly provide specification / relevant standards

for all the accessories mentioned in BoQ clause

no.6. accessories.

As per TSEC and BBNL guidelines

85 4.13. Manufacturer’s Authorization Format ( MAF) From OEM ( To submitted during before implementation by MSI/ SI)

Please confirm if the MAF has to be submitted at

the time of implementation only? What is the MAF

format for submitting along with the bid, if

needed? Refer Corrigendum

30 2.41

Mobilization Advance

Mobilization Advance (Up to 10% of

cost of Project (excluding O&M cost)

towards material advance) shall be

secured against irrevocable bank

guarantee and shall be recovered in

the subsequent bills payable along

with interest. If the MSI/SI wishes to

avail the mobilization advance, then

they shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

1. Please clarify whether 10% mobilization

advance will be paid both for the Materials portion

and Services portion.

2. Please clarify whether the value of the

Mobilization Advance BG shall stand reduced on

pro-rata basis against the adjustment of advance

amount against our Invoices.

3. As requested in our earlier Set-1 Queries,

please consider providing interest-free

mobilization advance. Further, advance BG to be

submitted shall be for a value of 100% instead of

110%. Kindly consider.

Please refer corrigendum

43 to 453.19 (Sl. No. 2

to 9)

Time Schedule – Package B, C & D

Copy of duly Signed and Stamped

Delivery Challan, Installation,

Commissioning and testing report

approved by Purchaser /TPA, OTDR

link test reports, power on, post, FAT

report approved, and certificate

issued along with configuration

reports by State, As Build Diagram

(ABD report), Monthly Progress

Report – End to End integration to

NOC with Successful test

completed report

We feel that the submission of following

documents should not be part of Packages B, C

& D, as these are related to S-NOC / Integration

aspects of Package-A:

1) Power on Report

2) Configuration Reports by State

3) End-to-end integration to NOC with successful

test completed report.

4) Any other documents / certificates related to

commissioning of S-NOC and its integration

aspects.

Our understanding about the passive part of the

tender is to connect and test end-to-end from

Mandal to GPs with OTDR and LSPM. Please

clarify whether our understanding are in order.

All documents related to testing and required report

format will be shared to sucessful on approval from

committee fromed by TANFINET for implementation.

Page 27: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

59 3.56

3.56 Service Level Agreement &

Targets

The MSI/SI has to maintain the

Operations for 8 years as per the

terms & conditions of the TENDER

and to meet the SLA as stated

below…

As mentioned in Clause No. 5.18 a (Page No.

142), we understand that the O&M period will be

for 7 years (and not 8 years) from the date of

Project Go-live. Kindly clarify that our

understanding is in order.

Refer Corrigendum

84 Form 16

Manufacturer's Authorization

Format (MAF)

......We also undertake that in case of

default in execution of this Contract

by PIA, we shall provide necessary

support in identifying another

authorized partner with similar

certifications/capabilities and extend

support to the new partner in

accordance with OEM’s agreement

with the new partner. In case PIA is

unable to fulfil the obligations given

under this Contract, OEM shall be

responsible to replace the PIA with an

alternate Indian Authorized agent to

facilitate to get the requisite work

done. OEM shall also ensure that the

alternate Indian Authorized Agent in

this case shall abide by all the terms

& conditions laid down under the

Contract and during the Award of

Work to the PIA for the quoted OEM

products......

Please clarify recourse if OEM fails.

As per tender condition further SI to delvier and

maintain SLA.

13 1.3

Project Structuring:

As per the details given under this

clause, the Packages B, C & D cover

31 Districts of TN. However, in

Package-A, this clause mentions the

number of districts as 37.

Please clarify whether the total number of districts

would be 31 or 37. Accordingly provide the list of

districts covered in each package.

Please refer corrigendum

21 & 952.17 &

4.23

2.17 Period of Validity of Bids:

The price quoted shall be kept valid

for a period of 90 days from the date

of opening of the Tender...

4.23 Price BID Format (Form P1 -

Financial Bid Letter):

All the prices mentioned in our Bid are

in accordance with the terms &

conditions as specified in the Tender

document. The validity of bid is 180

days from the date of opening of

the tender.

Kindly clarify whether the Bid Validity required is

for 90 days or 180 days.

Bid Validity as per TTACT- initially 90 days

extendable to 180 days.

21 2.16

2.16 Security Deposit

The successful bidder is required to

furnish unconditional, Irrevocable

Bank Guarantee for 5% of the value

of the work order as a guarantee for

the performance of the contract within

ten days of issue of Letter of

Acceptance.

Validity of BG: Should be valid for

180 days beyond 8 years from the

date of signing the contract by the

successful bidder. The BG shall be

released after 180 days of expiry of

the contract...

We request you to consider submission of BG

equivalent to 5% of CAPEX Value initially valid till

project go-live. Upon project go-live, this BG shall

be returned to us against submission of BG

equivalent to 5% of OPEX Value by us valid till

180 days beyond O&M Period of 7 Years. This is

the normal industry practice.

Please refer corrigendum

Page 28: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

24 & 105

2.29 and Sl.

No. 6 of

Instructions to

fill financial bid

Financial Evaluation:

.... The total cost “Z” will be divided in

to two parts. Part I, which is the 67%

of the total cost will be paid during

implementation period and 33% of the

total cost will be paid for O&M period

of 7 years...

Instructions to fill the Financial

Bid:

The O&M value quoted should be

minimum 5% of Sub total cost of

Table-A value in column of O&M table

per year. If quoted less than 5%, the

financial bid of such bidder shall not

be considered.

As per our understanding, 5% of Capex Value as

O&M cost per year for a period of 7 Years

actually works-out to 26% of Grand Total Cost of

Z, instead of 33% mentioned by you. Please

clarify whether our understanding is in order.

Illustrative example is as under:

If CAPEX is 100, then per year OPEX will be 5.

Total OPEX for 7 years will be = 35 (i.e. 7*5),

hence Grand Total (Z) will be 100+35 = 135. In

this scenario, the CAPEX percentage wil work-out

to ≈ 74% (100/135) & OPEX percentage will work-

out to ≈ 26% (35/135).

Accordingly, we request you to pay 74% of the

total cost during implementation period and 26%

of the total cost during O&M period of 7 Years.

Please refer corrigendum

50 3.28

O&M Payment Terms

During the O&M period of the 7 years,

33% of the total cost for the

maintenance period will be paid every

quarter subject to the SLAs as below

First year after Go-Live - 4%

Second year after Go-Live - 4%

Third year after Go-Live - 4.5%

Fourth year after Go-Live - 4.5%

Fifth year after Go-Live - 5%

Sixth year after Go-Live - 5.5%

Seventh year after Go-Live - 5.5%

As per our Query Sl. No. 9 above, we request

you to pay the 26% of the total cost of the project,

as O&M cost for 7 Years, in equal installments

on Quarterly basis.

Please refer corrigendum

The MSI/SI shall perform the

Services and comply in all respects

with the critical dates and the parties

hereby agree that failure on part of

the MSI/SI to meet the critical dates

without prejudice to any other rights

that the Purchaser have, may lead to

the imposition of such obligations as

are laid down in the Delay and

Deterrent Mechanism and/or levy of

penalty as set and/or termination of

the Contract at the discretion of the

Purchaser.

The MSI/SI shall perform the Services and

comply in all respects with the critical dates and

the parties hereby agree that failure on part of the

MSI/SI for reasons solely and directly

attributable to them to meet the critical dates

without prejudice to any other rights that the

Purchaser have, may lead to the imposition of

such obligations as are laid down in the Delay and

Deterrent Mechanism and/or levy of penalty as

set in the Contract at the discretion of the

Purchaser.

Please refer corrigendum

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

Penalty shall be capped to maximum 10% of total

cost of Work (excluding O&M cost) including

other penalties if any.

Please refer corrigendum

The Purchaser may without prejudice

to its right to effect recovery by any

other method, deduct the amount of

penalties from any amount belonging

to the MSI/SI in its hands (which

includes the Purchaser’s right to

claim such amount against MSI/SI s’

Bank Guarantee) or which may

become due to the MSI/SI. Any such

recovery or penalties shall not in any

way relieve the MSI/SI from any of its

obligations to complete the Works or

from any other obligations and

liabilities under the Contract

In case the MSI/SI misses the laid down

deliverables schedule, Penalties shall be

calculated for each missed milestone as per the

penalty clause applicable for the missed

milestone. The penalty due shall not be imposed

at each individual milestone. Penalty amount due

to the missed milestones shall be imposed only

once at the time of Project Go-Live for all the

missed milestones. However, in case the MSI

completes the Go- Live deliverables by 360 days,

the penalties accumulated till then shall not be

imposed.

Please refer corrigendum

Page 29: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Payment Terms (as per RFP for

Survey, Supply & Services only).

Milestone, Completion of Survey Survey 80%,

Against Delivery of Materials Supply 60%,

Establishment of end-to-end fibre link &

Commissioning of GPs Survey 10%, Supply

20% Service 80%, Project Go-live Survey -

10%, Supply 10%, Service-10%, After

submission of O&M BG Supply 10%, Service

10%, In O&M Payment terms, no change has

been requested for.

Please refer corrigendum

…Thus, network shall have multiple

segments connecting all devices

across the State on Optical Fibre

backbone. The average number of

PoPs in a segment is 50 numbers.

The details of such units with the GIS

coordinates of the PoPs and the Sub

stations shall be shared to the

SI/MSI after providing LOA....

Desk Top Survey details & Reports (details of all

PoP locations including Substations, VPSC, etc.)

shall be shared with the MSI / SIs at this stage

(i.e tender stage) itself for proper assessment

and comprehensive bidding.

Tender Clause remains the same.

26

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

Package A: Sole Bidder or consortium should

have executed or should have any

ongoing contract works to the minimum value of

Rs. 135 Cr in NOC and MPLS equipment

commissioning in Telecom services in the last 3

financial years (FY 2016-17, FY 2017-18, FY

2018-19)

Package A: Sole Bidder or consortium should

have executed works to the minimum project

value of Rs. 120 Cr  in NOC or Command Centre

or Control room including Core & Edge switches

commissioning in Telecom/ IT  services/ ICT

projects in the last  7 financial years in Central

Govt/State Govt/PSU 

Please refer corrigendum

27

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

1. The Bidder must have experience in / must

have work order under execution

for commissioning at least 1500 Nos of IP-MPLS

Carrier grade Routers for Telecom Service

Providers, after 1st April 2016.

Refer Corrigendum

Page 30: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

28

2. The Bidder must have

the experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

The Bidder must have the experience in / must

have work order under execution

for implementing and maintaining Operations

Support System & Business Support System

(OSS & BSS) in two projects catering to

Telecommunication/Wireline/Cellular Network

service sectors in India after 1st April 2016.

Any member of the consortium/ OEM should

have an installed base of at least 200 IP-MPLS

technology based  Edge Routers/ Aggregation

Routers/Core Routers/L3 Switches, which should

be working satisfactorily for over one year in

Government Network environment and out of

these, a minimum of 100 IPMPLS technology

based Edge Routers/ Aggregation Routers/Core

Routers/L3 Switches should be deployed in India

in a single network preferably in Government/

telecom network, in the last 10 years from date of

release of RFP NIT.

The proposed OEM by the Bidder must have the

experience in implementing and maintaining

Operations Support System & Business Support

System (OSS & BSS) in two projects catering to

Telecommunication/Wireline/Cellular Network

service sectors in India or abroad after 1st April

2016 in last 7 years

Refer Corrigendum

43

3.19 Time

Schedule -

Package A

Establishment of NOC as per BoQ

and Scope of work. - T0+ 90 days

As you are aware Establishment of NOC requires

supply of various components from different

OEM's &Partners. It requires immense efforts to

coordinate and complete the Basic Functional

Infrastructure of entire NOC. Hence request you

to kindly amend the clause as "Establishment of

NOC as per BoQ and Scope of work. - T0+ 210

days"

Please refer corrigendum

43 3.19 Time Schedule - Package A

Penalty: Establishment of NOC as

per BoQ and Scope of work. - 1% of

the Capex cost of NOC for per week

of delay

Considering the coordination efforts involved in

establishing NOC, we request you to kindly

amend the clause as "Establishment of NOC as

per BoQ and Scope of work. - 0.1% of the Capex

cost of NOC for per week of delay"

Please refer corrigendum

48

3.21 Penalty

for Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

Kindly amend the maximum penalty cap

as "Penalty shall be capped to

maximum 20% 10% of total cost of Work

(excluding O&M cost) Value" as this is a

general industry practice.

Please refer corrigendum

Page 31: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

51

3.29 Package

A: Electronics

& NOC- MSI

1. Award of Work,

2. Mobilization Advance - Up to 10%

of cost of Project (excluding O&M

cost),

3. Installation and commissioning of

NOC - 50% of the Capex Value of the

NOC, 4. End-to-End connectivity of

completed segment of network with

set of Blocks, GPs and Pseudo GPs -

 90% of the work order value of the

commissioned segment, adjusted to

mobilisation advance (if any),

5. 1 month after commissioning of

entire network - Available 10%

deducted work order value of all

segments of connectivity & 50% of

Capex of the value of NOC & 50% of

Capex of the value of NOC

For NOC: Supply of Material  - 40% of the Capex

Value of the NOC on pro-rata basis

Installation and commissioning of NOC - 50% of

the Capex Value of the NOC 10% of Capex of the

value of NOC upon Go Live"

For End-to-End connectivity of completed

Segment of network with set of Blocks, GPs and

Pseudo GPs:

Supply of Material  - 40% of the Capex Value of

the Supplied Material on pro-rata basis

Installation and commissioning  - 50% of the

Capex Value of the of the commissioned

segment on pro-rata basis, adjusted to

mobilisation advance (if any)

Final Go-live - 10% of Capex of the value of the

commissioned segment

Please refer corrigendum

11

Section I -

Tender

Schedule

1.Tender

Schedule

Sr.No 12 EMD

Rs.5.5 Cr

Mode of Payment: RTGS

It is a standard procedure with all

Government/Semi Government/ Private entities in

India to allow submission of EMD in the form of

Bank Guarantee/DD/RTGS. We request

tendering authority to kindly consider submission

in form of Bank Guarantee also issued from any

Nationalized Bank for a suitable period (e.g. 120

days or 150 Days validity from the date of bid

subsmission). As a matter of reference, BBNL

also accept the EMD in the form of Bank

Guarantee

Please accept and confirm also provide the

Bank Guarantee format towards EMD.

Please refer corrigendum

11

SECTION I -

Tender

Schedule

1.Tender

Schedule

Sr.No 20

Clarification

end date and

time

Clarification end date and time

before 48 hours of the opening of

the tender

It is a standard procedure with all Govt./Semi

Govt./ Private entities in India to allow

clarifications submission for consideration within 2

-3 days of pre-bid meeting for consideration by

TIA. The same with enable TIA to finalise the

addendums/ correigendum after due

consideration. Allowing clarifications till 2 days

prior to opening of tender shall lead to

unneccessary delay / postponement of Tender.

Kindly consider clarification submission end date

not more than 21 days prior to tender opening

date. Please accept and confirm.

Tender clause remains the same

13

SECTION - I

Tender

Schedule

1.3 Project

Structuring

Bidders shall participate in more than

one package, eligibility of the bidders

will be considered accordingly on

aggregated manner.

In case, any bidder is eligible only for 1 package

but participating in more than 1 package then

what will be the evaluation criteria by TANFINET

for such bidders.?

Please refer corrigendum

Page 32: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20

2. SECTION-II

GENERAL

INSTRUCTIO

NS TO THE

BIDDERS 2.15

Earnest Money

Deposit (EMD)

The EMD amount shall be transferred

online using payment gateway as

mentioned under Section I, as part of

its bid submission.The EMD amount

of the unsuccessful Bidders will be

returned after award of the contract to

the successful Bidder. The EMD

amount held will not earn any interest

thereof.

The EMD of successful Bidders will

be retained as part of security

deposit. Alternately, EMD will be

refunded to them upon their

submitting the Security Deposit and

execution of contract with the

Purchaser.

It is a standard procedure with all

Government/Semi Government/ Private entities in

India to allow submission of EMD in the form of

Bank Guarantee/DD/RTGS. We request

tendering authority to kindly consider submission

in form of Bank Guarantee also issued from any

Nationalized Bank for a suitable period (e.g. 120

days or 150 Days validity from the date of bid

subsmission). As a matter of reference, BBNL

also accept the EMD in the form of Bank

Guarantee

Please accept and confirm also provide the Bank

Guarantee format towards EMD.

Please refer corrigendum

21

2. SECTION-II

GENERAL

INSTRUCTIO

NS TO THE

BIDDERS 2.16

Security

Deposit

The successful bidder is required to

furnish unconditional, Irrevocable

Bank Guarantee for 5% of the value

of the work order as a guarantee for

the performance of the contract within

ten days of issue of Letter of

Acceptance.

We request to allow successful bidder to deposit

5% Performance Bank Guarantee for CAPEX PO

initially and bidder shall deposit separate BG for

O&M (5% of O&M value) phase before expiryof

warrnty and start of O&M phase. Tanfinet shall

release the BG for CAPAEX PO after submisison

of O&M BG. Please consider.

Tender Condition remains the same

24

2.29 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

Bidders quoting unrealistic cost of

items shall be rejected straightaway

by the Purchaser and EMD of such

bidder shall be forfeited. Any bid

found to have unsatisfactory

response in any of the eligibility

criteria as mentioned may be rejected

and shall not be considered for further

evaluation. Purchaser’s decision shall

be final and binding.

This clause is not clear. Please provide some

reference value for quote to avoid any confusion

at later stage.

Not possible to provide reference value, would be

identified later stage through market reference this

caluse will be invoked.

24

2.29 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

Evaluation and award of contract

would be done Package wise. The

cost quoted by the Bidders would be

compared package wise.

We understand that all 4 packages shall be

evaluated independantly and Purchaser shall not

compare the line item wise price quoted by

same/different bidder in one package with other

Package (s) by same/different bidder. Please

confirm.

Refer Corrigendum

24

2.29 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

If the overall L1 Bidder of a package

has quoted higher cost for certain line

items, then Purchaser shall negotiate

with the L1 bidder of that package to

match the lowest line items prices

quoted by other bidders within that

package. Purchaser shall also

negotiate for improvement in the

Scope and timeline.

As per the RFP/tender, total package cost shaIl

determine the lowest bidder. Therefore, it is not

correct to comapare line item wise price. Kindly

amend the clause accordingly.

Refer Corrigendum

25

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Please note that the project of such high

magitude required establised entity only. We

request thet Sole bidder and each of consortium

member should have at least 10 years of

operation in India as on bid submission date.

Please accept and confirm.

Please refer corrigendum

25

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

Note: Consortium is limited to 2

members including Lead Bidder.

With reference to timelines for execution and also

other state led model Bharat Net Phase -2

Tender's for SI/MSI scope. It is requested to

kindly allow 3 members including Lead Bidder in

consortium.

Please consider

Please refer corrigendum

Page 33: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 2

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

Please note that Consortium member is equally

responsible and liable for Tender obligations.

Therefore, we request to kindly accept and

confirm that turn over of lead bidder as well as

consortium member shall also be considered to

suffice this requirement.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package B: Rs. 204 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

Please note that restriction on experience

only for "Optical Fibe cable laying for

Telecom Infrastructure" is not correct. We

request to consider as follows:

Sole bidder or consortium should have executed

works to the minimum value mentioned below in

Optical Fibre cable project including supply and

laying for Telecom infrastructure in the last 3

financial years (FY 2016-17, FY 2017-18, FY

2018-19) as well as current financial year i.e.

2019-2020 as below

Package B: Rs. 204 Cr.

Supporting Documents Required :

1. Work order copy clearly mentioning the scope

and value of the work

2. Completion certificate from customer.

In case of large ongoing projects, Proportionate

Completion certificate /CA certificate specifying

completion.

Kindly consider.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package B: Rs. 204 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

We understand that this requirement can be meet

either by sole bidder or jointly by bidder along with

consortium partner. Please confirm.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package B: Rs. 204 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

If in case, any company (A) has executed similar

work in past under consortium with other

company (B) then such company (A or B) is also

eligible to participate in this tender. Please

confirm.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 4

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

Supporting Documents Required :

Work order and completion certificate

from customer.

Please understand that 5000 Kms OFC cable

laying experience is very high & shall limit/favor to

select few, which in turn restructing competition.

In order to ensure fair and competitive bidding,

we request to please consider 3000 Kms instead

of 5000 Kms.

Please refer corrigendum

Page 34: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

In case of bidding for multiple

packages where the turnover is less

than the aggregate specified, the

minimum value package shall be

excluded.

Please provide the value of each package to

avoid any confusion at later stage.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

In case a bidder is bidding for multiple

packages, the minimum turnover

requirement will be the aggregate of

the turnover specified. As regards

other requirements in the table, it

would suffice if the requirements for

one package (package B, C, D) are

met.

In case of bidding for multiple

packages where the turnover is less

than the aggregate specified, the

minimum value package shall be

excluded.

1. If In case, any bidder is participating in 1

package as lead bidder/consortium member then

such bidder is allowed to particpate in other

package as lead bidder/consortium member.

Please clarify.

2. If In case, any bidder is participating in 1

package as lead bidder/consortium member then

such bidder is allowed to work as OEM (not lead

member/consortium member) to other bidders in

same package. Please clarify.

3. If In case, any bidder is participating in 1

package as lead bidder / consortium member

then such bidder is allowed to particpate as OEM

(not as lead bidder/consortium member) to other

bidder in other package. Please clarify.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

The Sole Bidder or any of the

Consortium members should not

have been blacklisted/debarred by

any Governmental/Non-Governmental

Organisation in India as on bid

submission date.

We understand that this clause is applicable only

for Sole Bidder / any of the consortium member

and not applicable for OEM's.

Kindly confirm.

Please refer corrigendum

40

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.NO 3.17

Warranty

Please understand that during warranty period

there will be cost for Fibre damage due to Third

Party Damage/ Civil Authorities/ Landslide/Flood

etc. These damages are not on account of

Vendor and cost of such repairs should be borne

by Purchaser.

Kindly accept and confirm.

Tender clasue remains the same

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

Submission of survey report,

Monthly Progress report

1. Please provide format of Survey report.

2. Please provide format of Monthly Progress

report.

All format related to survey will be provided to

successful bidder during implementation

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of 10% GPs

of the Package as per the prescribed

schedule

As per the defination of End-to-End connectivity

(Page no. 34 of RFP), it is also linked with

integration of MPLS router at GP with State and

BBNL NOC, which is not correct as NOC is in

separate Package i.e. A. Therefore, End-to-End

connectivity of this package shall not be linked

with the performance of successful bidder of

Package A. We request to consider the meaning

of End-to-End connectivity is visibility of GP in

EMS. Kindly confirm the same.

Tender clause remains the same.

Page 35: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of 10% GPs

of the Package as per the prescribed

schedule

We understand that bidder may choose any 10%

GP from complete package irrespective of

particular District/Block. As it is not pratically

possible to complete 10% GP in each block every

month as all blocks can not be opened for

executoin simultaneously. Please accept and

confirm.

No, a detail plan will be provided to successful bidder

by Project Management unit of TANFINET.

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End to End integration to NOC with

Successful test completed report

In case of any delay in installation and

commissioning of NOC (which is in scope of

Package A), PIA of this package shall not be

penalized and Purchaser shall release the

payment based on the completion of work by PIA

in this Package. Please accept and confirm.

End to End integration includes integration of

equipment to NOC.

45

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of GPs of

100% GPs of the Package as per the

prescribed schedule

Please understand that total project completion

time mentioned as 330 days from the date of

award of Work. This is too less, we request that

Project timelines shall be 15 months from the

date of Purchase Order. Kindly consider and

confirm.

Please refer corrigendum

46

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

MSI/SI shall start end to end

connectivity of GPs in those

Segments for which the site survey

has been conducted and approved by

Purchaser. Meanwhile the MSI/SI

shall also continue to do the site

survey for the remaining GPs. Hence,

the site survey and commissioning of

network at GPs shall go

simultaneously. For example: MSI/SI

can submit the survey report of 10

Segments for the approval by

Purchaser and can start

implementing the required work and

can continue the site survey for other

sites and start delivery &

implementation of the approved sites.

But the survey of whole package

should be completed within three

months.

1. Please confirm what shall be the process of

intimation of approval of site survey by

Purchaser?

2. Please confirm whether any district wise Firm

Work Order shall be issued by Purchaser after

approval of Survey approval?

3. Please confirm timelines of survey approval

after submission of Survey reports by MSi/SI.

4. Please confirm the list of officials to whom

successful bidder need to submit the survey

report.

Detail plan will be provided to successful bidder on

signing the agreement and period meeting with

Project management unit on implementation plan and

progress will be conducted

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

The maximum penalty is stated as capped at

20%. This is very high compared to the standard

cap in any project of similar type, which is 10%. It

is requested that maximum penalty due to delay

may be capped at 10%.

Please accept and confirm.

Please refer corrigendum

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

Penalty should be only on execution cost and not

on supply cost. Please accept and confirm.

Please refer corrigendum

Page 36: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

We understand that Penalty is levied only on

basic value and not on Taxes and other levies like

GST, transportation etc. Please accept and

confirm.

Refer Corrigendum

47

SECTION III

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

In case of any delay, which is beyond the control

of successful bidder like hinderance etc, there

shall not be any penalty, provided such bidder

timely initimate the such delay to Purchaser in

writing. It will help to avoid litigation etc. Please

accept and confirm.

Will be taken case to case basis depends on the

approval from committee

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.22

Prices

If at any time, during the period of

contract, the MSI/SI offers identical

services/products to any other Govt.

Department/ Organization at prices

lower than those chargeable under

this contract, he shall notify the same

to the purchaser and extend such

reduced prices to the purchaser with

immediate effect.

As per standard Government guidelines, Prices

are fixed during validity of contract However, Fall

clause is applicable only during the extension of

delivery schedule.

Please accept and confirm.

Tender clause remains the same

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.23

Changes

Orders/Alterati

on/Variation

Change Orders/Alteration/Variation

1. In case of any quantity revision (upward) during

survey then the same shall be acceptable to

Purchaser?

2. What is the maximum limit for accepting the

quantity variation (upwards), if any after survey?

3. Any quantity variation (upwards/downwards)

after survey shall be accepted and considered for

payment by Purchaser. Please confirm.

4. What is the procedure/guideline for accepting

the quantity variation (upwards) after survey, if

any?

As per TTACT upto 25% upward or downward

revision is allowed

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

Copy of Site survey Report, BoQ and

issue of revised work order value duly

approved by TPA and accepted by

Purchaser

We understand that revised work order shall be

issued post completion and approval of survey

and work can only be start post approval of

survey only. It means that work can only be

commenced post 100% survey and issuance of

revised firm work order only. Please confirm.

Overall survey to be completed within 3 months.

However SI can complete the survey in parts and

start the implementation activitiy on approval and

WO

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

Copy of Site survey Report, BoQ and

issue of revised work order value duly

approved by TPA and accepted by

Purchaser

1. We understand that ROW chanrges shall be

paid directly by Purchaser. Please confirm.

2. We understand that cost of DCN, Media and

OCLAN, if required is responsibility of Purchaser.

Please confirm.

All activities regard to site survey and RoW will be

under the responsibility of SI. Purchaser will not pay

any charges for ROW.

Page 37: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

Copy of Site survey Report, BoQ and

issue of revised work order value duly

approved by TPA and accepted by

Purchaser

It is normal procedure that actual work may differ

from survey then what is the procedure for

approval of actual SOR after initial survey

approval and issuance of revised firm work order

?

TPA will approve the survey accordingly inssuance

of WO will be provided for the segment of survey

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

90% of the work order value of the

commissioned segment adjusted to

mobilisation advance (if any)

1. Please provide the list of GP / location as per

scope in the RFP.

2. If in case, all GP are not commissined in

particular block due to any reason (which is not

attributable to successful bidder) then whether

Purchaser shall release the payment of

commissioned GP's or not?

3. Please confirm that payment shall be released

by Purchaser irrespective of set of commissioned

GP's (location) with block.

1. Will share the list of GPs.

2& 3: Tender clause remains the same.

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

90% of the work order value of the

commissioned segment adjusted to

mobilisation advance (if any)

Do we need to raise the bill for 90% amount

(means GST shall be levied on 90% claimed

amount) or we need to raise bill of entire 100%

amount after levying the GST on 100% invoice

value? Please clarify and confirm.

90 % of work order value accordingly tax will be

levied on 90% amount

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

90% of the work order value of the

commissioned segment adjusted to

mobilisation advance (if any)

The Work is to be carried out in Tamil Nadu State

and it might be possible that bidder company is

submitting the bid from out of Tamil Nadu state.

In this case, is it allowed to submit the Invoice by

such bidder company from Out of Tamil Nadu

State or such bidder company need to raise

Invoice only from Tamil Nadu State. Please clarify

and confirm.

SI/MSI business operation related to billing can be

outside Tamil Nadu

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

90% of the work order value of the

commissioned segment adjusted to

mobilisation advance (if any)

1. Who shall arrange the warehouse for arranging

the material?

2. Done Tanfinet allow/facilitate successful bidder

to get GST registration for movement of matetial.

3. Whether TANFINET shall issue E-Way bill for

movement of material.?

TANFINET will not be responsible for material

movement and mangement, MSI/SI need to manage

the required activities for delivery of equipment at all

locations.

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

1. SLA

report duly certified by

TPA/Purchaser

2. Go-Live certificate by TPA, as

accepted by Purchaser

1. Go-Live shall not be linked with NOC as NOC

is not in scope of this package.

2. In case, any delay in establishment of NOC

then payment of successful bidder of this

pacakge shall not be impacted. Please confirm.

As the integration of the nodes ( GP and Block) is

defined as Golive. NOC Go live is mandatory.

Responsibility of NOC Golive remains with MSI.

Page 38: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

51

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

Go- Live is the date declared by the

Purchaser after successful

commissioning of 100% PoPs by the

MSI/SI.

Go- Live shall be the date of commissioning of

100% PoPs in particular Block by the MSI/SI.

Please accept and confirm.

Tender calsue remains the same.

55

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.43

Conditions

during

implementation

period

The MSI/SI shall undertake

implementation immediately after the

issue of work order.

As per Tender, MSI/SI can start work only after

approval of survey. Please amend this clause

accordingly.

Please refer corrigendum

61

SECTION III.

3.56 Service

Level

Agreement &

Targets

Network Availabilty at Block Nodes

(UG & Aerial)

The Monthly Target needs to be amended to >

95% (No Penalty) instead of > 99.5% due to

various factors not attributed in Package B SI

scope, < 90% with additional 1% penalty on

account of each reduction in uptime.

Kindly consider & please confirm.

Please refer corrigendum

61

SECTION III.

3.56 Service

Level

Agreement &

Targets

All segments of connectivity

Network latency / Jitter (Core to

Access)

Please confirm, if applicable on SI scope as

defined in Package B

For both SI anad MSI

61

SECTION III.

3.56 Service

Level

Agreement &

Targets

All segments of connectivity

Network latency / Jitter (Core to

Access) - Upto 40ms (No Penalty) &

More than 40ms (0.5% penalty on

account of each 5ms additional

latency)

We request for removal of this clause since it is

applicable on Active SCOPE (Package A)

40 ms end to end testing

76

Section IV -

Bid Submission

Formats 4.

TECHNICAL

BID FORMAT

4.8. Form 8 -

ISO

Certification &

TL 9000

Certification

Valid ISO Certificate ISO 9001:2008 /

ISO 9001:2015 & TL 9000 should be

submitted

We undestand that either bidder or consortium

member shall have the valid ISO

certificate.Please confirm.

Yes any of the member should provide ISO

certification

84

SECTION IV

S.No 4.15

Form-16

MAF/OFC

OEM

Manufacturer’s Authorization Format

(MAF) /OFC OEM

Kindly Clarify that bidder can submit MAF from

more than 1 OEM for any particular SOR item or

only 1 OEM per SOR item is allowed?

Bidders can submit 1 MAF per 1 SOR item

117

SECTION V.

SCOPE OF

WORK g)

Helpdesk

Helpdesk should have minimum 8-

member team which shall have 2

members form each package.

Depends on the bidder selection

MSI/SI should provide manpower

accordingly.

Helpdesk should have minimum 8-member team

which shall have 2 members form each package.

Depends on the bidder selection The Sole

bidder/Lead bidder/Any member of

Consortium should provide manpower

accordingly. Please confirm.

During implementation depends on the slection of SI

the members will be deployed at Helpdesk .

Members

118

SECTION V.

SCOPE OF

WORK h)

Helpdesk

Manpower

The MSI/SI shall deploy adequate

manpower as required for managing

all the sites to meet the SLAs as per

the criteria mentioned in the tender

document.

Kindly Clarify

The Sole bidder/Lead bidder/Any member of

Consortium deploy adequate manpower as

required for managing all the sites to meet the

SLAs as per the criteria mentioned in the tender

document.

Manpower depolyment can be from sole bidder or

any member of consortium, however responsibility

lies with Lead bidder of Consortium.

Page 39: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

118

SECTION V.

SCOPE OF

WORK h)

Helpdesk

Manpower

Minimum 8-member team (Program

Manager, Fibre Technician, Network

Engineer, Assistant, Splicer, Project

Manager at Block level coordination,

GIS Expert and MIS Expert ect.)

Kindly Clarify

The team member should be The Sole

bidder/Lead bidder/Any member of

Consortium.

Manpower depolyment can be from sole bidder or

any member of consortium, however responsibility

lies with Lead bidder of Consortium.

119

SECTION V.

SCOPE OF

WORK 5.7

Indicative NOC

Manpower

MSI shall provide indicative

manpower for NOC and Helpdesk

management. The manpower would

be utilised during the operation and

maintenance phase of network

management.

MSI/SI/Any member of Consortium shall

provide indicative manpower for NOC and

Helpdesk management. The manpower would be

utilised during the operation and maintenance

phase of network management.

Kindly Clarify

MSI to provide manpower for NOC operation and

Helpdesk. Overall NOC operation and maintance is

handled by MSI, thus resources can be from MSI and

their consortium from SI is not required.

132

SECTION V.

SCOPE OF

WORK 5.9

Acceptance

testing

Purchaser will select a Third-Party

Agency (TPA) for monitoring of the

implementation of projects on various

Parameters. TPA shall verify and

certify the quality as well as quantity

of the of work done for material,

OTDR Testing, End to End Testing,

checks and review of trenching,

installation of OFC /Duct, refilling of

trench, splicing etc. for all 100% sites.

Please clarify:

1. Who will be TPA and when such TPA shall

made availabe by Purchaser?

2. Who shall bear the cost of TPA?

3. Any AT schedule defined by Tanfinet

TPA selection by TANFINET under process. TPA will

be on boarded along with SI/ MSI selection

133

SECTION V.

SCOPE OF

WORK 5.10

Quality

Assurance and

testing

The QA test schedule shall be issued

by Purchaser. There shall be stages

of testing as required.

1. What is the timelines for issuance of QA test

Schedule?

2. Who shall carry out the bulk QA testing at

OEM factory?

3. Who shall bear the cost of testing charges by

QA testing agency?

Kindly Clarify

1. The QA testing schedule is planned to happen as

immediately as the each step of project completion,

to ensure that the rollout happens seemless

2. TPA will carry the QA testing

3. TPA bears the cost of testing charges & TPA will

be appointed by the Purchaser i.e., TANFINET

143

SECTION V.

SCOPE OF

WORK 5.18.1

UPS and

Battery

Maintenance

All UPS shall be from a single vendor

with the EMS

UPS & EMS required from same OEM.

Kindly clarify

Further it is advisable to have multiple OEM's for

UPS & Batteries in order to ensure SLA timelines

are met.

Kindly amend the same. UPS and batteries shall be from different OEMs

148

5.19 O&M of

Optical Fibre

Infrastructure

(SI)

PIA shall obtain necessary Right of

Way (RoW) from State/Central

agencies whichever applicable.

TANFINET shall facilitate the PIA in

obtaining the same. The cost incurred

in obtaining RoW shall be reimbursed

on actuals on giving

necessary/relevant documents.

Please clarify -

1. Will TANFINET facilitate RoW clearance's with

NHAI, HSVP, PWD nodal agencies and bear the

costs directly?

2. Railways RoW is a major issue, request

TANFINET to clear the same.

3. NGT (Forest) RoW also requesting TANFINET

to clear the same.

4. Please confirm that ROW charges for all

applicable authorieties will be borne by

TANFINET

5. Please confirm that it is TANFINET

responsibility to get necesarry ROW approvals

from all relavent auhtorities.

6. Please note that RoW shall be applied on letter

head of TANFINET and demand note shall be

issued by concerned authorities in name of

TANFINET. Therefore, RoW payment shall be

made directly by TANFINET. However, SI shall

support in this process.

Please confirm.

TANFINET will facilitate State ROW approvals

48

ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.

TECHNICAL SPECIFICATION -

PACKAGE B, C & D

We undestand that either bidder shall quote the

product with valid TSEC as on date of bid

submission or have applied for TSEC in BSNL

QA against the said GR. However, such bidder

shall submit the TSEC at the time of acceptance

of APO to Purchaser. Please confirm.

Refer Corrigendum

Page 40: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

81 4.13. Form 13Form 13 - Undertaking on OFC

laying capability

Please arrange to calrify the basis and effect of

this requirement on evaluation process.

OFC undertaking will be part of technical evaluation

39 3.17 A comprehensive on-site warranty

and Operations & Maintenance on all

goods supplied under this contract

shall be provided by the respective

Original Equipment Manufacturer

(OEM) through MSI/SI till the Go-Live.

The penalties for the SLA during the

warranty period shall be recovered by

the 10% withhold value

The clause does not clearly represent the

obligation of OEM & SI against warranty clause.

The Clause may be suitably amended as under:

A standard on-site warranty and Operations &

Maintenance on all goods supplied under this

contract shall be provided by the respective

Original Equipment Manufacturer (OEM) through

MSI/SI till the Go-Live while MSI shall be

responsible for providing comprehensive on-site

and Operations & Maintenance on all goods.

Further, MSI shall commence O&M services once

End-to-End Connectivity in a Segment of GPs is

achieved. MSI will be paid on pro-rata basis

during the period of such O&M prior to the Go-

Live. Please confirm.

Tender calsue remains the same.

39-40 3.14 Indemnity

a) The MSI/SI shall indemnify and

defend Purchaser and its

representatives & employees and

hold Purchaser, its representatives,

employees harmless from

b) Damages and losses caused by its

negligent or intentional act or

omission or any damages and losses

caused by the negligent act of any

third party or agency engaged by the

MSI/SI;

c) Damages and losses resulting

from the non-compliance with the

established obligations; Third Party

claim against Purchaser or its

nominated agency that any

Deliverables/Services/Equipment

provided by the MSI/SI infringes a

copyright, trade secret, patents or

other intellectual property rights of

any third party in which case the

MSI/SI shall defend such claim at its

expense and shall pay any costs or

damages that may be finally awarded

against Purchaser or its nominated

agency. d) If any

Deliverable is or likely to be held to be

infringing, the MSI/SI shall at its

expense and option either (i) procure

the right for Purchaser to continue

using it, or (ii) replace it with a non-

infringing equivalent, or (iii) modify it

to make it non-infringing.

e) Any environmental damages

caused by it and/or its

representatives or employees or

employees of any third party or

agency engaged by the MSI/SI

f) Breach (either directly by it or

Such indemnity clause should be mutual so we

propose to include "a) The Purchaser shall

indemnify and defend MSI/SI and its

representatives & employees and hold MSI/SI, its

representatives, employees harmless from

b) Damages and losses caused by its negligent

or intentional act or omission or any damages

and losses caused by the negligent act of any

third party or agency engaged by the Purchaser;

c) Damages and losses resulting from the non-

compliance with the established obligations; Third

Party claim against MSI/SI or its nominated

agency that any Deliverables/Services/Equipment

provided by the Purchaser infringes a copyright,

trade secret, patents or other intellectual property

rights of any third party in which case the

Purchaser shall defend such claim at its expense

and shall pay any costs or damages that may be

finally awarded against/SI or its nominated

agency.

d) Any environmental damages caused by it

and/or its representatives or employees or

employees of any third party or agency engaged

by the Purchaser

e) Breach (either directly by it or through its

representatives and/or employees) of any

representation and guarantee declared herein by

it."

Tender clause remains the same

28 2.34 Additional Clause: General Rejection

criteria

Since Earnest Money is the foremost criteria for a

bidder to participate in the bid, this clause must

be added in rejection criteria.

39

Section III -

General

Conditions of

the Contract

and Service

Level

Agreement.

Clause no

3..9.11.C

All the licenses under this contract

should be in the name of the

purchaser.

Please note that license is normally issued in the

name of applicant. Threfore, kindly confirm that

Purchase shall apply for issuance of Licences as

and when required.

SI/ MSI to facilitate in getting necessary lisences to

TANFINET based on requirement

Page 41: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

39.0 3.9.11(b) All the OEMs that Bidder proposes

should have Dealer possession

licenses

This clause is irrelevant for Package -B,C &D.

Still perpetual licenses are cost effective & bear

one time cost. There will be no additional cost of

upgrades in the software. This clause may,

therefore, be amended as "The software

licenses, if required as per the terms of the

tender and proposed by the MSI/SI should be

perpetual software licenses. The software

licenses shall not be restricted based on location

within India". Please confirm.

The clause is for Package A, MSI.

39

Section III -

General

Conditions of

the Contract

and Service

Level

Agreement.

Clause no

3..9.11.B

All the OEMs that Bidder proposes

should have Dealer possession

licenses

1. This clause is not applicable as Dealer

possession licenses (DPL) is applicable for

Import of Radio/RF equipments. Please accept.

2. Please clarify that Dealer possession licenses

is required for which SOR item.

Refer Corrigendum

54 3.33 Any dispute or difference whatsoever

arising between the parties to the

Contract, out of or relating to the

construction, meaning, scope,

operation or effect of the Contract or

validity of the breach thereof, which

cannot be resolved through amicable

formal negotiation process, shall be

referred to a sole Arbitrator to be

appointed by the Managing Director,

TANFINET. The Arbitration shall be

held in Chennai, India and the

language shall be English only.

In the interest of justice we request that the

dispute/ differences be referred to a Tribunal of

three (3) Arbitrators, constituted as per the terms

of and under the (Indian) Arbitration and

Conciliation Act, 1996. Each party to the contract

shall appoint/ nominate one Arbitrator each, the

two Arbitrators so appointed/ nominated by the

Parties herein shall together choose the third

Arbitrator, who shall be the Presiding Arbitrator of

the Tribunal. The consortium of the three

Arbitrators shall form the Arbitral Tribunal.

In case, a party fails to appoint an arbitrator within

30 days from the receipt of the request to do so

by the other party or the two Arbitrators so

appointed fail to agree on the appointment of third

Arbitrator within 30 days from the date of their

appointment, competent Court shall appoint the

arbitrator/Presiding Arbitrator upon request of one

of the parties. Please confirm.

Tender clasue remains the same

Page 42: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

53 3.33 Arbitration

Any dispute or difference whatsoever

arising between the parties to the

Contract, out of or relating to the

construction, meaning, scope,

operation or effect of the Contract or

validity of the breach thereof, which

cannot be resolved through amicable

formal negotiation process, shall be

referred to a sole Arbitrator to be

appointed by the Managing

Director, TANFINET. The Arbitration

shall be held in Chennai, India and the

language shall be English only.

It is a term of the contract that the

party invoking arbitration shall specify

all disputes to be referred to

arbitration at the time of invocation of

arbitration and not thereafter.

It is also a term of the contract that

neither party to the contract shall be

entitled to seek interest and the

arbitrator should not grant interest.

The Arbitral Tribunal shall give

reasoned award and the same shall

be final, conclusive and binding on the

parties.

The venue of the arbitration shall be

the Chennai and the language

English.

The fees of the arbitrator and

expenses incidental to the arbitration

proceedings shall be borne equally by

the parties.

Subject to as aforesaid, the

provisions of the Arbitration and

Conciliation Act 1996 and any

statutory modifications or re-

enactment in lieu thereof shall apply

to the arbitration proceedings under

We hereby propose to have three arbitrators

panel (One arbitrator to be appointed by

Purchaser and other by System Integrator. The

presiding arbitrator shall be appointed by two

earlier nominated arbitrators) and in place of Sole

Arbitrator. Kindly arrange to confirm.

Tender clasue remains the same

54 3.34Arbitrator shall be appointed by the

Managing Director, TANFINET.

The Arbitrator shall be appointed mutually by the

parties to the arbitration dispute. This mutual

agreement to appoint one/three arbitrators is a

right imposed by judicial precedents and no one

party shall have the right to appoint the arbitrator.

Tender clause remains the same

55 3.38 Conflict of InterestPlease specify what shall constitute a conflict of

interest in terms of this Contract.For successful bidder details will be provide during

contract agreement with TANFINET

54

3.36 Limitation

of the MSI/SI’s

Liability

towards the

Purchaser

Except in case of gross negligence or

wilful misconduct on the part of the

MSI/SI or on the part of any person or

company acting on behalf of the

MSI/SI in carrying out the Services,

the MSI/SI, with respect to damage

caused by the MSI/SI to Purchaser

resulting in bodily injury, death or

damage to physical property with

respect to all claims arising under this

Contract, shall in aggregate not be

liable to purchaser

i. For any indirect or consequential

loss or damage; and

ii. For any direct loss or damage that

exceeds the total payments payable

under this contract to the MSI/SI

hereunder.

This limitation of liability shall not

affect the MSI/SI liability, if any, for

direct damage to Third Parties

resulting in bodily injury, death or

damage to physical property caused

by the MSI/SI or any person or

firm/company acting on behalf of the

MSI/SI in carrying out the Services.

Notwithstanding anything stated to

the contrary in the tender.

We propose "a) Notwithstanding anything

contained to the contrary, the total aggregate

liability of the Contractor for any causes based on

contract, warranty, indemnification, tort, strict

liability, or in relation to any third party claim,

including but not limited to claims by sub-

contractors, vendors, suppliers, service providers

or in connection thereof, or any other cause of

action or claim whatsoever shall not exceed not

exceed 10% of the total Contract Price. For the

avoidance of doubt, this limitation of liability

includes any sums paid to the Owner by way of

liquidated damages pursuant to the Contract.

b) The Contractor shall not be liable to Client,

whether in contract, tort, or otherwise, for any

indirect or consequential loss or damage, loss of

use, loss of production, or loss of profits or

interest costs, loss of revenue, interruption of

operations, cost of capital, loss of power, cost of

purchased or replacement power, and loss of

information and data, and damages based on the

Client's third party contracts, and

c) Any and all liability in respect of Services,

whether under the law of contract, tort or

otherwise of Contractor under this Contract shall

cease with the expiry of the Warranty / Guarantee

period and / or Defect Liability Period."

Tender clause remains the same

Page 43: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

60 3.57 Exclusions: Additional Points Following points should be added to exclusion to

safeguard the interest of the bidder during

execution of the project i)Theft and damage

related cases by default would be considered as

beyond the control of MSI ii) Power shut down

beyond UPS capacity would be considered as

beyond the control of MSI.

iii) Force Majeure includes damages of items

due to vandalism or due to events such as such

as earthquake, fire, natural calamities, war, act of

God.

iv) Any downtime due to dependency on third

Parties of Purchaser and SI of other Packages

will be considered beyond the control of MSI..

Tender calsue remains the same.

28 2.35 If any Bidder withdraws his bid, at any

stage after the submission of the bid,

till the final evaluation or declaration

of the final selected Bidder, it will be

declared a defaulting Bidder and EMD

of such defaulting Bidder will be

forfeited and Purchaser reserves right

to blacklist such Bidders for next 3

years from participating in any tender

Since any action pertaining to the bid submitted

by the bidder can be taken only during the period

the bid is valid, this clause may be amended

suitably.

Tender clause remains the same

2Important

Notice

In case of any conflict between the

terms and conditions in the tender

document and the Tamil Nadu

Transparency in Tenders Act, 1998

and The Tamil Nadu Transparency in

Tender Rules, 2000, the Act and

Rules shall prevail.

Please provide us the copy of Tamil Nadu

Transparency Tenders Act, 1998 and Tamil Nadu

Transparency in Tender Rules, 2000 along with

amendments, if any.

It is available in public domain

53 3.32

In case of default, the Purchase shall

invoke the Bank Guarantee and other

Guarantees furnished by the MSI/SI,

recover such other costs/losses and

other amounts from the MSI/SI as

may have resulted from such default

and pursue such other rights and/or

remedies that may be available to the

Purchaser under law.

Please specify the stages during the execution of

the contract when the Bank Gaurantees may be

invoked. It must be clarified whether any such

payments deducted from that which is payable to

the MSI/SI, must not be set off from any other

project/contract and liabilities/payments due

thereunder.

Tender clause remains the same

54-55 3.42 Force Majeure

In case the force majuere event

prevents the performance in whole or

in part of any obligation under this

contract for more than 60 days, the

MSI/SI shall request the Purchaser to

extend the timelines for any delay in

implementation that has happened as

a result of the Force majuere event.

The MSI/SI shall have a right to terminate the

contract in case the force majuere event

continues for more than 60 days.

Tender clause remains the same

Page 44: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

52

3.31.2

Consequences

of Termination

In the event of termination of this

contract due to any cause

whatsoever, the contract will stand

cancelled effective from the date of

termination of this contract.

In case of exigency, if the Purchaser

gets the work done from elsewhere,

the difference in the cost of getting

the work done shall be borne by the

MSI/SI Where the termination of the

Contract is prior to its stipulated term

on account of a Default on the part of

the MSI/SI or due to the fact that the

survival of the MSI/SI as an

independent corporate entity is

threatened/has ceased, the

Purchaser through re-determination

of the consideration payable to the

MSI/SI for that part of the Services

which have been authorized by the

Purchaser and satisfactorily

performed by the MSI/SI up to the

date of termination. Without prejudice

any other rights, the Purchaser may

retain such amounts from the

payment due and payable by the

Purchaser to the MSI/SI as may be

required to offset any losses caused

to the Purchaser as a result of any

act/omissions of the MSI/SI. In case

of any loss or damage due to default

on the part of the MSI/SI in

performing any of its obligations with

regard to the execution of the scope

of work under this Contract, the

MSI/SI shall compensate the

Purchaser for any such loss,

damages or other costs, incurred by

the Purchaser. Additionally, other

We propose "In the event of termination of the

Contract under Clause 3.32, the Purchaser shall

pay to the Contractor the following amounts:

(a) the Contract Price, properly attributable to the

parts of the Facilities executed by the Contractor

and all work in progress including material at sub-

contractor’s works and associated material

including raw material procured for the project as

on the date of termination.

(b) the costs reasonably incurred by the

Contractor in the removal of the Contractor’s

Equipment from the Site and in the repatriation of

the Contractor’s and its Subcontractors’

personnel

(c) any amounts to be paid by the Contractor to

its Subcontractors in connection with the

termination of any subcontracts, including any

cancellation charges

(d) costs incurred by the Contractor in protecting

the Facilities and leaving the Site in a clean and

safe condition.

(e) the cost of satisfying all other obligations,

commitments and claims that the Contractor may

in good faith have undertaken with third parties in

connection with the Contract and that are not

covered by paragraphs (a) through (d) above.

(f) All above payments to be made by the

Purchaser within 30 days from date of termination

of the contract."

Tender clause remains the same

51-52

3.31

Termination of

the Contract in

Part or Full

Invoke the Bank Guarantee and other

Guarantees furnished hereunder,

recover such other costs/losses and

other amounts from the MSI/SI as

may have resulted from such default

and pursue such other rights and/or

remedies that may be available to the

Purchaser under law.

Please specify the stages during the execution of

the contract when the Bank Gaurantees may be

invoked. It must be clarified whether any such

payments deducted from that which is payable to

the MSI/SI, must not be set off from any other

project/contract and liabilities/payments due

thereunder.

Tender clause remains the same

30

2.41 Pre-

Qualification &

Technical

Eligibility

Criteria

Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest. If the MSI/SI wishes to avail

the mobilization advance, then they

shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

1. It is a standard practice to give Mobilzation

Advance against BG & Mobilization Advance is

without levy of Interest. Please confirm.

2. What is the rate of Interest?

3. Mobilization Advance is normally given for

material supply as well as execution work.

Please confirm. 1. As per TTACT interest included for BG.

2. TANFINET to share the rate of interest details

after issue of LOA

3. Mobilisation advance on capex value.

38 3.9.5 MSI/SI shall ensure that none of the

Key Personnel and manpower exit

from the project during first 6 months

after the contract between the

purchaser and the MSI/SI is signed.

In such cases of exit, a penalty is

applicable as stipulated in SLA for

such replacement. It does not apply in

case of change requested by the

Purchaser.

Bidder/ SI shall be responsible for completing of

work and adhering to the SLAs. The authority wrt

change in personnal/ manpower be, therefore,

given to the bidder/SI in the interest of the

project. This clause should, therefore be deleted.

Tender clause remains the same

Page 45: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

53 3.32 Ongoing performance and service

levels shall be as per parameters

stipulated by the Purchaser in this

Tender, failing which the Purchaser

may, at its discretion, impose

Penalties on the MSI/SI as defined in

Section III – General Conditions of

the Contract and Service Level

Agreement.

Since the project involves dependency on various

factors & other packages, No penalty shall be

imposed if the performance and service levels

are affected due to the reasons beyond

reasonable control of the bidder. This clause

should accordingly be amended and following

should be added to the existing clause "No

penalty shall, however, be imposed if the

performance and service levels are affected due

to the reasons beyond reasonable control of the

bidder."

Tender clause remains the same

48 3.22 Prices quoted must be firm and shall

not be subject to any upward revision

(except customs/excise/taxes) on any

account whatsoever throughout the

period of contract.

If at any time, during the period of

contract, the MSI/SI offers identical

services/products to any other

Govt. Department/ Organization at

prices lower than those chargeable

under this contract, he shall notify

the same to the purchaser and

extend such reduced prices to the

purchaser with immediate effect.

The turnkey tenders include lot of components

including supply and services. The prices are

quoted taking into consideration the geographical

conditions (type of strata etc), physical conditions

(density of population etc), market conditions etc

of a particular region, so the prices may vary from

one region to other. So fall clause can not be

made applicable in such tender. Please delete

the same.

Tender clause remains the same

30 2.42 Right to Vary Scope of Contract after Award

What is the maximum percentage of scope

change As per TTACT upto 25%

29 2.39 Security Deposit should be valid for

the entire period of 8 years plus 180

days and thereafter the Security

Deposit shall be refunded, subject to

the conditions mentioned in this

tender document, without any

interest.

Security deposits attract interest from the bank

which is a financial cost for the bidder/SI. To

avoid bidders loading this cost in their bids

unnecessarily, provision for payment on interest

in case of delay in release of security deposit may

be kept. Please confirm.

Tender clause remains the same

52 3.3 The agreement shall not be assigned

by the MSI/SI to any individual or

agency/company or body corporates,

save and except without the prior

consent in writing of the Purchaser,

which consent the Purchaser shall be

entitled to decline without assigning

any reason.

The assignment of the project to any third party

may lead to unfair practise where an SI sub-lets

whole scope to an incompetent vendor creating

complications in execution & compromising with

the quality standards. There are glaring examples

of companies awarding complete scope of work

on back to back basis causing delays and other

problems in the project. Hence, there should not

be any back to back assignment of the work by

any SI. We feel that The agreement can not be

assigned by the MSI/SI to any individual or

agency/company or body corporates, on back to

back basis. In case it comes to the notice of the

Purchaser that the bidder has assigned the

contract to any individual or agency/company or

body corporates, the Purchaser shall terminate

the contract and forfeit the Performance Security

deposited by the bidder. Please confirm.

Tender calsue remains the same.

Page 46: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 3.23 The MSI/SI shall agree that the

requirements/quantities/specifications

and Service requirements given in the

tender are minimum requirements

and are in no way exhaustive and

guaranteed by the Purchaser. Any

escalation of the cost after awarding

contract shall be borne by MSI/SI

except duties.

This clause is open-ended. Bidder/SI shall quote

rates considering the specifications and

requirements given in the tender and any revision

in the same will be cost to the bidder/SI. Since

any additional requirements/ quantities/

specifications shall bear additional cost duly

approved by the purchaser, this clause must be

deleted from the RFP or be deleted/ modified

accordingly.

Tender clasue remains the same

49

3.24

Suspension of

Work

The MSI/SI shall, if ordered in writing

by the Purchaser, temporarily

suspend the works or any part thereof

for such a period and such a time as

ordered, then MSI/SI shall not be

entitled to claim compensation for

any loss or damage sustained by him

by reason of temporary suspension of

the

Works as aforesaid but shall be

eligible for the payment (of

products/services delivered and

accepted) during the suspension

period as per contract.

An extension of time for completion,

corresponding with the delay caused

by any such suspension of the works

as aforesaid shall be granted to the

MSI/SI, if request for same is made

and that the suspension was not

consequent to any default or failure

on the part of the MSI/SI.

In case the suspension of entire work,

is not consequent to any default or

failure on the part of the MSI/SI and

lasts for a period of more than 2

months, the MSI/SI shall have the

option to request the Purchaser to

terminate the Contract.

In the event that the Purchaser

suspends the progress of work for

any reason not attributable to the

MSI/SI for a period in excess of 30

days in aggregate, rendering the

MSI/SI to extend his Bank Guarantee

then Purchaser shall bear only the

cost of extension of such bank

guarantee for such extended period

restricted to the normal bank rates as

No cost compensation for suspension. No

provision for Suspension by Contractor.

Hence we propose "If, the Contractor is unable

to carry out any of its obligations for more than 30

days under the Contract for any reason

attributable to the Owner, including but not limited

to the Owner’s failure to provide possession of or

access to the Site or other areas in accordance

with provision of contract, or failure to obtain any

government/statutory permits necessary for the

execution and/or completion of the Facilities, or

the Owner has failed to pay the Contractor any

sum together with such interest due under the

Contract within 15 days from the specified period

of due payment, or has failed to approve any

invoice or supporting documents without just

cause pursuant to the Terms and Mode of

Payment, then the Contractor may by giving 15

days’ notice to the Owner suspend total or partial

performance of all or any of its obligations under

the Contract, or reduce the rate of progress. If

the Contractor’s performance of its obligations is

suspended or the rate of progress is reduced

pursuant to this Clause, then the Time for

Completion shall be extended in accordance with

provision of contract, and any and all additional

costs or expenses incurred by the Contractor as

a result of such suspension or reduction shall be

paid by the Owner to the Contractor in addition to

the Contract Price."

On mutual discussion and acceptance of commercial

tems and conditions by MSI/SI and Purchaser

48 3.23 The Purchaser may at any time, by a

written change order given to the

MSI/SI, make changes within the

general Scope of Work. The

Purchaser shall have an option to

increase or decrease the Quantities

and/or Specifications of the

goods/equipment to be supplied and

installed by the MSI/SI or service

requirements, as mentioned in the

Contract, at any time during the

contract period.

The written advice to any change

shall be issued by the Purchaser to

the MSI/SI up to 4 (four) weeks prior

to the due date of provisioning/supply

of such goods/equipment or

commencement of services.

The change in the order quantity requires

planning of material and may also impact costs .

It is therefore requested that sufficient time (at

least 8 weeks prior to the due date for availing of

services / dispatch of goods / equipment) be

allowed during revision of the quantities to help

bidder/SI make changes in backward scope with

minimal financial impact. The Clause may be

amended accordingly. Increase or decrease

should be limited to 10% of the tender qty.

Tender clause remains same

48

3.23 Change

Orders/Alterati

on/Variation

The Purchaser may at any time, by a

written change order given to the

MSI/SI, make changes within the

general Scope of Work. The

Purchaser shall have an option to

increase or decrease the Quantities

and/or Specifications of the

goods/equipment to be supplied and

installed by the MSI/SI or service

requirements, as mentioned in the

Contract, at any time during the

contract period.

Kindly arrange to clarify that any increase or

decrease of the Quantities and/or Specifications

of the goods/equipment to be supplied and

installed by the MSI/SI or service requirements

shall be done with mutual acceptance of

commercial terms and conditions by MSI/SI,

pertaining to the proposed changes by

Purchaser.

On mutual discussion and acceptance of commercial

tems and conditions by MSI/SI and Purchaser

Page 47: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

53 3:32:01

The Purchaser may terminate the

Contract by giving a prior written

notice of 2 months to the MSI/SI.

Please specify how, and to what extent will the

MSI/SI be compensated for the payments made

for execution of the works on the date of such

termination, including any payments made to its

vendors/sub-contractors for carrying out the

work. Any other losses shall also be made good.

on mutual discussion, depends on committee

decision

44 3.20 The Purchaser may without prejudice

to its right to effect recovery by any

other method, deduct the amount of

penalties from any amount belonging

to the MSI/SI in its hands (which

includes the Purchaser’s right to

claim such amount against MSI/SI s’

Bank Guarantee) or which may

become due to the MSI/SI. Any such

recovery or penalties shall not in any

way relieve the MSI/SI from any of its

obligations to complete the Works or

from any other obligations and

liabilities under the Contract.

The bidder/ SI should not be penalised for the

delays which are not attributable to him. This

clause may be suitably amended to avoid any

confusion during the execution & implementation

of the project. Hence following should be added

to this clause "Delay not directly attributable to

MSI/Bidder shall be excluded for the purpose of

computing liquidated damages/penality". Please

confirm.

Tender clause remains same

523.31.1

Termination

The Purchaser may, terminate this

Contract in full or in part by giving the

MSI/SI a prior and written notice

indicating its intention to terminate the

Contract under the following

circumstances:

a) Where the Purchaser is of the

opinion that there has been such

Event of Default on the part of the

MSI/SI which would make it proper

and necessary to terminate this

Contract and may include failure on

the part of the MSI/SI to respect any

of its commitments with regard to any

part of its obligations under its Bid,

the Purchaser or under this Contract.

b) Where it comes to the Purchaser’s

attention that the MSI/SI (or the

MSI/SI Team) is in a position of

actual conflict of interest with the

interests of the Purchaser, in relation

to any of terms of the MSI/SI bid, the

Purchaser or this Contract

c) Where the MSI/SI s’ ability to

survive as an independent corporate

entity is threatened or is lost owing to

any reason whatsoever, including

inter-alia the filing of any bankruptcy

proceedings against the MSI/SI, any

failure by the MSI/SI to pay any of its

dues to its creditors, the institution of

any winding up proceedings against

the MSI/SI or the happening of any

such events that are adverse to the

commercial viability of the MSI/SI. In

the event of the happening of any

events of the above nature, the

Purchaser shall reserve the right to

take any steps as are necessary, to

Termination by Contractor is required, so we

propose the following clause

"If the suspension in contract is more than 60

days as per for reasons attributable to

Purchaser, then the Contractor may give a notice

to the Purchaser thereof, and if the Purchaser

has failed to pay the outstanding sum, to approve

the invoice or supporting documents, to give its

reasons for withholding such approval, or to

remedy the breach within 30 days of such notice,

or if the Contractor is still unable to carry out any

of its obligations under the Contract for any

reason attributable to the Purchaser within 30

days of the said notice, the Contractor may by a

further notice to the Purchaser referring to this

Clause, forthwith terminate the Contract.

In the event of termination of the Contract under

Termination Clause , the Purchaser shall pay to

the Contractor the following amounts:

(a) the Contract Price, properly attributable to the

parts of the Facilities executed by the Contractor

and all work in progress including material at sub-

contractor’s works and associated material

including raw material procured for the project as

on the date of termination.

(b) the costs reasonably incurred by the

Contractor in the removal of the Contractor’s

Equipment from the Site and in the repatriation of

the Contractor’s and its Subcontractors’

personnel

(c) any amounts to be paid by the Contractor to

its Subcontractors in connection with the

termination of any subcontracts, including any

cancellation charges

(d) costs incurred by the Contractor in protecting

the Facilities and leaving the Site in a clean and

safe condition

(e) the cost of satisfying all other obligations, Tender clause remains the same

Page 48: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

47

3.21 Term and

extension of

Contract

The Purchaser shall reserve the sole

right to grant any extension to the

term above mentioned and shall notify

in writing to the MSI/SI, at least 6

months before the expiration of the

term hereof, whether it shall grant the

MSI/SI an extension of the term. The

decision to grant or refuse the

extension shall be at the Purchaser’s

discretion. Accordingly, the Bank

Guarantee of the same amount shall

be extended up to extended period of

the Contract

Additional period up to 2 years as

deemed appropriate (Purchaser

reserves the right to extend the

Contract with the MSI/SI), terms &

conditions for SLA, penalty and

Prices for on premise services shall

remain same as given for 8th Year.

Kindly arrange to clarify that any extension to

Contract term of 8 years shall only be granted

after mutual acceptance of MSI/SI and

Purchaser.

Yes, mutual acceptance and further extension

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.21Term

and extension

of Contract

The Purchaser shall reserve the sole

right to grant any extension to the

term above mentioned and shall notify

in writing to the MSI/SI, at least 6

months before the expiration of the

term hereof, whether it shall grant the

MSI/SI an extension of the term.

Extension of O&M period should be with mutual

consent of Purchaser and MSI/SI.

Please accept and confirm.

Yes, mutual acceptance and further extension

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.21Term

and extension

of Contract

The Purchaser shall reserve the sole

right to grant any extension to the

term above mentioned and shall notify

in writing to the MSI/SI, at least 6

months before the expiration of the

term hereof, whether it shall grant the

MSI/SI an extension of the term.

Please define maximum period of such

Extension, if any.

Yes, mutual acceptance and further extension

52

3.31.1

Termination

e) Termination

for

Convenience

The Purchaser, may, by prior written

notice sent to the MSI/SI at least two

months in advance, terminate the

Contract, in whole or in part at any

time for its convenience.

Please specify how, and to what extent will the

MSI/SI be compensated for the payments made

for execution of the works on the date of such

termination, including any payments made to its

vendors/sub-contractors for carrying out the

work. Any other losses shall also be made good.

Tender clause remains same

Page 49: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

37 3.8 The Purchaser’s Representative shall interface with the MSI/SI, to provide the required information, clarifications and to resolve any issues as may arise during the execution of the Contract. Purchaser shall provide adequate cooperation in providing details, assisting with coordinating and obtaining of approvals from various governmental agencies, in cases, where the intervention of the Purchaser is proper and necessary. The Purchaser shall support in addressing the local legal conditions during implementation stage of the project. However, the MSI/SI shall raise all potential issues during the survey stage of the implementationA project can only be successful if Purchasers

discharges its' obligations first and the bidder/ SI

is not made responsible for the delays which are

not attributable to him. This clause be therefore

be amended to add responsibilities of the

Purchaser which are critical for successful

execution of the project and avoiding any dispute

during or after the work execution. Purchase

should therefore also be responsible for following:

i. Appointing and enabling relevant agencies for

project execution, monitoring the project such as

a Third Party Auditor (TPA).

ii. Executive decision making

iii. Creation of project governance structure,

Monitoring and evaluation

mechanism, Project level procedures such as

Implementation guidelines, standards and

checklists, ROW and other permissions, Testing

and acceptance process, Issue reporting and

management process, other project

management and coordination tasks such as

BBNL/USOF/DoT etc

iv. Project management and coordination,

provisioning of EB connection and making

payment of electricity charges during lifecycle of

the Contract

v. Defining and monitoring of implementation

and maintenance SLAs.

vi. Serving as the Single Window agency for

RoW clearances (including payment of ROW

charges), access to Govt. sites and permissions

for cabling on EB poles

vii. Issuance of Purchase Order, providing

applicable approvals required as per RFP in

accordance with the defined timelines, Final Sign-

Offs and acceptance of completed sites,

processing MSI invoices and releasing payments

in time-bound manner as defined in the RFP

viii. Providing access to S-NOC infrastructure

1. TPA selection is under process, onboarding of

TPA will be completed along with SI onboarding.

2. PMU will be formed by TANFINET which includes

all stakeholders of the project to support coordination

and completion of the activities related to

implementation.

23 2.28 The quoted price will be corrected for

arithmetical errors if any. In case of

any discrepancy between price

quoted in words and that quoted in

figures in the Price Bid, the lesser

of the two would be considered.

As per the standard practise worldwide, in case

there is discrepancy in the price quoted in words

& that quoted in figures, the prices quoted in

words are considered. In case of any inadvertent

mistake committed by any bidder while entering

financial bid in figures, this may lead to a dispute

putting entire tender at risk. This clause may,

therefore, be amended suitably.

Tender clause remains same

23 2.29 The total cost “Z” will be divided in to

two parts. Part I, which is the 67% of

the total cost will be paid during

implementation period and 33% of the

total cost will be paid for O&M period

of 7 years. For the purpose of

payment during implementation, the

cost of commissioning shall be made

on cost per GP basis. The actual total

cost of the implementation phase

shall be 67% of the total work order

value and the cost during

maintenance period, (remaining 33%)

will be finalised/arrived at accordingly.

The 33% of the total cost for the

maintenance period will be paid to the

SI as in the payment schedule.

The payment during implementation period on per

GP basis is not feasible as we are quoting the

prices on per km basis. It is requested to kindly

amend the clause suitably.

As per BBNL guidelines the payment is GP wise.

493.25 Time is of

Essence

Time shall be of the essence in

respect of any date or period

specified in this Tender or any notice,

demand or other communication

served under or pursuant to any

provision of this Tender and in

respect of the completion of the

Services by the MSI/SI by the

completion date.

Will the breach of the requirement of time with

regards to any date, period specified, any notice

or demand or other communcation, lead to a

breach of contract?

Strict timeliness on delivery is already mentioned

along with penalty clauses.

Page 50: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

...Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19)…

1) As per our undersatnding any Aerial OPGW

works carried out for any utility in last 3 financial

years is covered under this requirement. Please

arrange to confirm.

2) In case any of the Contract(s) of relevant

works were awarded in years prior to last three

financial years and amended/executed during last

3 financial years and having value components in

US Dollar portion. In that case please arrange to

clarify the procedure to consider the date and

exchange on which the USD exchange rate is to

be converted into INR to avoid any ambiguities.

Please refer corrigendum

74-75 4.6 Form 6

(Point No.5)

Bidder must have experience in

‘Installation, Testing and

Commissioning of……

A certificate from the Statutory Auditor of the sole

bidder/ consortium company confirming laying of

the OFC for Telecom Infrastructure during the

past 3 financial years should be submitted as a

proof of performance/credential.

Refer Corrigendum

74-75 4.6 Form 6

(Point No.5)

Bidder must have experience in

‘Installation, Testing and

Commissioning of……

As we are aware many of the SI/ PIA subcontract

laying work against Purchase Order placed by a

govt./semi govt agency/PSU to a subcontractor

on back to back basis. Please confirm if an

SI/PIA as well as its' subcontractor/ vendor

participates in this tender and submits experience

certificate against same Principal work order, one

issued by the govt./semi govt agency/PSU to the

SI and other issued by the SI to it's

subcontractor/vendor, experience of only one of

the two shall be considered.

Tender Clasue remains the same.

74-75 4.6 Form 6

(Point No.5)

Bidder must have experience in

‘Installation, Testing and

Commissioning of……

Normally specific experience sought in the tender

is 30% (approx.) of the tender scope. The same

has also been followed in many BharatNet

tenders. Since this experience requirement for all

the three packages the same should be revised

to minimum of 10,000-15000 km of installation,

Testing and Commissioning of Underground/

ADSS OFC. Please confirm.

Refer Corrigendum

76 4.8 Form 8 ISO Certification & TL 9000

Certification

This table requires details of TL 9000 certification

to be filled in but TL 9000 has not been included

in Pre-Qualification requirement. Please clarify.

It is not part of pre qualification.

74-75 4.6 Form 6 Pre-Qualification Compliance

Documents

Point no.4 &5 are missing in this table. Request

you to provide the same to avoid any confusion.

Refer Corrigendum

74-75 4.6 Form 6

(Point No.3)

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19)

A certificate from the Statutory Auditor of the sole

bidder/ consortium company confirming laying of

the OFC for Telecom Infrastructure during the

past 3 financial years should be submitted as a

proof of performance/credential.

Refer Corrigendum

Page 51: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package B: Rs. 207 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

We understand that this requirement can be meet

either by sole bidder or jointly by bidder along with

consortium partner. Please confirm.

Please refer corrigendum

26

Clause 2.30:

Pre-

Qualification &

Technical

Eligibility

Criteria

4. Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

As you are inviting bids from global reputed

bidders and OEMs, we request that global

experience should be counted.

Revised Clause -

4. Package A:

1. The Bidder or consortium partner must have

experience in commissioning at least 1500 Nos of

IP-MPLS Carrier grade Routers for Telecom

Service Providers, after 1st April 2016.

2. The Bidder or consortium partner must have

the experience in implementing and maintaining

Operations Support System / Business Support

System (OSS / BSS) in two projects catering to

Telecommunication/Wireline/Cellular Network

service sectors in India/Globally after 1st April

2016

Please refer corrigendum

102-103

Package B:

Survey,

Supply,

Installation,

Commissioning

and Operation

& Maintenance

of Optical Fibre

Network (OFN)

in Tamil Nadu

Table A

D.1 - Pulling/laying / blowing of optical

Fibre Cable and PLB pipe and at

crossings(with protection provided)

(96 core fiber), splicing, jointing,

commissioning, AT, ABD etc. - kM - 1

E.1 - Slinging / Laying of ADSS 24

core OFC including fixing of

installation accessories and fixtures

etc., splicing, jointing, commissioning,

AT, ABD etc. - kM - 1

E.2 - Slinging / Laying of ADSS 48

core OFC including fixing of

installation accessories and fixtures

etc., splicing, jointing, commissioning,

AT, ABD etc. - kM - 1

Kindly arrange to clarify that rates to be quoted

against item numbers D.1, E.1 and E.2 is only for

1 km each for additional works if any. Please also

arrange to confirm the overall evaluation/Contract

management process as overall BoQ does not

cover the complete installation scope and value.

Refer Corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 2

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

Please note that Consortium member is equally

responsible and liable for Tender obligations.

Therefore, we request to kindly accept and

confirm that turn over of lead bidder as well as

consortium member shall also be considered to

suffice this requirement.

Please refer corrigendum

Page 52: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

76

4.8. Form 8 -

ISO

Certification &

TL 9000

Certification

TL 9000 Certification

As per our understanding TL 9000 is extension to

ISO 9001:2015. Since we are already certified to

ISO 9001-2015 and our scope is for installation

and supply, which already covers the TL 9000

points related to the scope. Accordingly, we

understand that submission of TL 9000

Certification is not the mandatory pre-qualification

& technical eligibility criteria as also not

mentioned against clause number 2.30 and is not

required to be submitted. Kindly arrange to

exclude this requirement.

TL 9000 is only extension and not subset of ISO

9001:2015. Hence not considered

74 4.8 TL-9000 Certification We understand that TL-9000 certification for OFC

manufacturer against this tender however if SI is

bidding as a consortium of 2 members in this

tender, TL certification for either of consortium

member is acceptable. Kindly confirm.

Refer Corrigendum

84

4.14. Form 15 -

Declaration on

PMA

Form 15 - Declaration on PMA

Please arrange to clarify that Form-16 is not

required to be submitted for Package-B, C & D

as no electronic product is under scope of supply

under these packages.Package B, C & D comprises of Passive

Components and it is requested to submit the MAF

(Form 16) for Passive Equipment

664. TECHNICAL

BID FORMAT

15. Template for Security Deposit

(SD)

Please arrange to clarify that Template for

security deposit (SD) is not required to be

submitted at Tendering stage but is to be

submitted post award of the project by successful

bidder. Only the successful bidder is required to submit the

Security Deposit and the same is mentioned in the

Section 2.16 (page 21) of the tender document

28

2.33 Rejection

of Tender of

Banned

Tenderer

As per The Tamil Nadu Transparency

in Tender Act 1998, if at any time

before the acceptance of tender, the

Tender Accepting Authority receives

information that a tenderer who has

submitted tender has been

banned/blacklisted by any procuring

entity, the Tender Accepting Authority

shall not accept the tender of that

tenderer even if it may be the lowest

tender.

We understand that this clause is applicable only

upto the date of bid submission only. Otherwise, it

is almost impossoble for Purchaser to track such

incidents for sole bidder/any of consortium

member. Please accept.

The clause is applicable ever after the date of bid

submission

56 3.43 Conditions during implementation

period: Additional Clause

TPA plays a major role in timely delivery of the

project but there had been instances where TPAs

created road-blocks in the project due to different

reasons. Following clause may therefore be

added in the tender "Purchaser shall ensure that

the TPA does not demand any report/ information

which is beyond the tender scope or is not as per

the standard industry practise. Purchaser shall

further ensure that TPA extends its full co-

operation and support to the bidder in interest of

the project and the certifications/ audits/

inspection and other responsibilities in TPA scope

is discharged by the TPA in time bound manner."

Please refer to Section 5.14 (Page:134) of the RFP

document in which RASCI matrix has been already

prepared for the Stakeholders of the project along

with their responsibilities

Page 53: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1205.7.1 Package

B, C& D:

i. Coordination with various agencies

like CPSU, Local Administration,

agencies appointed by Purchaser

including TPA, PMA, BBNL PMUs

etc. for Site Access, RoW and for end-

to-end implementation and

submission of documentations.

Please arrange to clarify that System Integrator

will coordinate with either TANFINET or their

appointed single agency for all kind of

coordination for Site Access, RoW and for end-to-

end implementation and submission of

documentations to avoid any kind of

duplication/ambiguities. Having a single SPOC will be easy for coordination

and System Integrator (SI) as a lead bidder can act

as SPOC.

543.37 Conflict of

Interest

If the MSI/SI found to have a Conflict

of Interest shall be disqualified.

Please specify the conditions what shall constitute

a conflict of interest in terms of this Contract.

Please refer corrigendum

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

Issuance Work OrderWe understand that Word Order means

Purchase Order. Kinldy accept and confirm.

Yes

30 2.41 Mobilization Advance

BG should be 100% of the advances and Intrest

for Advances should be excluded Please refer corrigendum

18

2.10 Bid

Submission

Approach

C. Documents

relating to Pre-

Qualification

and Technical

Bid

Pre-Qualification and Technical Bid

Documents:

g) Pre-Contract Integrity Pact

(Company Letter head)

j) Package of Bidder Participation

l) Compliance for Bill of Material -

SOR

m) Compliance against Technical

Specifications

o) Template for Performance Bank

Guarantee (PBG)

1) Kindly arrange to provide the Bidding

Forms/Formats for submission against

requirement Sl. Nos. - g, j, l & m for submission

during bidding stage

2) As per our understanding submission against

sl. No.-'o' i.e. Template for Performance Bank

Guarantee (PBG) is not required to be submitted

during bidding stage and is required only after

award of the project.

Kindly arrange to confirm.

1. Please refer corrigendum

2. PBG to be submitted after LOA

15

2.2 Due

diligence by

the Bidder

The Bidder shall take note that any

work that needs to be done under its

scope, shall be accounted for, even if

the same is not elaborated in the

Tender document. No escalation of

cost in the Tender by the Bidder will

be permitted throughout the period of

Contract or extension thereof, on

account of any reasons whatsoever.

Any such work that needs to be acconted for shall

be intimated to the MSI/SI in writing, in case the

same is not elaborated under the tender

documents. In case there is any escalation of

costs due to force majeure event, or due to the

actions of the Purchaser, or any change in law,

such costs shall be allowed to be added to the

costs during the execution of the contract. As per the Tamil Nadu Transparency in Tender Act

1988, the price adjustment clause in the case of

large contracts applies only when the period of

execution is likely to exceed eighteen months

40

3.11

Intellectual

property rights

(3)

The MSI/SI shall make full and

complete disclosure to the purchaser

on the technical design, development

and implementation methodology and

documents prepared exclusively for

this project under this contract and

shall transfer all the ownership to the

purchaser.

This transfer of ownership should not include the

transfer of any Intellectual Property Rights. At

best they shall be having a license to make use of

any such IP rights of the MSI/SI but the same

should not be inferred to mean as transferred.The RFP clause asks only about technical design,

development, implementation methodology &

documents prepared exclusively for this projecct

under this contract.

353.3 No

assignment

The MSI/SI shall not be able to assign

the agreement to any individual or

agency/company or a body corporate,

without the prior consent of the

Purchaser, which the Purchaser shall

be entitled to decline from giving

without assigning any reasons for the

same.

Kindly arrange to clarify that such consent/s for

assignment shall not be unreasonably withheld.

Tender clause remains the same.

Page 54: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

37.0 3.9 We request you to kindly add following in this

clause>>> i. MSI/SI

shall ensure that none of the components and sub-

components is declared end-of-sale or end-of-

support by the respective OEM at the time of

submission of bid. If the OEM declares any of the

products/solutions end-of-sale subsequently, the

MSI/SI should support in migrating the

components to newer or equivalent version of

devices without any cost to the purchaser. This

involves additional license and cost if any, the SI

should make alternate arrangement before the

tender.

ii. If a product is de-supported by the OEM for any

reason whatsoever, from the date of Acceptance

of the System till the end of contract, MSI/SI

should replace the products/solutions with an

alternate that is acceptable to the Purchaser at no

additional cost to the Purchaser and without

causing any performance degradation. The

Licenses will be in the name of Purchaser only.

iii. MSI/SI shall ensure that the OEMs provide the

support and assistance to MSI/SI in case of any

problems/issues arising due to integration of

components supplied by him with any other

component(s)/product(s) under the purview of the

overall solution. If the same is not resolved for

any reason whatsoever within the reasonable

period for the reasons attributable to MSI, MSI/SI

shall replace the required component(s) with an

equivalent or better substitute that is acceptable

to Purchaser without any additional cost to the

Purchaser and without impacting the performance

of the solution in any manner

whatsoever.............. These clauses are critical to

the execution of the contract & would provide

flexibility to the SI during any hindrances in the

project, hence be added.This would be part of MAF which SI need to submit in

technical bid

104 5.5What Process do we Have to Follow in order to

avail the Survey Report.Details will be shared to successful bidder after LOA

106 5.6.1

Detail as to in Which Area Underground/

Overhead OF Cable connectivity Needs to be

Done ?Details will be shared to successful bidder after LOA

116 5.6.2Detail as to max. No's of GPs that can be

Covered in one SS (Sub-Station)Details will be shared to successful bidder after LOA

107Detail about Connectivity from TNSWAN to EB

Station Details will be shared to successful bidder after LOA

For EB to EB is Protection Ring required or not ?Details will be shared to successful bidder after LOA

104We Require GP/EB Station Name with

Coordinates Details will be shared to successful bidder after LOA

what is max. Lengh that needs to kept from

Substation to GP ? As per BBNL Engineering Instruction Annexure B

What is the min. distance that needs to be kept

between Two poles?As per BBNL Engineering Instruction Annexure B

Page 55: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

34 3.1.9 “End-to-End Connectivity” means

Complete Installation, Integration,

Commissioning and Testing of the

created network (duly approved by

TPA) which shall include OTDR link

test, Power On & Self Testing, Radio

equipment testing (If applicable) As

Build Diagram (ABD reports),

integration of MPLS router at GPs

with State and BBNL NOC and Final

acceptance certificate;

End-to-End Connectivity” means Complete

Installation, Integration, Commissioning and

Testing of the created network (duly approved by

TPA) which shall include OTDR link test, Radio

equipment testing (If applicable) As Build

Diagram (ABD reports), and Final acceptance

certificate,. However, if Commissioning of

Package B is pending for more than 30 days due

to reasons not attributable to SI including

dependency on other Packages, then End-to-End

Connectivity shall be deemed to be achieved on

completion of installation, commissioning & ABD

reports are submitted.

Since the package-B,C & D scope is limited to

OFC & dependency of integration is attributable

to readiness of other packages including active

infrastructure, this clause must be amended

suitably. Please confirm.

Tender clause remains the same

34 3.1.7 “Project Go-Live” means the date 30

days from the date on which the

electronics for all the GPs covered

under BharatNet Phase 2 of Tamil

Nadu are commissioned and

discovered in NMS at SHQ S-NOC

and End-to-End Acceptance Test

certificate has been issued for Fibre

infrastructure and electronics.

Project Go-Live” means the date on which the

optical cable network along with associated

accessories for 90% of the GPs covered under

BharatNet Phase 2 of Tamil Nadu are

commissioned and discovered in NMS at SHQ S-

NOC and End-to-End Acceptance Test certificate

has been issued for Fibre infrastructure.

However, if Project Go-Live of Package B is

pending for more than 30 days due to any reason

not attributable to MSI including dependency on

other packages , then Package B shall be

provided Project Go-Live 30 days after all fibre

infrastructure as mentioned in scope are

commissioned at GP/Block level.

Since the package B,C & D scope is limited to

OFC & go-live should be linked to laying of OFC

only. Linkage of Go Live with installation/

commissioning of active infrastructure or any

other dependency on other package should be

removed. This clause must be amended suitably.

Tender clause remains the same

50

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

90% of the work order value of the

commissioned segment adjusted to

mobilisation advance (if any)

1. Please provide the list of GP / location as per

scope in the RFP.

2. If in case, all GP are not commissined in

particular block due to any reason (which is not

attributable to successful bidder) then whether

Purchaser shall release the payment of

commissioned GP's or not?

3. Please confirm that payment shall be released

by Purchaser irrespective of set of commissioned

GP's (location) with block.

Details will be shared to successful bidder after LOA

Page 56: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

503.28 Package

B, C & D: SI

During the O&M period of the 7 years,

33% of the total cost for the

maintenance period will be paid every

quarter subject to the SLAs as below.

Period

Percentage

First year after Go-Live

4

Second year after Go-Live

4

Third year after Go-Live

4.5

Fourth year after Go-Live

4.5

Fifth year after Go-Live

5

Sixth year after Go-Live

5.5

Seventh year after Go-Live

5.5

Kindly arrange to clarify which percentage of

O&M value precedes the other percentage w.r.t.

Clause number 3.28 (33% with provided annual

values of 4%, 4%, 4.5%, 4.5%, 5%, 5.5% &

5.5%) or Price schedule Table-B wherein the

annual percentage is minimum 5% for 7 years i.e.

35%.

Please refer corrigendum

30 2.41 Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest. If the MSI/SI wishes to avail

the mobilization advance, then they

shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

Mobilization advance is to assist the bidder/SI

financially for faster execution of the work.

Interest on advance payments will be deterrent

for the MSI/SI in availing advance payment. Also

since bidder/SI shall be submitting the bank

guarantee of 110% of the value of mobilization

advance ensuring security of the advance

payment, in the interest of the project and help

bidder/SI with smooth cash flows, the advance

must be recovered from the last capex milestone

bill. This request is in line with other BharatNet

Tenders including Tender No.BBNL/MM/

2017/PIA for BharatNet Phase-II/PB & BH/004 dt

15.12.2017 floated by BBNL for Punjab & Bihar

which has been finalised and is under execution.

Please amend the clause accordingly.

Please refer corrigendum

43-45

3.19 Time

Schedule –

Package B, C

& D

Monthly Progress Report – End to

End integration to NOC with

Successful test completed report

Please arrange to clarify in case NOC is not

available by MSI due to any circumstances in that

case how the payments of SI shall be ensured

during different milestones?

Tender clause remains the same

50 3.28 Payment Schedule:

Package B,C & D:SI

Success of any project depends on smooth cash

flows but the payment terms given in the tender

will result in blocking of capital for the SI

consequently resulting into failure of the project.

In addition these payment terms are not in line

with the BharatNet Tenders floated by other

states and BBNL. We request you to amend

payment terms in line with tender floated by

APSFL for BharatNet Phase-II Project. Please

confirm.

Please refer corrigendum

43 & 50 3.19 & 3.28 Time Schedule (3.19) and Payment Terms (3.28)

Request you to provide a single table correlating

the time schedule of execution and payment term

milestone as it will enable us to prepare the

project execution schedule.

Please refer corrigendum

47

3.20 Penalty

for Delay in

Implementation

...Penalty shall be capped to

maximum 20% of total cost of Work

(excluding O&M cost) Value….

Request to kindly keep the penalty capping to

maximum 10% of total cost of Work (excluding

O&M cost) Value.Please refer corrigendum

Page 57: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

43-45

3.19 Time

Schedule –

Package B, C

& D

If the bidder fails to complete

10%/20%/30%/45%/60%/75%/90%/1

00% of total GPs within stipulated

time schedule, then a penalty of 10%

of total cost of the un delivered

Portion of the Project (excluding O&M

cost) of incomplete GPs shall be

deducted

Please arrange to clarify that 10% penalty will be

only on total cost of the un-delivered portion of

the GPs (excluding O&M cost) required to be

completed upto the mentioned month and not for

un delivered Portion of the entire Project

(excluding O&M cost) .

Request to arrange to clarify in case our

understanding is correct.

Please refer corrigendum

44 3.20 Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

The penalty of 20% is not as per the industry

practise and is too high. The same is not in line

with any BharatNet tenders.

The penalties should be deducted only if there is

overall delay in execution of the work.

The Clause may be amended as>>> Penalty

shall be capped to maximum 10% of total cost of

Work (excluding O&M cost) Value. The penalty

due shall be imposed at each individual milestone

and shall be imposed only for delays due to

reasons attributable to MSI/SI.

Penalty amount due to the missed milestones

shall be imposed only once, at the time of Project

Go-Live for all the missed milestones. In case the

MSI completes the Project Go- Live deliverables

on time, the penalties accumulated till then shall

not be imposed. O&M penalty shall also be

capped at 10% of quarterly gross revenue.

Please refer corrigendum

48 3.21

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

The total liability of the MSI/SI shall be capped to

10% of Contract Price including all penalties

Please refer corrigendum

46

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

Penalty should be only on execution cost and not

on supply cost. Please accept and confirm.

Please refer corrigendum

46

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

We understand that Penalty is levied only on

basic value and not on Taxes and other levies like

GST, transportation etc. Please accept and

confirm.

Please refer corrigendum

Page 58: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 4

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

Supporting Documents Required :

Work order and completion certificate

from customer.

We understand that onging larger project shall

also be acceptable to suffice this clause. Please

confirm.

Please refer corrigendum

3.06 to 7.04 BOQ_180916 The formulas applied in the sheet are not

working. The total price of the services part is not

being calculated.

Further the quantity for services part of OFC is

mentioned as 01 instead of the actual quantity

being procured in CAPEX. The sheet may be

amended suitably.

Please refer corrigendum

- BOQ_180916 (Additional line item) Please note that the scope of work for SI include

Radio links at PoPs though the BOQ doesn't

include any price for Radio links. The detailed

technical specifications for Radio Infrastructure is

also mentioned in the RFP but the provision for

pricing of the same has not been taken in BOQ.

Please refer corrigendum

23 2.29 If the overall L1 Bidder of a package

has quoted higher cost for certain line

items, then Purchaser shall negotiate

with the L1 bidder of that package to

match the lowest line items prices

quoted by other bidders within that

package. Purchaser shall also

negotiate for improvement in the

Scope and timeline.

The input prices for various items may differ for

different bidders. Negotiating with the bidder on

line item & selecting lowest for all line items may

make the entire bid unworkable for the bidder.

This clause may, therefore, be deleted.

Refer Corrigendum

41 3.17Price Format shall be as in TT act

(Rule 14(7)).What is the TT Act and Rule 14(7).

The TT Act is Tamil Nadu Transparency in Tenders

Act, 1998 and the document is available online for all

the public

47 3.22 Prices

Prices quoted must be firm and shall

not be subject to any upward revision

(except customs/excise/taxes) on any

account whatsoever throughout the

period of contract.

If at any time, during the period of

contract, the MSI/SI offers identical

services/products to any other

Govt. Department/ Organization at

prices lower than those chargeable

under this contract, he shall notify

the same to the purchaser and

extend such reduced prices to the

purchaser with immediate

effect.

The basis for such rates may be different hence

cannot be provided to Purchaser after agreeing to

fixed price. Therefore request the Purchaser to

delete this clause.

Tender clasue remains the same

Page 59: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

40 3.16 Taxes

The quoted offer should be inclusive

of Taxes. Taxes shall be paid extra

on actual, as applicable. The taxes

prevailing at the time of raising the

invoice shall be paid. Price Format

shall be as in TT act (Rule 14(7)).

Price Bid shall include all costs of

delivery at the final destination such

as transportation, payment of duties

and taxes leviable, insurance and any

incidental services and giving the

break up mentioned in Price Bid

format mentioned under section 4 of

the tender documents.

1) Please arrange to clarify that BOCW/Labour

Cess is applicable on entire Contract Value

including O&M part of Contract or is applicable

only on implementation part and not applicable on

O&M part?

2) Please arrange to clarify about the TT Act and

Rule 14(7).

TTACT 14(7)

131.3 Project

Structuring

...Bidders shall participate in more

than one package, eligibility of the

bidders will be considered accordingly

on aggregated manner…

Kindly arrange to clarify that in case a bidder is

bidding for multiple packages, the minimum

turnover requirement will be the aggregate of the

turnover specified. As regards other requirements

in the table, it would suffice if the requirements for

one package (package B, C, D) are met.

Please refer corrigendum

11 1.1.3 26. The systems should be

Retrofitted on server racks of

different OEM rack manufacturers

There is a quantity of 3 Racks of 42 U height

mentioned in the BoQ . Do we need to supply

Rack Access Control Requiremnets software for

Racks already installed in TAFINET network ?

11 1.1.3 6. Mounting Hardware -1000 sets We do not see 1000 sets of Mounting Hardware

ever getting uitlised. Please confirm whether we

need to supply 1000 sets with neach Rack?

Tender clause remains the same

52

2.3 Technical

Specification

for Radio Link

c. Tower/Pole

Specification (9

m pole and 15

m tower)

a. Radio Modem:

Reference: TEC/GR/R/ISM-MOD-

001/04.MAR2016

c. Tower/Pole Specification (9 m pole

and 15 m tower)

Kindly arrange to clarify that Connectivity through

radio to connect a GP is under the scope of MSI

for package-A and not under the scope of SI

under package B, C & D.

Under the scope of Package B, C&D respectively

1195.7.1 Package

B, C& D:

Connectivity through radio to connect

a GP (depending upon site survey

only where Aerial connectivity is not

feasible)

Kindly arrange to clarify that Connectivity through

radio to connect a GP is under the scope of MSI

for package-A and not under the scope of SI

under package B, C & D. Further, there is no

provision in price schedules also for Radio

connectivity requirements.

Under the scope of Package B, C&D respectively

44

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of GPs of

100% GPs of the Package as per the

prescribed schedule

Please understand that total project completion

time mentioned as 330 days from the date of

award of Work. This is too less, we request that

Project timelines shall be 15 months from the

date of Purchase Order. Kindly consider and

confirm.

Tender clause remains same

146

5.19 O&M of

Optical Fibre

Infrastructure

(SI)

b) Fault

Restoration

Services

In case of any breakdown in the OFC

network, SI shall be responsible for

obtaining approval at his own cost

from statutory authorities like

Municipal Corporation, Development

Authorities, RWS&S, Electricity

Department, NHAI and any other

concerned authority as required for

carrying out the repair. Purchaser can

assist in getting permission for repair

in few cases where there is urgency.

Kindly arrange to clarify that all the cost incurred

in obtaining RoW shall be borne by Purchaser on

actuals on giving necessary/relevant documents

and no RoW cost is to be absorbed by MSI/SI.

As per RFP, Cost incurred in obtaining ROW shall be

reimbursed on actuals on giving necessary/relevant

documents.

Page 60: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

8

2.2 Laying OF

PLB HDPE

Ducts

Manholes are kept 200 m apart

As per  Clause 2.2 of Annexure B manhole

location is mentioned at approx 200 m only.

Whereas the combined quantity of the manholes ,

joint chambers, loop chambers are  mentioned as

1950 nos., 3296 nos. & 3100 nos. for packages B

(Underground cable length-1300 kM), C

(Underground cable length-2646 kM) & D

(Underground cable length-2550 kM) respectively

in BOQ SI.No 3.05.

Please arrange to provide the segregated

numbers of each manhole, joint chamber, loop

Chamber matching with total underground lengths

and technical specifications.

As per BBNL Engineering Instruction Annexure B

134-140

5.14

Stakeholders

of the Project

& their

Responsibilitie

s

MSI

Kindly arrange to bifurcate the roles and

responsibilities of MSI and SI to avoid any

ambiguities and confusions, considering that MSI

and SI are different agencies. This is required as

in lot of instances the work sequence of MSI and

SI are inter-dependent or sequential in nature.

TANFINET will provide the details for successful

bidder during implementation

89

4.1.3

Personnel

required for

project

execution - d

MSI/SI shall deploy adequate number

of parallel teams on ground for

undertaking field activities such as

survey, laying of fibre, setting up of

PoPs, testing at field etc. to

implement the network. As the

timelines for commissioning entire

network is 24 months, it is imperative

to have parallel teams working in

different milestones for timely

completion of work and adherence to

SLAs.

Please arrange to clarify whether the timelines for

commissioning entire network is 24 months?

Please refer corrigendum

37-383.9 MSI/SI’s

Obligations

MSI/SI’s obligations shall include all

the activities as specified by the

Purchaser in the Scope of Work and

other sections of the Tender and

Contract and changes thereof to

enable Purchaser to meet the

objectives and operational

requirements. It shall be MSI/SI’s

responsibility to ensure the proper

and successful implementation,

performance and continued operation

of the proposed solution in

accordance with and in strict

adherence to the terms of his Bid, the

Tender and this Contract.

2. In addition, the MSI/SI shall provide

services to manage and maintain the

said system and infrastructure as

mentioned in the Tender and changes

thereof.

Please arrange to clearly bifurcate the

responsibilities and define the inter-dependability

of MSI and SI (considering both agencies are

different) for their scope of work and SLA targets

and how the default at level of one agency will not

affect the interests of other agency?

This is to request you to kindly do not use the

words MSI and SI as inter-changeable in different

clauses to avoid ambiguities.

TANFINET will provide the details for successful

bidder during implementation

Page 61: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

140

5.19 O&M of

Optical Fibre

Infrastructure

(SI)

PIA shall obtain necessary Right of

Way (RoW) from State/Central

agencies whichever applicable.

TANFINET shall facilitate the PIA in

obtaining the same. The cost incurred

in obtaining RoW shall be reimbursed

on actuals on giving

necessary/relevant documents.

Please clarify -

1. Will TANFINET facilitate RoW clearance's with

NHAI, HSVP, PWD nodal agencies and bear the

costs directly?

2. Railways RoW is a major issue, request

TANFINET to clear the same.

3. NGT (Forest) RoW also requesting TANFINET

to clear the same.

4. Please confirm that ROW charges for all

applicable authorieties will be borne by

TANFINET

5. Please confirm that it is TANFINET

responsibility to get necesarry ROW approvals

from all relavent auhtorities.

6. Please note that RoW shall be applied on letter

head of TANFINET and demand note shall be

issued by concerned authorities in name of

TANFINET. Therefore, RoW payment shall be

made directly by TANFINET. However, SI shall

support in this process.

Please confirm.

1.TANFINET will facilitates in getting State related

ROW and presmission.

2. Railways approval should be handled by SI.

3. Forest approval should be handled by SI.

4. Charges for all ROW will be paid as actuals with

necessary documents..

5. TANFINET will provide necessary approval.

6.RoW related documents in the name of SI.

127

SECTION V.

SCOPE OF

WORK 5.8

Acceptance

testing

Purchaser will select a Third-Party

Agency (TPA) for monitoring of the

implementation of projects on various

Parameters. TPA shall verify and

certify the quality as well as quantity

of the of work done for material,

OTDR Testing, End to End Testing,

checks and review of trenching,

installation of OFC /Duct, refilling of

trench, splicing etc. for all 100% sites.

Please clarify:

1. Who will be TPA and when such TPA shall

made availabe by Purchaser?

2. Who shall bear the cost of TPA?

3. Any AT schedule defined by Tanfinet

1. TPA will be selected by TANFINET under process,

will be selected before on boarding of SI

2.TPA cost will be borne by selected vendor for TPA.

3.Will be provided to sucessuful during

implementatation.

38.0 3.9.11(a) Site Commissioning means Supply,

Installation, Integration,

Commissioning and Testing of the

created network (duly approved by

the TPA) which shall include OTDR

link test, As Build Diagram (ABD

reports), integration of equipment at

NOC.

Since NOC is not part of Package B,C,D so the

clause may be suitably amended by deleting

integration of equipment at NOC and clause may

be emended as : "Site Commissioning means

Supply, Installation, Integration, Commissioning

and Testing of the created network (duly

approved by the TPA) which shall include OTDR

link test, Radio Infrastructure & As Build Diagram

(ABD reports)". Please confirm.

Tender clause remains the same.

Site Survey

We request you to provide sample site at

1. block level

2. sub-station

to understand the typical existing infrastructure. Will be provided to successful bidder during

implementation.

136 5.14

Stakeholders

of the Project

& their

Responsibilitie

s

Strengthening of poles

Assessment of existing poles and

strengthening wherever required

Please arrange to clarify that during the

strengthening/replacement of the damaged poles,

the existing conductor reworks (supply &

services) shall only be in the scope of

TANGEDCO/TNEB and not in scope of SI.

Tender calsue remains the same.

Page 62: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

99

Package B:

Survey,

Supply,

Installation,

Commissioning

and Operation

& Maintenance

of Optical Fibre

Network (OFN)

in Tamil Nadu

Table A Sl No. -

B.5

Supply of Manhole, Joint chambers &

Loop chamber

Please arrange to provide the technical details

details of loop chamber and separate quantities

of Manhole, Joint Chamber & Loop chambers for

all packages.

As per BBNL Engineering Instruction Annexure B

109

5.5 Network

Implementation

Approach

TANFINET have conducted the

desktop survey on the above principle

and arrived at GIS survey report.

Please arrange to share the available survey

report for proper site assessment of the work for

the bidders. Alternatively, we request you to

provide sample site at

1. Block level

2. Sub-station level

to understand the typical existing infrastructure.

Details will be shared with the successful bidders

55

3.43

Conditions

during

implementation

period

The delay in commissioning of GPs

due to RoW issues of Central

Government and Central PSUs shall

be time shall not be counted as delay

for calculation of Penalty.

Kindly arrange to clarify that delay in

commissioning of GPs due to any kind of RoW

issues of any agency shall not be counted as

delay for calculation of Penalty.

The delay in commissioning of GPs due to RoW

issues of Central /State Govt Agencies shall not be

counted as delay for calculation of Penalty.

37

3.6

Commenceme

nt and

Progress

The items supplied under this

Contract shall conform to the

standards mentioned in Section 4 -

Technical Specifications (TEC GR

Nos). In other cases where no

applicable standard is available such

standards which are issued by the

relevant certified agencies as

accepted by purchaser shall be

applicable.

Any such standards that need to be complied

with, and which are not available under Section 4

Technical Specification, need to be shared with

the MSI/SI before hand for compliance with such

standards.

Please refer corrigendum

47

3.23 Change

Orders/Alterati

on/Variation

The MSI/SI shall agree that the

requirements /quantities

/specifications and Service

requirements given in the tender are

minimum requirements and are in

no way exhaustive and guaranteed by

the Purchaser. Any escalation of

the cost after awarding contract

shall be borne by MSI/SI except

duties.

Any upward revision and/or additions

consequent to errors, omissions,

ambiguities, discrepancies in the

quantities, specifications, architecture

etc. of the Tender which the MSI/SI

had not brought to the Purchaser’s

notice till the time of award of work

and not accounted for in his Bid shall

not constitute a change order and

such upward revisions and/or addition

shall be carried out by the MSI/SI

without any

time and cost effect to Purchaser.......

In view of the first para of the said clause it

implies that there is no upper limit of

cost/specifications. Therefore request the

Purchaser to freeze the

requirements/specifications/services during pre-

tendering stage to avoid any escalation of the

cost after awarding the Contract.

Tender clasue remains the same

105

Table-B

(Operations &

Maintenance

(O&M) Cost)

The O&M value quoted should be

minimum 5% of Sub total cost of

Table-A value in column of O&M table

per year. If quoted less than 5%, the

financial bid of such bidder shall not

be considered

Kindly arrange to clarify which percentage of

O&M value precedes the other percentage w.r.t.

Clause number 3.28 (33% with provided annual

values of 4%, 4%, 4.5%, 4.5%, 5%, 5.5% &

5.5%) or Price schedule Table-B wherein the

annual percentage is minimum 5% for 7 years i.e.

35%.

Please refer corrigendum

Page 63: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

36

Annexure B

Engineering

Instruction

22 GUIDELINE

FOR

INSTALLATIO

N OF ADSS

AERIAL

OPTICAL

FIBRE CABLE

1) Scope

This document is intended to provide

guidelines for selection of appropriate

methodology for aerial installation of

ADSS optical Fibre Cable on Existing

Electrical Poles of 440/220/132/33/11

KV Lines and LT lines as per the

route map and network design.

As per GR aerial ADSS OFC shall be as per

TEC/GR/TX/OFC-022/02/MAR-17 which is

limited to 33/11 KV with spacing between OFC &

power conductor more than 1.5 meter. So

requesting to change the guidelines for

installation up to 33 KV only.

Tender clause remains the same.

59-62

3.56 Service

Level

Agreement &

Targets

Block Level Device Connectivity (UG)

Block Level Device Connectivity

(Aerial)

GP Type 1 level Connectivity (Aerial)

Sl. No. Measurement

GP Type 2 level Connectivity (Aerial)

Please arrange to clarify in case any Electronic

Equipment is not available provided by MSI due

to any circumstances in that case how the

payments of SI shall be ensured during different

SLA requirements?Payment based on end to end integration SI/MSI

need to cordiante and complete the implementation

1215.7.1 Package

B, C& D:

10. Designing, planning of optical

network, feasibility of radio-based

solution as well as creation of

database for utility infrastructure. The

SI shall prepare KMZ/KML file as per

the data recorded during site survey

from GP to GP using optimized

routes.

12. A final exhaustive site survey

report should be submitted covering

detail BoQ for each GPs and further

consolidated at Block level, deviation

from indicative BoQ (As per the

financial bid format- given in Section

IV), risks involved to execute the

work along with mitigation plan,

resources required as well as a

quality assurance plan indicating

expected deviations along with the

project execution strategy. A

comprehensive documentation folder

in soft copy (in Video format, KMZ

format and MS Excel) to be submitted

on the completion of the survey

Please arrange to clarify that SI shall prepare

KMZ/KML file as per the data recorded during site

survey from GP to GP using optimized routes.

Survey soft copy in Video format is not required

to be submitted by SI.

Tender clause remains the same.

42 & 50

3.19 - Time

Schedule &

3.28 - Payment

Terms

3.19 - Time Schedule & 3.28 - Payment Terms

Request you to provide a single table correlating

the time schedule of execution and payment term

milestone as it will enable us to prepare the

project execution schedule.

Please refer corrigendum

43 3.18 Time Schedule-Package-A This Clause may be deleted since it is not

required for Package B,C & D.

Please refer corrigendum

44 3.19 Time Schedule-Package-B,C,D The time schedule & related penalties are too

stringent and will lead to unnecessary laodings by

the bidder, hence please be amended as

provided in Annexure-A to this sheet.

Please refer corrigendum

Page 64: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1205.7.1 Package

B, C& D:

h. For provisioning of Radio

connectivity as per the survey report,

the SI shall undertake the following:

I. Supply of end-to-end equipment

required to establish the Radio link

along with fittings and associated

items as per the approved survey

report.

II. End-to-End installation of the Radio

equipment, poles/antenna, related

hardware along with the civil work that

needs to be carried out for installation

of Radio connectivity according to

survey report.

III. Link testing (with OTDR & Power

meter, etc.) and commissioning.

IV. All design/ pre-installation

drawings should be implemented, to

be updated as per the actuals/ post

installation.

Kindly arrange to clarify that supply & installation

works for connectivity through Radio to connect a

GP is under the scope of MSI for package-A and

not under the scope of SI under package B, C &

D. Further, no provisioning done for radio

equipment supply and installation in the price

schedules under package B, C & D. Please

confirm.

Please refer corrigendum

13

SECTION - I

Tender

Schedule

Package - D

Package D comprise of Dindigul,

Kanniyakumari, Madurai, Pudukkottai,

Ramanathapuram, Sivagangai, Theni,

Thoothukudi, Tirunelveli,

Virudhunagar Districts

Kindly inform the following:

No. of POPs along with Location in each district

Details will be shared with the successful bidders

47

3.21 Term and

extension of

Contract

The term of this Contract shall be

initially for a period of 8 years (one

year for implementation and 7 years

for Operations & maintenance) from

the date of signing of contract and Go

live of the entire work.

The Purchaser shall reserve the sole

right to grant any extension to the

term above mentioned and shall notify

in writing to the MSI/SI, at least 6

months before the expiration of the

term hereof, whether it shall grant the

MSI/SI an extension of the term. The

decision to grant or refuse the

extension shall be at the Purchaser’s

discretion. Accordingly, the Bank

Guarantee of the same amount shall

be extended

up to extended period of the Contract

Additional period up to 2 years as

deemed appropriate (Purchaser

reserves the right to extend the

Contract with the MSI/SI), terms &

conditions for SLA, penalty and

Prices for on premise services shall

remain same as given for 8th Year.

Where the Purchaser is of the view

that no further extension of the term

be granted to the MSI/SI, the

Purchaser shall notify the MSI/SI of

its decision at least 6 (six) months

prior to the expiry of the Term.

Upon receipt of such notice, the

Bidder shall continue to perform all its

obligations hereunder, until such

reasonable time beyond the Term of

the Contract within which, the

Purchaser shall either appoint an

alternative MSI/SI or create its own

Currently we understand that there is no provision

of EOT during construction period. We therefore

request you to kindly arrange to include the

provision of EOT for construction period for the

delays not attributable to the scope of System

Integrator.

Tender calsue remains the same.

29

12. Joint

Enclosure and

Splicing:

There is detailed specified in the

tender OJC regarding straight or

Branch Joint Closure.

Need ClarificationsAs per BBNL Engineering Instruction Annexure B

Page 65: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26 2.30 (2) Sole Bidder or Lead Bidder should

have a minimum cumulative annual

turnover for the last 3 financial years

(FY 2016-17, FY 2017-18, FY 2018-

19) as given below: -

Package wise turnover Requirement:

• Package A: Minimum Rs. 405 Cr

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

The Solo bidder or Lead Bidder with turonver of

100Crs in a year may find it difficult to

manage/execute such high value project worth

300 Crs in a year as this project requires lot of

capital expediture initially.Hence We request you

to change the cumulative annual turnover to

average annual turnover which enables financially

capable bidder to bid for this project.

Sole Bidder or Lead Bidder should have a

average annual turnover for the last 3

financial years (FY 2016-17, FY 2017-18, FY

2018-19) as given below: -

Package wise turnover Requirement:

• Package A: Minimum Rs. 405 Cr

Note: In case of consortium, the turnover of junior

partner will not be considered for this purpose.

Please refer corrigendum

26 2.30 (3) Sole Bidder or consortium should

have executed works to the minimum

value of Rs. 135 Cr in NOC and

MPLS equipment commissioning in

Telecom services in the last 3

financial years (FY 2016-17, FY 2017-

18, FY 2018-19)

Only keeping Network Operations ( NOC) and

MPLS equipment commissioning experience may

restrict some of competent bidders who has

experience of handling much larger Telecom/ IT

projects, therefore we would like to respectfully

suggest to amend the clause as follow:-

Sole Bidder or consortium should have executed

works to the minimum value of Rs. 135 Cr in

supply and commissioning of equipment for NOC

and MPLS Network / Telecom network

Infrastruture projects in the last 5 financial years

(FY 2014-15,2015-16,2016-17, FY 2017-18, FY

2018-19)

Please refer corrigendum

26 2.30 (4)(1) The Bidder must have experience in

commissioning at least 1500 Nos of

IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

Only keeping MPLS equipment commissioning

experience may restrict some of competent

bidders who has experience of commissioning

carrier grade IP/Packet Telecom for Telecom

Service Providers, therefore we would like to

respectfully suggest to amend the clause as

follow:-

The Bidder or consortium must have

experience in commissioning at least 1500

Nos of IP-MPLS Carrier grade Routers / IP

Transmission Equipment Nodes for Telecom

Service Providers, after 1st April 2015.

Please refer corrigendum

Page 66: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26 2.30 (4)(2) The Bidder must have the experience

in implementing and maintaining

Operations Support System &

Business Support System (OSS &

BSS) in two projects catering to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

We request to modify the clause as follow:-

The Bidder or consortium/ Bidder’s OEM

partners must have the experience in

implementing and maintaining Operations

Support System & Business Support System

(OSS & BSS) or Network Management System

& Business Support System (NMS & BSS) in

two projects catering to

Telecommunication/Wireline/Cellular Network

service sectors after 1st April 2015.

Please refer corrigendum

26 2.30 (2) Sole Bidder or Lead Bidder should

have a minimum cumulative annual

turnover for the last 3 financial years

(FY 2016-17, FY 2017-18, FY 2018-

19) as given below: - Package wise

turnover Requirement:

Package B: Minimum Rs. 615 Cr

Package C: Minimum Rs. 620 Cr

Package D: Minimum Rs. 552 Cr

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

The Solo bidder or Lead Bidder with turonver of

200Crs in a year may find it difficult to

manage/execute such high value project worth

500 Crs in a year as this project requires lot of

capital expediture initially.Hence We request you

to change the cumulative annual turnover to

average annual turnover which enables financially

capable bidder to bid for this project.

Sole Bidder or Lead Bidder should have a

average annual turnover for the last 3

financial years (FY 2016-17, FY 2017-18, FY

2018-19) as given below: -

Package wise turnover Requirement:

Package B: Minimum Rs. 615 Cr

Package C: Minimum Rs. 620 Cr

Package D: Minimum Rs. 552 Cr

Note: In case of consortium, the turnover of junior

partner will not be considered for this purpose.

Please refer corrigendum

26 2.30 (4) Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

The scope of the project includes both laying of

underground and Aerial Optical Fibre Cable which

requires different laying methodologies. Hence it

would be more prudent to sought the bidder past

experience in laying and commissioning of both

UG and Aerial OFC. We request you to amend

the clause as below.

Bidder must have experience in ‘Installation,

Testing and Commissioning of Aerial Optical

Fibre Cable (24 and above core ADSS/OPGW

and accessories) of at least 5000 km after 1st

April 2015

AND

Experience in 'Laying, Installation, Testing

and Commissioning of Underground Optical

Fibre Cable, PLB Duct and accessories of at

least 5000 km after 1st April, 2015

Please refer corrigendum

Page 67: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Page No. 22 Annexure A-

Technical

Specifications

(TEC GRs)

“Preference is for an open source

software”

Minimum specification mentioned for GIS

Software License is feasible through COTS GIS

Platform where OEM is responsible for end-to-

end GIS solution. Such Minimum specification

mentioned in the RFP are not fully compliable with

the open source software. Why COTS platform

is not allowed? COTS platform is more reliable

compare to open source.

As per RFP, GIS is open source.

1 GeneralRef No: NIT/TANFINET/001/

PACKAGE-C

We understand that this is a typo error, kindly

amend the same as - Ref No:

NIT/TANFINET/001/ PACKAGE-B.

Typo error to be corrected. Should be PACKAGE-B

13

SECTION - I

Tender

Schedule

Package - B

Package B comprise of Cuddalore,

Kancheepuram, Tiruvallur,

Tiruvnnamalai, Vellore, Viluppuram

Districts

Kindly inform the following:

No. of POPs along with Location in each district

Refer Corrigendum

24

2.29 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

Evaluation and award of contract

would be done Package wise. The

cost quoted by the Bidders would be

compared package wise.

We understand that, RFP has FOUR (4)

packages in line with SOW, Geography and

Soil starta hence there will be a cost variation

package-wise from prospective bidder(s). we

are requsting not to compare BOQ wise rates

post price-opening and comparision of L1

method. Please confirm.

Refer Corrigendum

24

2.29 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 1

If the overall L1 Bidder of a package

has quoted higher cost for certain line

items, then Purchaser shall negotiate

with the L1 bidder of that package to

match the lowest line items prices

quoted by other bidders within that

package. Purchaser shall also

negotiate for improvement in the

Scope and timeline.

Line-item wise comparision Or negociations

post L1 declaration of respective packages

can not be linked. RFP has FOUR (4)

packages and each package is different in

nature, hence L1 to be declated on overall

value of Packages. We are requesting to

remove line-item wise negociations/rate

revision post L1 value should not be

applicable in this case, pls confirm.

Refer Corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 2

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

Please note that Consortium member is

equally responsible and liable for Tender

obligations. Therefore, we request to kindly

accept and confirm that turn over of lead

bidder as well as consortium member shall

also be considered to suffice this

requirement.

Please refer corrigendum

Page 68: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package B: Rs. 204 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

Please note that restriction on experience

only for "Optical Fibe cable laying for

Telecom Infrastructure" is not correct. We

request to consider as follows:

Sole bidder or consortium should have

executed works to the minimum value

mentioned below in Optical Fibre cable

project including supply and laying for

Telecom infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY 2018-19) as

well as current financial year i.e. 2019-2020

as below

Package B: Rs. 204 Cr.

Supporting Documents Required :

1. Work order copy clearly mentioning the

scope and value of the work

2. Completion certificate from customer.

In case of large ongoing projects,

Proportionate Completion certificate /CA

certificate specifying completion.

Kindly consider.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 4

Package B:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation, T

esting and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

1. Please understand that 5000 Kms OFC

cable laying experience is too huge & may

limit to select few bidders, which in turn

restructing competition. In order to ensure

fair and competitive bidding, we request to

please consider 3000 Kms instead of 5000

Kms.

2. We understand that onging larger project

under BharatNet Phase 2 shall also be

acceptable to suffice this clause. Please

confirm.

Please refer corrigendum

30

2.41 Pre-

Qualification &

Technical

Eligibility

Criteria

Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest. If the MSI/SI wishes to avail

the mobilization advance, then they

shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

As we have an experience of execution of

similar projects, we took mobilization

advance in those cases. Standard practice is

a non-interest based mobilization advance

againt respective Bank gurantee of 110%

advance amount value. We are requesting to

remove intrest on mobilization advance

clause.

Tender clasue remains the same

39

Section III -

General

Conditions of

the Contract

and Service

Level

Agreement.

Clause no

3..9.11.B

All the OEMs that Bidder proposes

should have Dealer possession

licenses

DPL is required for RF and Wi-Fi hence it is not

applicable for other OEMs, pls confirm

Refer Corrigendum

Page 69: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

Submission of survey report,

1. Please provide format of Survey report.

2. Please provide format of Monthly Progress

report.

Report format shall be provided later after award of

contract.

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of 10% GPs

of the Package as per the prescribed

schedule

in RFP, there are FOUR (4) packages.

Electronics are different and not part of

Package#B,C,D hence end-to-end

connectivity will be depending on one of the

sucessful bidder of Package#A. This will

leads to project delay due to multiple PIA

dependancy, implementation will be a joint

responsibilities and passive/active by two

different PIA will leads to a major challange in

terms of planning, loss of packates, O&M,

provisioning and call log and responsibilities.

we are strongly recommending to give

package-wise active and passive both

responsibilities to ensure timely exectsion,

one party accountibilitiy for delivery,

installation, support, QoS and timely

execution.

Please refer corrigendum

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of 10% GPs

of the Package as per the prescribed

schedule

We understand that bidder may choose any

10% GP from complete package irrespective

of particular District/Block. As it is not

pratically possible to complete 10% GP in

each block every month as all blocks can not

be opened for execution simultaneously.

Please accept and confirm.

Please refer corrigendum

43

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End to End integration to NOC with

Successful test completed report

In case of any delay in installation and

commissioning of NOC (which is in scope of

Package A), PIA of this package shall not be

penalized and Purchaser shall release the

payment based on the completion of work by

PIA in this Package. As we ask for

clarification to give "one PIA" accountable

irrespective of active and passive, one PIA

acountibility will give better control on

implementation to meet milestone, right

delivarables on GP progress, accountibility,

O&M and QoS. we are strongly

recommending to have "One PIA"

responsibility for a complex project to meet

end-to-end GP delivarables.,

Please refer corrigendum

Page 70: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

45

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of GPs of

100% GPs of the Package as per the

prescribed schedule

With our two state executions, from

AOP/Work order to agreement and

submission requirement of PBG/ABG with

survey report are taking time. We are a very

serious bidder with an experience of 3000

GP's live with 15000 KM of OFC under-ground

laid. We are strongly recommending to have

"One PIA" accountable for active and passive,

this wil enable timely execution without an

excuse of other dependancy for end-to-end

GP-lit with AT. suggesting and

recommending 15 months timeline with "One

PIA" accountibility for active and passive

both by single PIA for respective

package#B,C, D. Tanfinet may discover

common brand of active and fix a rate

contract however all 3 package PIA

(Prospective bidder) should source and

supply product and delivery it timely with

their passive for timely execution. This will

surely meet 100% GP live by 15 months from

the date of agreement.

Please refer corrigendum

46

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

MSI/SI shall start end to end

connectivity of GPs in those

Segments for which the site survey

has been conducted and approved by

Purchaser. Meanwhile the MSI/SI

shall also continue to do the site

survey for the remaining GPs. Hence,

the site survey and commissioning of

network at GPs shall go

simultaneously. For example: MSI/SI

can submit the survey report of 10

Segments for the approval by

Purchaser and can start

implementing the required work and

can continue the site survey for other

sites and start delivery &

implementation of the approved sites.

But the survey of whole package

should be completed within three

months.

we are strongly suggesting to give active and

passive supply, installation and support from

PIA of Package#B/C/D. Tanfinet may discover

OEM and cost for overall project however PIA

of #B/C/D should be responsbile to supply at

discovered rate with active-passive

installation and GP-lit along with project

completion on-time with its O&M post Go-

live.

Tender clause remains the same.

47

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.20

Penalty for

Delay in

Implementation

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

Such terms are ideal when "One PIA" is

accountable for E2E and clear parameters to

identify respective "one Party". Multiple PIA

will leads to confusion and excuses to accept

such SLA and its downtime.

Please refer corrigendum

13

SECTION - I

Tender

Schedule

Package - D

Package D comprise of Dindigul,

Kanniyakumari, Madurai, Pudukkottai,

Ramanathapuram, Sivagangai, Theni,

Thoothukudi, Tirunelveli,

Virudhunagar Districts.

Kindly inform the following:

No. of POPs along with Location in each district

Refer Corrigendum

Page 71: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

38

Section III -

General

Conditions of

the Contract

and Service

Level

Agreement.

Clause no

3..9.11.B

All the OEMs that Bidder proposes

should have Dealer possession

licenses

DPL is required for RF and Wi-Fi hence it is not

applicable for other OEMs, pls confirm

Refer Corrigendum

49

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT

AND SERVICE

LEVEL

AGREEMENT

S.No 3.27

Payment

Schedule

1. SLA

report duly certified by

TPA/Purchaser

2. Go-Live certificate by TPA, as

accepted by Purchaser

1. Go-Live shall not be linked with NOC as

NOC is not in scope of this package.

2. In case, any delay in establishment of NOC

then payment of successful bidder of this

pacakge shall not be impacted. Please

confirm.

Tender clause remains the same.

58

3.56 Service

Level

Agreement &

Targets

The MSI/SI has to maintain the

Operations for 8 years as per the

terms & conditions of the TENDER

and to meet the SLA

For package "A" active component, Suppose

NOC is not likely to be fully functional, it is

suggested that SLA, Penalty shall not be

applicable during this time for SI package B,C

& D.

Please confirm.NOC Level SLA is provided in Package B, C and D

just for information. Other Block/GP level network

SLAs are applicable as given in the RFP.

58

3.56 Service

Level

Agreement &

Targets

Measurement Tool

We request to the authority kindly confirm :

Shall authority provide any authenticate

measurement tool ?

Suppose if any alarm comes to NMS then how

would we come to know that it is by Active

component or by Passive component?

Kindly confirm.

SI to have necessary resources and equipement for

implementation

58

3.56 Service

Level

Agreement &

Targets

Reports for EMS

We request to the authority kindly confirm.

shall authority provide any authenticate lisence

software for EMS? EMS/NMS is under

Package-A SI scope.

58

SECTION III.

3.56 Service

Level

Agreement &

Targets

Network Availabilty at Block Nodes

(UG & Aerial)

The Monthly Target needs to be amended to >

95% (No Penalty) instead of > 99.5% due to

various factors not attributed in Package B SI

scope, < 90% with additional 1% penalty on

account of each reduction in uptime.

Kindly consider & please confirm.

Please refer corrigendum

59

SECTION III.

3.56 Service

Level

Agreement &

Targets

All segments of connectivity

Network latency / Jitter (Core to

Access) - Upto 40ms (No Penalty) &

More than 40ms (0.5% penalty on

account of each 5ms additional

latency)

We request for removal of this clause since it is

applicable on Active SCOPE (Package A)

Please refer corrigendum

64

4. TECHNICAL

BID FORMAT

S.no 12

Declaration on PMA

PMA should be mandated for this tender to

enable synergy with the existing ecosystem.

Form 15 to be submitted

64

4. TECHNICAL

BID FORMAT

S.no 12

Declaration on PMA

Kindly clarify the index submitted option Yes or

No declaration on PMA. It is mandatory document

for submission of technical bid. if the bidder will

not submitted the PMA declaration then the

bidder will rejected for technical cretieria.

Kindly Confirm

Form 15 to be submitted

Page 72: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

73

Section IV -

Bid Submission

Formats 4.

TECHNICAL

BID FORMAT

4.8. Form 8 -

ISO

Certification &

TL 9000

Certification

Valid ISO Certificate ISO 9001:2008 /

ISO 9001:2015 & TL 9000 should be

submitted

We undestand that either bidder or consortium

member shall have the valid ISO

certificate.Please confirm.

Please refer corrigendum

79 4.14. Form 15 - Declaration on PMA

Form 15 should be mandated for this tender to

enable synergy with the existing ecosystem.

Kindly confirm

Form 15 to be submitted

126

Acceptance

testing

(Commissionin

g) for the

network

Audit and inspection of material at

warehouse maintained by SI

Please confirm:

1. Tanfinet shall provide warehouse for storage of

Active & Passive components etc. to successful

bidder.

2. Stored material ownership shall lie with

Tanfinet, in order to cover for any loss to the

bidder.

Kindly clarify.

All materials to be stored and maintained by SI.

125

Acceptance

testing

(Commissionin

g) for the

network

Purchaser will select a Third-Party

Agency (TPA) for monitoring of the

implementation of projects on various

Parameters. TPA shall verify and

certify the quality as well as quantity

of the of work done for material,

OTDR Testing, End to End Testing,

checks and review of trenching,

installation of OFC /Duct, refilling of

trench, splicing etc. for all 100% sites.

Please confirm:

Has Tanfinet nominated any TPA? If yes please

provide details.

Please confirm that Tanfinet will bear commercial

cost of hiring TPA and SI has nothing do to the

same.

TPA selection and cost will be borned by TANFINET.

126

SECTION V.

SCOPE OF

WORK 5.9

Quality

Assurance and

testing

The QA test schedule shall be issued

by Purchaser. There shall be stages

of testing as required.

1. What is the timelines for issuance of QA test

Schedule?

2. Who shall carry out the bulk QA testing at

OEM factory?

3. Who shall bear the cost of testing charges by

QA testing agency?

Kindly Clarify

QA test schedule will be shared later based on the

implementation. TANFINET/TPA will do the testing.

136

Fault

Restoration

Services

1:The SI shall deploy Maintenance

Teams at the designated locations as

decided by Purchaser. The

Maintenance teams shall comprise of

manpower, logistics (Vehicles),

required tools/tackles/machinery &

equipment.

2:The SI shall provide OFC

maintenance service on round the

clock basis for attending & rectifying

the OFC fault in minimum downtime

(including travel time) from regard to

the power launched on to the fibre.

Restoration of site shall be done to

the entire satisfaction of Purchaser.

Please confirm that for Maintanance purpose,

material shall be provided by Tanfinet and

workmanship shall be done by SI during O&M.

All cost related to maintenance will be borned by SI.

2

Annexure B

Engineering

Instruction

1.4.1 PLB HDPE

Duct

PLB HDPE Duct shall be as per latest TEC

GR No. TEC/GR/TX/CDS-008/03/MAR-

11 with latest Amendments. It is silent

on supply length of ducts

1. Please clarify if the duct is to be suppied in 500

mtrs +/-10% supply length ( which is better for

handling) or in 1000 mtrs +/- 10%.

2. Please provide the printing details to be print on

Duct.Tender clasue remains the same

Page 73: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

29

Annexure B

Engineering

Instruction

12 Joint Closure

& Splicing

Features: Standard fibre count 24 F.

Universal type i.e. suitable for all type of

cable (ADSS OFC, Armoured and metal

free cable). Provide scope for straight /

branch joints. Resistant to chemicals and

corrosive atmosphere. Easy re-entry and

closing with mechanical plastic clamp.

Shall be water and air proof. Ribs on the

body for extra strength. 6 Cable entry

port & 1 oval port. Suitable for cable size

upto-30mm. Mounting Bracket for

erecting on pole vertically straight.

Dome type. Dimensions: Length-395mm

±5%. Outer diameter-273mm ±5%

This clause contradicts with clause III at Page 48 of

Annexure A of RFP : (Technical Specifications (TEC

GR)) wherein it states that Splice Closure for Optical

Fibre Cable as per TEC GR No.

TEC/GR/TX/OJC002/03/APR-2010.

We would request you to kindly confirm whether

the Straight Joint Closure/Branch Joint Closure can

be supplied under TEC GR No. TEC/GR/TX/OJC-

002/03/APR-2010 with latest amendments.

As per BBNL Engineering Instruction Annexure B

29

Annexure B

Engineering

Instruction

12 Joint Closure

& Splicing

Joint Closure (OJC) 1.Dimension shared

is L = 395mm ; Outer diameter : 273mm

But as per TEC GR dimensions of the product is L =

550mm ; Outer diameter : 178mm(dome). Kindly

clarify.

Annexure B Engineering instruction to be followed

29

Annexure B

Engineering

Instruction

12 Joint Closure

& Splicing

General

There is NO detailed specified in the tender OJC

regarding straight or Branch Joint Closure.

Kindly Clarify

Tender clasue remains the same

13

SECTION - I

Tender

Schedule

Package - B

Package C comprise of Ariyalur,

Coimbatore, Dharmapuri, Erode,

Karur, Krishnagiri, Nagapattinam,

Namakkal, Perambalur, Salem,

Thanjavur, The Nilgiris, Tiruchirapalli,

Tiruppur, Tiruvarur

Kindly inform the following:

No. of POPs along with Location in each district

Refer Corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package C: Rs. 207 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

Please note that restriction on experience

only for "Optical Fibe cable laying for

Telecom Infrastructure" is not correct. We

request to consider as follows:

Sole bidder or consortium should have

executed works to the minimum value

mentioned below in Optical Fibre cable

project including supply and laying for

Telecom infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY 2018-19) as

well as current financial year i.e. 2019-2020

as below

Package C: Rs. 207 Cr.

Supporting Documents Required :

1. Work order copy clearly mentioning the

scope and value of the work

2. Completion certificate from customer.

In case of large ongoing projects,

Proportionate Completion certificate /CA

certificate specifying completion.

Kindly consider.

Please refer corrigendum

Page 74: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 4

Package B:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation, T

esting and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

1. Please understand that 5000 Kms OFC

cable laying experience is too huge & may

limit to select few bidders, which in turn

restructing competition. In order to ensure

fair and competitive bidding, we request to

please consider 3000 Kms instead of 5000

Kms.

2. We understand that onging larger project

under BharatNet Phase 2 shall also be

acceptable to suffice this clause. Please

confirm.

Please refer corrigendum

42

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of 10% GPs

of the Package as per the prescribed

schedule

in RFP, there are FOUR (4) packages.

Electronics are different and not part of

Package#B,C,D hence end-to-end

connectivity will be depending on one of the

sucessful bidder of Package#A. This will

leads to project delay due to multiple PIA

dependancy, implementation will be a joint

responsibilities and passive/active by two

different PIA will leads to a major challange in

terms of planning, loss of packates, O&M,

provisioning and call log and responsibilities.

we are strongly recommending to give

package-wise active and passive both

responsibilities to ensure timely exectsion,

one party accountibilitiy for delivery,

installation, support, QoS and timely

execution.

Please refer corrigendum

42

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End to End integration to NOC with

Successful test completed report

In case of any delay in installation and

commissioning of NOC (which is in scope of

Package A), PIA of this package shall not be

penalized and Purchaser shall release the

payment based on the completion of work by

PIA in this Package. As we ask for

clarification to give "one PIA" accountable

irrespective of active and passive, one PIA

acountibility will give better control on

implementation to meet milestone, right

delivarables on GP progress, accountibility,

O&M and QoS. we are strongly

recommending to have "One PIA"

responsibility for a complex project to meet

end-to-end GP delivarables.,

Please refer corrigendum

Page 75: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

44

SECTION III.

GENERAL

CONDITIONS

OF THE

CONTRACT,

Clause No.

3.19, Time

Schedule -

Package B, C

& D

End-to-End connectivity of GPs of

100% GPs of the Package as per the

prescribed schedule

With our two state executions, from

AOP/Work order to agreement and

submission requirement of PBG/ABG with

survey report are taking time. We are a very

serious bidder with an experience of 3000

GP's live with 15000 KM of OFC under-ground

laid. We are strongly recommending to have

"One PIA" accountable for active and passive,

this wil enable timely execution without an

excuse of other dependancy for end-to-end

GP-lit with AT. suggesting and

recommending 15 months timeline with "One

PIA" accountibility for active and passive

both by single PIA for respective

package#B,C, D. Tanfinet may discover

common brand of active and fix a rate

contract however all 3 package PIA

(Prospective bidder) should source and

supply product and delivery it timely with

their passive for timely execution. This will

surely meet 100% GP live by 15 months from

the date of agreement.

Please refer corrigendum

1145.6.2 Package

B, C & D

Medium of connectivity for BharatNet

Phase 2 shall be as follows.

1. 48 Fibre ADSS cable through

Gram Panchayat to Block on

TANGEDCO poles.

A: shall any rent paid for existing pole? If yes then

please clarify.

1: how much paid for the rent of existing poles?

2: Who shall bear the cost of the rent of existing

poles? No rent for utilization of exisitng poles.

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 2

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

Please note that Consortium member is

equally responsible and liable for Tender

obligations. Therefore, we request to kindly

accept and confirm that turn over of lead

bidder as well as consortium member shall

also be considered to suffice this

requirement.

Please refer corrigendum

Page 76: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 3

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below

Package C: Rs. 207 Cr.

Supporting Documents Required :

Work order and completion certificate

from customer.

Please note that restriction on experience

only for "Optical Fibe cable laying for

Telecom Infrastructure" is not correct. We

request to consider as follows:

Sole bidder or consortium should have

executed works to the minimum value

mentioned below in Optical Fibre cable

project including supply and laying for

Telecom infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY 2018-19) as

well as current financial year i.e. 2019-2020

as below

Package C: Rs. 207 Cr.

Supporting Documents Required :

1. Work order copy clearly mentioning the

scope and value of the work

2. Completion certificate from customer.

In case of large ongoing projects,

Proportionate Completion certificate /CA

certificate specifying completion.

Kindly consider.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

S.No 4

Package B:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation, T

esting and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

1. Please understand that 5000 Kms OFC

cable laying experience is too huge & may

limit to select few bidders, which in turn

restructing competition. In order to ensure

fair and competitive bidding, we request to

please consider 3000 Kms instead of 5000

Kms.

2. We understand that onging larger project

under BharatNet Phase 2 shall also be

acceptable to suffice this clause. Please

confirm.

Please refer corrigendum

128

Acceptance

testing

(Commissionin

g) for the

network

Audit and inspection of material at

warehouse maintained by SI

Please confirm:

1. Tanfinet shall provide warehouse for storage of

Active & Passive components etc. to successful

bidder.

2. Stored material ownership shall lie with

Tanfinet, in order to cover for any loss to the

bidder.

Kindly clarify.

1. No warehouse will be provided for storage of

Active and passive components etc.

2. Stored material ownership shall lie with SI,

complete mechanism of delivery and distribution

under the responsibility of the SI

Page 77: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.

3.Underground (OFC Cable): 96 pair

ADSS on power lines: As per TEC

GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

1. It is mentioned TEC GR No.TEC/GR/TX/OFC-

022/02/MAR-17 with latest amendments if any,

only for 48F & 24F ADSS Type 2A,We

understand that this is the typoerror.

kindly mentioned Underground 96F Ribbon as

per BSNL Tender No.

CA/MMT/NOFN/selection of PIA/T-610/2017

issued on 29.12.2017. Kindly Confirm.

2. Please provide the printing details to be

printed on OFC.

3. We understand that MSI/SI can supply

short length also as per the requirement.

Please confirm.

1. Refer Corrigendum

2. Will be shared to successful Bidder.

3. Short length of cable supply is not allowed

48

ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.

4.Underground (OFC Cable): 144 pair

ADSS on power lines: As per TEC

GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

This tender asked only 3 type of OFC i.e 24F

ADSS(Type-2A),48F ADSS(Type-2A) & 96F

Ribbon type.

Request to delete this clause from RFP.

Refer Corrigendum

48

ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

Note.

All the materials as above have to be

TSEC/Type approved by BSNL

QA/TEC against mentioned TEC GR

or as per the approval procedure of

BBNL for which TEC GR not there.

It is evident from the RFP that the Bidder has to

submit valid TSEC approval certifcate of the

OEM of respective proudcts on the date of

submission of bid for items mentioned at S.

No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03 and 4.05 of

BoQ. Pls confirm whether valid TSEC approval

certificate by the respective OEM has to be

submitted by the lead bidder on the date of

submission of bids.

Refer Corrigendum

48

ANNEXURE A

TEC (TECHNICAL

SPECIFICATION -

PACKAGE B, C &

D)

Note.

All the materials as above have to be

TSEC/Type approved by BSNL QA/TEC

against mentioned TEC GR or as per the

approval procedure of BBNL for which

TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01, 7.02 & 7.03 of

BoQ)are one of the most crucial and critical

components of the network. Standardisation of these

products across various suppliers is a must for

equitable comparison and uniform supplies. To meet

this objective in tenders of BBNL made it obligatory

and imperative to procure only UL Listed Server and

Network racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of APSFL Tender

No. APSFL/BBNL/73/2016 Dated: 13/07/2018 -

Annexure C - Racks Speicfiactions. If required - copy

can be furnished by us . You are hereby requested to

add " UL Listed " in the specifications of 42U ; 27 U

and 9 U Racks. Please confirm.

Refer Corrigendum

48

ANNEXURE A

TEC (TECHNICAL

SPECIFICATION -

PACKAGE B, C &

D)

Note.

All the materials as above have to be

TSEC/Type approved by BSNL QA/TEC

against mentioned TEC GR or as per the

approval procedure of BBNL for which

TEC GR not there.

Mesh type filters. Stainless steel perforated sheet

with 4 mm hole diameter with fine holes punching

type with necessary framework to prevent dust and

insects as per site window size (1200 mm*1300 mm).

We request to issue some detailed speciafiactions

and QAP- so as to have a unifom supplies from

various suppliers.

Tender clasue remains the same

Page 78: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

5

Below mentioned accessories for

Aerial Cable (Wedge Type) –

(As per TEC GR No.

TEC/GR/TX/OAF-001/03/MAR-17)

with latest amendments if any.

1. Formed OFC Dead End &

Termination Fittings @ 5 per Km

(Wedge Type)

2. OFC Suspension Fittings @ 12 per

Km (Wedge Type)

3. De-mountable pulley @ 1 per 10

Km

4. Adjustable Cable Storage Bracket

@ 3 per Km (One loop bracket 1.5m

stainless steel strap & 2 nos buckles)

Wedge Type - Type 3

Please clarify the cable size of Aerial cable for the

Wedge type.

Refer Technical Specification on Annexure A

49ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.1

1U 24F Rack Mountable 1x12F

splicing traysin RACK, TEC should not required. Pls confirm

Refer Corrigendum

49ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.2

2U 48F Rack Mountable 1x12F

Splicing traysin RACK, TEC should not required. Pls confirm

Refer Corrigendum

61ANNEXURE A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.7

42U Rack Mountable network Rack

dimensions : 800x1000

As per TEC GR Rack dimensions are

900x400/600mm. Please clarify

Refer Corrigendum

29

Annexure B

Engineering

Instruction

12 Joint

Closure &

Splicing

Features: Standard fibre count 24 F.

Universal type i.e. suitable for all type

of cable (ADSS OFC, Armoured and

metal free cable). Provide scope for

straight / branch joints. Resistant to

chemicals and corrosive atmosphere.

Easy re-entry and closing with

mechanical plastic clamp. Shall be

water and air proof. Ribs on the body

for extra strength. 6 Cable entry port

& 1 oval port. Suitable for cable size

upto-30mm. Mounting Bracket for

erecting on pole vertically straight.

Dome type. Dimensions: Length-

395mm ±5%. Outer diameter-273mm

±5%

This clause contradicts with clause III at Page 48

of Annexure A of RFP : (Technical Specifications

(TEC GR)) wherein it states that Splice Closure

for Optical Fibre Cable as per TEC GR No.

TEC/GR/TX/OJC002/03/APR-2010.

We would request you to kindly confirm

whether the Straight Joint Closure/Branch

Joint Closure can be supplied under TEC GR

No. TEC/GR/TX/OJC-002/03/APR-2010 with

latest amendments.

As per BBNL Engineering Instruction

25 2.30.1

The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Note: Consortium is limited to 2

members including Lead Bidder

Since OEM for OFC have major control in any

OFC project, we request that OFC

manuafacturers should compulsarily be made

part of the consortium. Eligibility conditions for

OEM for OFC should also be included in the

tender to help reputed OEM for OFC in India to

participate. OEM for OFC and other consortium

members may also be made jointly and severally

responsible for successful completion of the

project.The same may please be confirmed.

Please refer corrigendum

Page 79: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26 2.30.2

Sole Bidder or Lead Bidder should

have a minimum cumulative annual

turnover for the last 3 financial years

(FY 2016-17, FY 2017-18, FY 2018-

19) as given below: - Package wise

turnover Requirement:

Package B: Minimum Rs. 615 Cr

Package C: Minimum Rs. 620 Cr

Package D: Minimum Rs. 552 Cr

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

We feel that that the turnover criteria should be

able to eliminate financially incapable companies

from the bidding process. Since Turnover

required is cumulative for 3 years while project is

to be completed in less than an year the eligible

turnover should be at least 3 times of the

package value. Moreover Turnover of OEM for

OFC should also be added which should be at

least 3 times of the estimated value of OFC to be

supplied in a package. Please confirm.

Please refer corrigendum

26 2.30.3

Package B, C & D: Sole Bidder or

consortium should have executed

works to the minimum value

mentioned below in Optical Fibre

cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below:

Package B: Rs. 204 Cr.

Package C: Rs . 207 Cr,

Package D: Rs. 184 Cr.

As per this clause a bidder with experience of

work valuing 204 Crores in last three years can

be awarded work of Rs.615 Crores (in case of

Package-B) which is required to be completed in

less than an year which is not justified from the

angle of selecting a compenent bidder. The

requirement for the value of work executed in the

last three years should, therefore, be more than

the estimated value of the package. Please

confirm.

Please refer corrigendum

New Condition

The Net worth of the Lead bidder is an important

aspect to evaluate the financial health of the

company but the same has been ignored in

eligibility conditions. It is, therefore, requested to

include Net-worth as one of the eligibility criteria

for the Lead Bidder as well as OEM for OFC. The

net worth requirement should also be in line with

the total value of the project.

Refer Corrigendum

- New Condition Eligibility Criteria for OEM for OFC

In order to ensure supply of best quality Optical

Fibre cable from a reputes OEM for Optical Fibre

cable having relevant experience and track

record, we request you to add following qualifying

conditions for OEM for OFC:

i) OEM for OFC should have been in the business

of manufacture and supply of Optical Fibre

Cables for at at least 10 years as on the date of

submission of bid.

ii) The OEM for OFC should have a total turnover

of at least Rs. 900 Crores for the financial years

16-17, 17-18, FY 18-19.

iv) The OEM for OFC should have experience of

supplying total of at least 60000 km of minimum

24 Fibre count Optical FIbre Cable to private

telecom operators, PSUs, Government, Telecom

Operators and/or Registered Infrastructure

Provider IP1 category in India starting during last

4 financial years which shall also include supply of

ADSS Optical Fibre and ribbon type optical fibre

cable required in the project.

v) The OEM for OFC should have got

infrastructure assessment done by BSNL QA and

have certified manufacturing capacity of 2,00,000

cable Km per annum for up to 48 Fibre metal free

duct OFC cables / Aerial cables valid on the date

of submission of bids.

vi) The OEM for OFC should have a valid TSEC

certificate issued by BSNL, QA for 24/48F ADSS

OFC and 96F Ribbon type OFC (to be supplied

against the present tender) for a tender floated by

any government/ semi-government agency in

India. OFC manufacturer may, however, be

required to obtain TSEC against this tender

before start of supply.

vii) The OEM for OFC should have valid ISO

9001 and TL 9000 certification valid on the date

of submission of bids Please refer corrigendum

Page 80: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

25 2.30.1

The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Note: Consortium is limited to 2

members including Lead Bidder

1. Current qualification criteria is drafted in such a

way that any company (irrespective of project

experiece/ similar project expereience) which

can fulfill the turnover criteria can qualify for

bidding. As the projects are critical in nature

considering the timeline of execution, complexity

nature of project (specific skill sets are required),

we strongly beleive that for successful execution

of project companies with relavant experiece

should be considered for particiaption.

2.Making lead bidder/compnaies without any past

experiece of similar project execution eligible for

participatition would create an non -level playing

field - as such companies would not know the

challanges, risk associated with execution and

thus companies with experience of similar

projects would tend to become non competitive

wrt these companies. Please refer corrigendum

26 2.30.4

Package B, C & D:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

We propose to increase the qualification

requirement to minimum 20000kms of "Laying,

Installation, Testing and Commissioning of

Underground Optical Fibre Cable, PLB Duct and

accessories or/ and Aerial Optical Fiber Cable of

24F and above" from 1st April 2016. Please refer corrigendum

Suggestion Include OEM qualification criteira (for OFC)

As time is essence for completion of project, it

becomes equally important to ensure that

availability of OFC (which is the key fator for

such project). In order to ensure the same - we

propose to include the OEM /OFC qualifiaction

criteria.The factors that should be considered for

qualifing the manufacturers should be on

1. Size of the company

2. Installed Manufacturing Capacity

3. Quality Certification

4. Past supply experience - in order to ensure the

capability to supply such huge quantities.

The detail qualification criteria can be considered

from other state governement tenders like-

1. Andhra Pradesh, 2. Telangana, 3. Maharashtra

etc. Refer Corrigendum

Page 81: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

45 3.19 Time Schedule

It has been observed in other similar tenders that

the TPA, ROW (Government Order) & design

finalization does not happen for a considerable

amount of time even after award of PO/Work

order to MSI. We strongly suggest the following

for successful and timely exeuction of project -

1. As TPA becomes te 1st point of contact for

MSI for all approvals and finalization - the TPA

should be onboarded before the Work Order/PO

is awarded to MSI.

2. Design should be finalized and concluded

within 14 days of PO/Work order is awarded. Any

delay in finalization which is not associated to the

MSI should be recorded as hinderance and

should automatically call for extended timeline for

execution.

3. The Right of Way - State Governement order

for project execution should be issued before

award of project.

4. All the approvals, process which has a

dependancy on TPA and the SIA should be

strongly goverened by SLA's/ Tur Around Time

(TAT). The TAT's for all such process should be

defined in RFP so that there can be an equal

resposnibility for ensuring project completion as

per timeline. TAT's for each process can be

reffered from other state RFP's like Telangana. Tender clasue remains the same

Clause no. 1

Tender

Schedule/Page

no. 11

EMD Amount; Mode of Payment:

RTGS

We request to kindly accept Bank Gaurantee

from any Nationalised Bank for payment of EMD

Please refer corrigendum

Clause no.

3.20 Penalty

for Delay in

Implementation

/Page no. 47

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

As per the Model RFP Shared by USOF for

Implementation of BharatNet Phase-II, the

Penalties shall be capped to maximum of 12% of

total cost of Project (excluding O&M cost) Value

Please refer corrigendum

Clause No.

2.30; Criteria

No. 4; Pre-

Qualification &

Technical

Eligibility

Criteria; Page

No. 26

Package B, C and D

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

If consortium is allowed, then experience of

consortium should also be allowed and

considered. The criteria may be changed to:

Package B, C and D:

Bidder or any member of the consortium must

have Experience in ‘Installation, Testing and

Commissioning of Aerial Optical Fibre Cable (24

and above core ADSS/OPGW and accessories)

and or Aerial Bunched Conductor electrical line

and or Transmission and Distribution line of at

least 1500 km instead of 5000 KM

Or

Bidder or any member of the consortium must

have Experience in 'Laying, Installation, Testing

and Commissioning of Underground Optical Fibre

Cable, PLB Duct and accessories of at least

1500 km instead of 5000 KM after 1st April, 2016

Refer Corrigendum

Page 82: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Clause No.

2.30; Criteria

No. 3; Pre-

Qualification &

Technical

Eligibility

Criteria; Page

No. 26

Package B, C and D

Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19)

As per RFP Eligibility Criteria it is written "Sole

Bidder or Consortium". This criteria is applicable

for any of the consortium member or all? Kindly

clarify and amend the criteria as:

Package B, C and D:

"Sole Bidder or any of the consortium member

should have executed works to the minimum

value mentioned below in Optical Fibre cable

laying for Telecom infrastructure and or Aerial

electrical transmission and distribution lines

(Aerial bunched cable / bare conductor) in the last

3 financial years (FY 2016-17, FY 2017-18, FY

2018-19)"

Refer Corrigendum

Clause No.

2.30; Criteria

No. 3; Pre-

Qualification &

Technical

Eligibility

Criteria; Page

No. 26

Package B, C and D: Sole Bidder or

consortium should have executed

works to the minimum value

mentioned below in Optical Fibre

cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19)

Supporting documents to be

submitted

1. Work order copy clearly mentioning

the scope and value of the work

2. Completion Certificate in the

company letter head signed by the

Authorized signatory of the Customer

clearly mentioning commissioning

date and years of operations

completed.

Supporting documents to be submitted

We request you to kindly allow ongoing projects

with self certification from the bidder for the

ongoing project along with the copy of work

order/purchase order as part of documentary

evidence

Refer Corrigendum

Clause No.

2.30; Criteria

No. 3; Pre-

Qualification &

Technical

Eligibility

Criteria; Page

No. 26

Package B, C and D: Bidder must

have experience in ‘Installation,

Testing and Commissioning of Aerial

Optical Fibre Cable (24 and above

core ADSS/OPGW and accessories)

of at least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

Supporting documents to be

submitted

1. Work order copy clearly mentioning

the scope and value of the work

2. Completion Certificate in the

company letter head signed by the

Authorized signatory of the Customer

clearly mentioning commissioning

date and years of operations

completed.

Supporting documents to be submitted

We request you to kindly allow ongoing projects

with self certification from the bidder for the

ongoing project along with the copy of work

order/purchase order as part of documentary

evidence

Refer Corrigendum

Page 83: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Section 4; 4.23

Form P2-

Financial Bid -

Package B, C

and D/Page

no. 98 to Page

no. 105

Total cost asked in Table A and Table

B is inclusive of taxes

For evaluation purpose, rates should be exclusive

of all taxes which shall be paid as per actuals

Also, As per RFP clause no 3.16; Taxes; "Taxes

shall be paid extra on actual, as applicable" which

is making the financial evaluation criteria

contradictory. If taxes shall be paid as per actuals

then why the total cost is asked inclusive of taxes.

Kindly make the total cost exclusive of taxes for

financial evaluation purpose

Please refer corrigendum

Section 3;

Clause no.

3.19; Time

Schedule -

Package B, C

and D/Page

no. 43

Penalties Since, the there is a complete scope for

BharatNet Project which is "Design, Supply,

Installation, Integration, Testing and

Commissioning of Underground OFC through IP-

MPLS Network, Radio and setting up of State

Network Operations Centre (SNOC) including

Operations & Maintenance and service

provisioning of the created network for 8 years".

All the activities are linked to each other in order

to achieve the End-to-End connectivity. Kindly

clarify that in case there is a delay from any

activity pertaining to passive component or

service then penalty should not be levied on

bidder who is responsible for active part or

component of the project.

Please refer corrigendum

Section 3;

Clause no.

3.28; Payment

Terms;

Package B, C

and D/Page

no. 50

Payment Terms

For Package B, C and D; 1st

Payment is mobilization advance of

up to 10% of cost of project

How can mobilization advance be given for cost

of project?

If State will finalize Package A first then to give

the mobilization advance of up to 10% of cost of

project they have to wait for other packages to be

finalized. In case other packages will not get

finalize then this mobilization advance of 10% of

cost of project cannot be met

Kindly make the mobilization advance as

"mobilization advance of up to 10% of the

Contract Value of Package-B/C/D (Excluding

O&M)"

Please refer corrigendum

Page 84: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Section 3;

Clause no.

3.28; Payment

Terms;

Package B, C

and D/Page

no. 50

Payment Terms:

1. Award of Work: N.A.

2. Mobilization Advance: Up to 10%

of cost of Project (excluding O&M

cost)

3. Completion of the site survey and

finalization of BoQ: N.A

4. End-to-End connectivity of

completed segment of network with

set of GPs (Location) with Block: 90%

of the work order value of the

commissioned segment adjusted to

mobilization advance (if any)

5. 1 month after commissioning of

entire network: Available 10%

deducted work order value of all

segments of connectivity

6. Operations & Maintenance

(Inclusive of Service Levels

Agreement): Payment shall be made

GP wise after completion on every

Quarterly basis (Based on SLA

Parameters)

Payment Terms:

Suggested Payment Terms is given in Sheet2

"Suggested Payment Terms-PKG-B, C and D

Please refer corrigendum

Clause no.

3.23; Change

Orders/Alterati

on/Variation/Pa

ge no. 47

It shall be the responsibility of the

MSI/SI to meet all the performance

and other requirements of the

Purchaser as stipulated in the

tender/Contract. Any upward

revisions/additions of quantities,

specifications, service requirements

to those specified by the MSI/SI in his

Bid documents, that may be required

to be made during

installation/commissioning of the

network or at any time during the

currency of the contract in order to

meet the conceptual design, objective

and performance levels or other

requirements as defined in the tender.

Kindly change the clause to:

It shall be the responsibility of the PIA to meet all

the performance and other requirements of the

Purchaser as stipulated in the RFP / Contract.

Any upward revisions / additions of quantities,

specifications, service requirements to those

specified by the PIA in his Bid documents, that

may be required to be made during installation /

commissioning of the network or at any time

during the currency of the contract in order to

meet the conceptual design, objective and

performance levels or other requirements as

defined in the RFP. These changes shall be

carried out as per mutual consent.

LterationVge Cnohhageondum

Clause no.

3.23; Change

Orders/Alterati

on/Variation/Pa

ge no. 48

In case applicable rates for the new

items are not available in the Contract

then the rates shall be decided as per

TNTIT Act.

Kindly define the TNTIT Act. Or change the line to

"In case applicable rates for the

increase/decrease in question are not available in

the Contract then the rates as may be mutually

agreed shall apply"

Refer TNTIT Act.

Clause no.

3.29; Event of

default by

MSI/SI/Page

no. 51

Where there has been an occurrence

of such defaults inter alia as stated

above, the Purchaser shall issue a

notice of default to the MSI/SI, setting

out specific

defaults/deviances/omissions and

providing a notice of 15 days to

enable such defaulting party to

remedy the default committed.

Kindly change the clause to:

Where there has been an occurrence of such

defaults inter alia as stated above, the Purchaser

shall issue a notice of default to the MSI/SI,

setting out specific defaults/deviances/omissions

and providing a notice of 30 days to enable such

defaulting party to remedy the default committed.

DefaultIt Cnovvegeo. 3.29; Event of default bydum

Section 4; 4.23

Form P2-

Financial Bid -

Package B, C

and D/Page

no. 98 to Page

no. 105

N.A. Quantities mentioned for Service of UG OFC

laying is mismatching with what is given in the

RFP clause no. 1.3; Project Structuring.

Kindly change the quantities in the Financial Bid

Format; Form P2- Financial Bid - Package B, C

and D. Laying of UG OFC is asked for 1 Km

instead of 1300 Km for PKG B, 2646 Km for PKG

C and 2550 Km for PKF D

Please refer corrigendum

Page 85: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Section 4; 4.23

Form P2-

Financial Bid -

Package B, C

and D/Page

no. 98 to Page

no. 105

N.A. Quantities mentioned for Service of Aerial OFC

laying is mismatching with what is given in the

RFP clause no. 1.3; Project Structuring.

Kindly change the quantities in the Financial Bid

Format; Form P2- Financial Bid - Package B, C

and D. Laying of Aerial OFC is asked for 1 Km

instead of 8001 Km (24 Core) & 8800 Km (48

Core) for PKG B, 7303 Km (24 Core) & 6700 Km

(48 Core) for PKG C and 6200 Km (24 Core) &

6000 Km (48 Core) for PKF D

Please refer corrigendum

BoQ Uploaded

on Portal for

Package B, C

and D

N.A. In the BoQ uploaded on eProcurement Portal

BoQ1 is given for Table A but BoQ for Table B is

not given in the same due to which system will

not be able to given total cost of project i.e. value

of Z

Kindly amend the BoQ with Table B i.e. O&M

Table included in the same

Please refer corrigendum

Section 4; 4.8

Form 8 - ISO

Certification &

TL 9000

Certification/

Page no. 76

Valid ISO Certificate ISO 9001:2008 /

ISO 9001:2015 & TL 9000 should be

submitted

Kindly Clarify that this ISO 9001:2008 / ISO

9001:2015 & TL 9000 is required to be submitted

by Bidder or all the consortium members or any

of the consortium members. We request you to

kindly relax the TL 9000 document as ISO

900:2008/ISO 9001:2015 fully certify the

quality assurance to supply the material.

Please refer corrigendum

Annexures

TEC GR

N.A. No TEC GR given for Pole Specifications & 96F

OFC Please refer corrigendum

Clause no.

2.29; Price bid

Evaluation

Method;

Package A, B,

C and D

Financial

Evaluation/Pag

e no. 24

If the overall L1 Bidder of a package

has quoted higher cost for certain line

items, then Purchaser shall negotiate

with the L1 bidder of that package to

match the lowest line items prices

quoted by other bidders within that

package. Purchaser shall also

negotiate for improvement in the

Scope and timeline.

As per CVC and GFR2017 negotiation is not

allowed. In Exceptional circutances negotiation is

allowed but only with the L1 bidder. Kindly clarify

and refer CVC & GFR Guidelines

Valuationoe Cnorrin/Pagekage A, B, Cdum

Technical Bid

Cover Letter

N.A. There is no format for Technical Bid Cover Letter

is given in the RFP. Kindly clarify if TANFINET

will provide the same or self undertaking will be

accepted

Please refer corrigendum

Package of

Bidder

Participation

N.A. There is no format for Package of Bidder

Participationis given in the RFP. Kindly clarify if

TANFINET will provide the same or self

undertaking will be accepted

Please refer corrigendum

Page 86: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Clause no.

2.28; Price bid

Evaluation

Method;

Package B, C

and D Financial

Evaluation/Pag

e no. 24 and

Clause no.

3.28; O&M

Percentage/Pa

ge no. 50

The total cost “Z” will be divided in to

two parts. Part I, which is the 67% of

the total cost will be paid during

implementation period and 33% of the

total cost will be paid for O&M period

of 7 years

In one section it is mentioned that CAPEX value

is 67% of the total cost and OPEX value is 33%

of the total cost. And in Financial Bid Format;

Instructions to fill the Financial Bid; Point No. 6: it

is written that "The O&M value quoted should

be minimum 5% of Sub total cost of Table-A

value in column of O&M table per year. If

quoted less than 5%, the financial bid of such

bidder shall not be considered." Also, the

same shall not be applicable to O&M

percentage table given in Clause no. 3.28;

O&M Percentage/Page no. 50

Kindly provide clarification on the same as

this point says that O&M should be minimum

35% of Sub total cost of Table-A

Please refer corrigendum

Clause No.

2.30 #1, Pre-

Qualification &

Technical

Eligibility

Criteria, Pg.

No. 25

Note:

Consortium is limited to 2 members including Lead Bidder.

As the Tender is for long duration (1+8 years)

we request you to kindly allow 3 members &

any partner/ OEM manufacturer partner can

become lead bidder. yd tol Billel eligibilityior long duration (1+8 years) we

request you to kindly allow 3 members & any partner/

OEM manufacturer partnerlrs) we request you to

kindly allow 3 members & any partner/ OEM

manufacturer partner can become lead bidder.

Clause No.

2.30 , # 2, Pre-

Qualification &

Technical

Eligibility

Criteria, Pg.

No. 26

Sole Bidder or Lead Bidder should

have a minimum cumulative annual

turnover for the last 3 financial years

(FY 2016-17, FY 2017-18, FY 2018-

19) as given below: -

Package wise turnover Requirement:

Package B: Minimum Rs. 615 Cr,

Package C: Minimum Rs. 620 Cr

Package D: Minimum Rs. 552 Cr

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

In case of consortium any partner can fulfill

the financial eligibility criteria.

Kindly allow.

Echnical , Colause No. 2.30 , #lause No. 2.30 , #

gcaldum

20 1.1.8

12. The proposed solution must have

capability to support HCI nodes with

different models (same OEM) /

different CPU and Memory / Disks

configurations in the same cluster

without any impact on storage

services/functionalities.

We request you to consider support multiple

OEM brand HCI nodes (compatible).

Refer Corrigendum

20 1.1.8

4. The proposed solution should

support all leading Virtualization

Software; viz., VMware ESXi,

Microsoft Hyper-V, Open KVM, and

XenServer. HCI solution must support

industry-leading protocols NFS, iSCSI

& SMB.

We request you to please change the clause

to " The proposed solution should support all

leading Virtualization Software; viz., VMware

ESXi, Microsoft Hyper-V, Open KVM, and

XenServer. HCI solution must support

industry-leading protocols NFS/ iSCSI / SMB "

Tender clause remains the same

Generic Generic

There is no sizing input given in the

RFP in terms of what is the proposed

network for which NMS/EMS has to

be sized for.

Requesting to publish a comprehensive list

so that NMS can be sized accordingly.

- Number of network elements for each

network technology

- Vendor Types (make and model)

- Number of EMSs

Equipment details shared in the tender regard to

remote location and NOC accrodingly need to size

the NMS

11 1 (12) EMD

Rs.XXX Cr

Mode of Payment: RTGS

Account Number:37307405906, e-

Treasury Branch (17676), State Bank

of India, Chennai. Please refer corrigendum

1) This amount is too huge for RTGS transfer.

Generally, the companies / individual has their

fixed limit for RTGS transfer. Hence, this

condition will restrict them to participate in the

tender.

Request to allow bidder to submit the EMD in

form of Bank Guaratnee also.

Page 87: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 2.15 Earnest Money Deposit (EMD)

The EMD amount shall be transferred

online using payment gateway as

mentioned under Section I, as part of

its bid submission

Please refer corrigendum

11 1 (14) TENDER SCHEDULE

Period of contract

8 years (One year on implementation

and & 7 years on maintenance)

Since the period of contract reflects in the tender

is "8 years (One year on implementation and & 7

years on maintenance)", hence the same duration

of 8 years (instead of 7 years) should be

mentioned in MAF as service support

requirement from OEMs.

Please refer corrigendum

25 2.30 (1) The Sole Bidder and each of the

Consortium members should be

registered under Companies Act,

1956 or Companies Act 2013 or as

amended and should have at least 3

years of operations in India as on bid

submission date.

Note: Consortium is limited to 2

members including Lead Bidder.

As the scope of work for all three packages i.e.

Package B, Package C & Package D includes

creation, operation & maintenance of OFC

Network, we propose to add following lines with

existing clause -

The bidder should either be an EPC contractor or

an OFC manufacturer or consortium of EPC

contractor and OFC manufacturer jointly meeting

all the eligibility requirements provided in the

tender.

In case of consortium -

i) both the partners (EPC contractors as well as

OFC Manufacturer) should be joinlty and

severally liable to execute the project and should

be resposible for discharging any financial

liablities against the tender for their respective

portion of work including performance bank

guarantee

Please refer corrigendum

13 1.3 Project Structuring

Project implementation and

maintenance is divided into

packages…..Purchaser shall evaluate

and award the bids package wise.

Bidders shall participate in more than

one package, eligibility of the bidders

will be considered accordingly on

aggregated manner.

Refer Corrigendum

26 2.30 In case a bidder is bidding for multiple

packages, the minimum turnover

requirement will be the aggregate of

the turnover specified. As regards

other requirements in the table, it

would suffice if the requirements for

one package (package B, C, D) are

met.

In case of bidding for multiple

packages where the turnover is less

than the aggregate specified, the

minimum value package shall be

excluded.

Please refer corrigendum

form of Bank Guaratnee also.

2) Please also provide - 'Exact Name of client'

and 'IFSC Code' with the Bank details.

There is some contradiction in these two clause -

Clause 1.3 says - Bidders shall participate in

more than one package, eligibility of the bidders

will be considered accordingly on aggregated

manner.

Whereas, notes under table of minimum eligibility

criteria (clause 2.30) talks specifically about

turnover only.

We request to change the sentence in clause

1.3(underlined) as follows -

In case a bidder is bidding for multiple packages,

the minimum turnover requirement will be the

aggregate of the turnover specified. (Details to be

checked from respective tender references).

Page 88: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26 2.30 (2) Sole Bidder or Lead Bidder should

have a minimum cumulative annual

turnover for the last 3 financial years

(FY 2016-17, FY 2017-18, FY 2018-

19) as given below: - Package wise

turnover Requirement:

Package B: Minimum Rs. 615 Cr

Package C: Minimum Rs. 620 Cr

Package D: Minimum Rs. 552 Cr

Note: In case of consortium, the

turnover of junior partner will not be

considered for this purpose.

As bidders are allowed to quote all three

Packages (Packages B, C & D), there may be

chances of winning all three package by a single

bidder. Keeping this scenario under

consideration, we proposed to introduce turn-over

and other experience criteria on a higher side, so

that only companies who are caplable to execute

entire project (Package B, C & D) may come

forward and participate in the tender.

We proposed to modify the turn-over requirement

as follow:-

Sole Bidder or Lead Bidder should have a

minimum cumulative annual turnover of Rs. 1,800

Crore for the last 3 financial years (FY 2016-17,

FY 2017-18, FY 2018-19) out of which Turn-over

of Rs. 1000 Crore should be from OFC

Construction/Services work only.

Please refer corrigendum

26 2.30 (3) Sole Bidder or consortium should

have executed works to the minimum

value mentioned below in Optical

Fibre cable laying for Telecom

infrastructure in the last 3 financial

years (FY 2016-17, FY 2017-18, FY

2018-19) as below:-

Package B: Rs. 204 Cr.

Package C: Rs. 207 Cr.

Package D: Rs. 184 Cr.

Considering scenario of winning all three

packages by one single bidder, only highly

capable and well experienced bidders should be

allowed to quote. We proposed following

amendment in the clause -

Sole Bidder or consortium should have executed

works to the minimum value of Rs. 1000 Crore in

Optical Fibre cable laying for Telecom

infrastructure in the last 3 financial years (FY

2016-17, FY 2017-18, FY 2018-19)

Please refer corrigendum

26 2.30 (4) Package B, C & D:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

Referring to previous BharatNet tenders issued

by State Govt. or PSUs, the laying experience

sought from the bidder was more than approx.

30% of total requirement. Hence, we recommend

to increase this requirement as follows -

Sole bidder or consortium must have experience

in ‘Installation, Testing and Commissioning of

Aerial/Underground Optical Fibre Cable (24 and

above core) of at least 15,000 km after 1st April,

2016. Out of this at least 2000 Km OFC shall be

Ribbon Type.

Please refer corrigendum

16 2.4 Bids (Technical bid & Financial bid)

shall be submitted online through e-

tender website

(tntenders.tn.gov.in)…..

As per our understanding - correct etender

website address is 'www.tntenders.gov.in'

Please confirm. TN etender website address is

'www.tntenders.gov.in'

Page 89: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

18 2.10(A) Bid Preparation

The Bidders shall sign and stamp on

all pages of the tender document,

Technical & Pre-qualification Bid

formats as mentioned under Section

4, other tender related documents,

certificates, etc. All signed and

stamped documents should be

uploaded by the Bidder owning

responsibility for their

correctness/authenticity.

As bidder need to submit Compliance against

Technical Specifications and other

terms/conditions of the tender document

(including BOQ), submitting entire tender

document again seems extraneous.

A single page declaration confirming compliance

of all the terms/conditions of the tender document

will suffice the purpose.

Request you to review and demand the document

accordingly.

Tender clause remains the same

18 2.10(C.)(g) Pre-Contract Integrity Pact (Company

Letter head)

Please provide format for 'Pre-Contract Integrity

Pact' Please refer corrigendum

18 2.10(C.)(h) Consortium Agreement (in case of

consortium)

Please provide format for 'Consortium Agreemen'

Please refer corrigendum

19 2.10(D.) …..Documents relating to Price Bid:

Bidder should submit all documents

pertaining to Pre-qualification bid,

Technical bid & Financial bid in pdf

format only.

We understand that Bidder also need to upload

Financial Bid/ Item rate in excel format as per the

file 'BOQ_xyz' provided along with the tender

document.

Please confirm.

Please refer corrigendum

19 2.10 (D) File 2 (Cover 2): Price Bid (To be

uploaded online)

The Bidders are instructed to submit

the financial Bid in the prescribed

format only. Non adherence may lead

to rejection of the bid. Duly filled in

Financial Bid as per the section 5,

Form P2.

All documents relating to Price Bid as

mentioned above should be uploaded

in .RAR format and should be saved

as Pricebid<MENTION NIT reference

no and Name of firm>.rar’

Two different price formats are given in the RFP

1) BoQ 180910 (Excel File)

2) Form P2 (4.25.2)

We understand that Form P2 - Financial Bid has

complete format including O&M. However the

excel file (BoQ 180910) contains only Capex

portion.

Please confirm the Price bid format to be adhered

for bid submission or include O&M (Opex) and

Total Package Price in Excel BoQ.

Please refer corrigendum

20 2.11 Format and Signing of Bids

The original and all copies of the bid

shall be typed or written in indelible

ink. The original and all copies shall

be signed by the authorized signatory

of bidder. All pages of the bid shall be

signed and stamped by the

authorized signatory of bidder.

1) As per our understanding - Bidders need to

submit their BIDs online only. Hence 'original and

all copies' as mention in this clause is irrelevent

for this tender.

Please confirm.

2) As in e-tender, every document/folder will be

uploaded through DSC (Digital Signature

Certificate) only, there should be no need to

physically sign & stamp each page before

uploading.

Please confirm.

Tender clause remains the same

20 2.12 The Bidder shall indicate in the

prescribed proforma, the unit rates

and total Bid Prices of the equipment

/ services, it proposes to provide

under the Contract. Prices should be

shown separately for each item as

detailed in section 5 of the tender

document.

In the absence of above information,

bid shall be considered as incomplete

and shall be summarily rejected.

The financial bid format is given in Section 4 not

in Section 5.

Since this is a rejection clause, request to

mention correct 'section no.' in the clause.

Read as "The Financial bid format is given in Section

4"

Page 90: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

21 2.16 Security Deposit

The successful bidder is required to

furnish unconditional, Irrevocable

Bank Guarantee for 5% of the value

of the work order as a guarantee for

the performance of the contract within

ten days of issue of Letter of

Acceptance.

Validity of BG: Should be valid for 180

days beyond 8 years from the date of

signing the contract by the successful

bidder. The BG shall be released

after 180 days of expiry of the

contract.....

..In case the total work order value

after the survey becomes higher than

the order value as discovered in the

tender and for which BG is submitted,

the bidder by its own motion must

submit BG appropriately.

As most of the Banks issues bank guarantee with

maximum validity of 3 years only, we request you

to allow MSI/SI to submit Security Deposit in form

of BG initially valid for 3 years extended

upto/beyond 8 years.

Tender clasue remains the same

21 2.17 Period of Validity of Bids

The price quoted shall be kept valid for a

period of 90 days from the date of

opening of the Tender. If the Price Bid

validity is lesser than 90 days, the Bid

will be rejected as non-responsive to the

Tender conditions. In exceptional

circumstances, Purchaser may solicit the

Bidders to extend the validity for a

further period of 90 days. However, a

bidder agreeing to the request will not

be permitted to modify their bid.

We understand that the validity of Bid shall be

counted from date of opening of Technical bid.

Please confirm.

Tender clause remains the same.

21-22 2.19 Late Bid

The e-tender will automatically lock the

Bid submission as per last date and time

for submission of bid as mentioned in

Section I….The Bidders are requested to

make themselves fully conversant with

the e-tender requirements of

tntenders.tn.gov.in and take sufficient

precautions regarding the IT

infrastructure dependencies for online

bidding.

tntenders.tn.gov.in' mentioned in the clause should

be replaced with correct etender website address i.e.

'www.tntenders.gov.in'

tntenders.tn.gov.in' mentioned in the clause should be

replaced with 'www.tntenders.gov.in'

23 2.28 Price Bid Evaluation

The price bids of technically qualified

bidders alone will be opened and

evaluated....

The quoted price will be corrected for

arithmetical errors if any. In case of

any discrepancy between price

quoted in words and that quoted in

figures in the Price Bid, the lesser of

the two would be considered.

We request to follow the general/standard

practice and amend these lines as follows-

The quoted price will be corrected for arithmetical

errors if any. In case of any discrepancy between

price quoted in words and that quoted in figures in

the Price Bid, the price quoted in figure will be

considered.

Please refer corrigendum

Page 91: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

23 2.29 Price bid Evaluation Method

The bids quoted as per the financial

bid format as mentioned in annexure

FQ2 under section IV shall be

considered for financial evaluation.

Evaluation will be performed package

wise….

Evaluation and award of contract

would be done Package wise. The

cost quoted by the Bidders would be

compared package wise.

If the overall L1 Bidder of a package

has quoted higher cost for certain line

items, then Purchaser shall negotiate

with the L1 bidder of that package to

match the lowest line items prices

quoted by other bidders within that

package. Purchaser shall also

negotiate for improvement in the

Scope and timeline.

This clause is quite different as generally asked in

turnkey tenders.

Negotiating with the L1 bidder for particular BOQ

item of that package to match the lowest line

items prices quoted by other bidders within that

package is impractical. This clause may please

be deleted.

'

Refer Corrigendum

28 2.34 (c.) c) Financial Rejection Criteria

Financial Bids that do not conform to

the financial bid format

Two different price formats are given in the RFP

1) BoQ 180910 (Excel File)

2) Price Bid Format (Package B: Survey, Supply,

Installation, Commissioning and Operation &

Maintenance of Optical Fibre Network (OFN) in

Tamil Nadu Table A)

We understand that Price Bid Format given in

Section 4 has complete details including O&M.

However the excel file (BoQ 180910) contains

only Capex portion.

Please confirm the Price bid format to be adhered

for bid submission or include O&M (Opex) and

Total Package Price in Excel BoQ.

Please refer corrigendum

29 2.36 Negotiation with the Successful

Bidder

Exploring options on new

technologies during implementation or

period of contract and commercials

for the same shall be discovered

during later stage on mutual

agreement

Bidder should be allowed to quote more than one

OEM (maximum 3 OEMs) in its bid.

Refer corrigendum

30 2.41 Mobilization Advance

Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest. If the MSI/SI wishes to avail

the mobilization advance, then they

shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

We would like to mention here that - mobilization

advance is given to support the bidder/SI

financially for faster and smooth execution of the

work. Interest on advance payments will only

increase liability and will have an impact on total

cost of project. BharatNet tender issued by BBNL

may please be referred where no interest on

advance payment were levied.

Request you to amend the clause accordingly.

Please refer corrigendum

39 3.9(11)(b) All the OEMs that Bidder proposes

should have Dealer possession licenses.

As per our understanding, 'Dealer Possession License

(DPL)' is issued to the dealers and distributors of

wireless products only. As all the products doesn't

come under wireless product's category, this

requirement should be deleted.

Refer Corrigendum

Page 92: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

47 3.2 Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

In most of the turnkey tenders and in previous

BharatNet tenders, penalty used to be capped to

maximum 12%. We request to modify the clause

as follows -

Penalties shall be capped to maximum of 12% of

total cost of Project (excluding O&M cost) Value.

Beyond 12% the Purchaser has the right to

terminate the contract or a portion or part of the

work thereof. The purchaser shall give 30 days’

notice to the SI of its intention to terminate the

Contract and shall so terminate the Contract

unless the Bidder initiates remedial action

acceptable to the Purchaser during the 30 days’

notice period.

Please refer corrigendum

41, 42 3.17 Warranty

A comprehensive on-site warranty

and Operations & Maintenance on all

goods supplied under this contract

shall be provided by the respective

Original Equipment Manufacturer

(OEM) through MSI/SI till the Go-Live.

The penalties for the SLA during the

warranty period shall be recovered by

the 10% withhold value.

We understand comprehensive on-site warranty

of one year from the date of supply is required for

all supplied products.

Please confirm.

Tender clause remains the same

50 3.28 Package B, C & D: SI (Payment

Terms )

We recommend few minor modifications in the

existing Payment Terms. Our recommendation is

attached as Annex-Revised Payment Terms

Please refer corrigendum

66 4 (12) Technical Bid Format

Declration on PMA Refer corrigendum

82 4.14 Declaration on PMA

Format for Affidavit of Self Certificate

regarding Domestic Value Addition in

quoted items on Rs. 100/- Stamp

Paper. Refer corrigendum

82 4.14 Declaration on PMA

…...That I will agree to abide by the

terms and conditions of the policy of

the Government of India issued vide

notification No. 8(78)/2012-IPHW

dated 10/02/2012.

Please note that various amendments has been

issued against the PMA notifications no.

8(78)/2012-IPHW dated 10/02/2012 mentioned in

the PMA declaration form. To the best of our

understanding that

1. Latest PMA Policy no. is P-45021/2/2017-PP

(BE-II) dated 28.05.2018 (with ammendments)

and must be applicable for this tender.

2. Accordinlgy, the Format given in Form - 15

shall be modified (if required).

Refer corrigendum

There is no specific clause found in tender

regarding PMA.

Please elaborate.

Page 93: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

82 4.14 Declaration on PMA As per latest prevailing PMA policy vide policy no.

P-45021/2/2017-PP (BE-II) dated 28.05.2018

(with ammendments), the Department of

Telecommunications has released a list of

telecom products, services and works for their

purchase preference from local suppliers for

public procurement. As per this, few BoQ items of

tender (Routers, UPS, Telecom sercices etc.) fall

under PMA category.

1. Please list out the BoQ items for which

preference will be given as per the PMA policy in

this tender.

2. Please confirm the basis on which bid will be

qualified as a PMA bid.

3. Please specify the evaluation method of PMA

bid

Refer corrigendum

66 4 (15) Technical Bid Format

Template for Security Deposit (SD)

As Security Deposit (SD) need to be submitted only

after contract is awarded, this should not be part of

Technical Bid.

Please delete this requirement from Technical Bid

format. Template for Security Deposit (SD) is for information

purpose only and applicable for selected bidders.

68 4.2(4) Form 2 - Bidder Profile (In letter head)

PIAs’ tender number and date

"PIAs’ tender number and date" in this clause should

be replaced by "PIAs’ Bid reference number and date"

Please refer corrigendum

84 4.15 Form 16: MAF/OFC OEM- (To

submitted during before

implementation by SI)

We understand, MAF for all major line

items/products listed in BOQ needs to be

submitted along with bid submission only.

Please confirm.

Please refer corrigendum

87 4.17 Form 18 - Approach & Methodology We understand that Bidder's proposed solution

should cover all the points asked in 'Approach &

Methodology'.

Please specify if point wise explanation (in

addition to proposed solution) is recommended

against this form.

Tender clause remains the same

89 4.18 Form 19 - Work Plan and Staffing Plan

4.1.1 Work Plan..

4.1.2 Organization and Staffing..

Instead of sub clause '4.1.1', it should be 4.18.1.

Please arrange to make the changes accordingly.

Please refer corrigendum

90 4.1.3(i) MSI/SI shall submit the CVs (with full

details on qualification, experience) of

the proposed manpower to be deployed

for this project (both for implementation

and O&M periods) along with their roles

and responsibilities.

Please quantify -

- the number of CVs to be submitted at bidding stage

with category i.e 1 for Project director, 2 for Project

manager etc.

- Requisite Qualification for each category

- Required experience for each catagory

Please refer corrigendum

95, 96 4.23(4) EARNEST MONEY DEPOSIT (EMD)

We have enclosed an EMD in the

form of a Bank Guarantee for a sum

of Rs. XXXXXXXX/- (Rupees XXXX

XXXX only). This EMD is liable to be

forfeited in accordance with the

provisions of the Section III - General

Conditions of the Contract and

Service Level Agreements.

The bidder is asked to submit EMD online

through RTGS. Request to allow bidder to submit

the EMD in form of Bank Guaratnee also.

Please refer corrigendum

96 4.23 4.25.1) Form P1- Financial Bid Letter The sub-clause mentiond is 4.25.1 under clause

4.23. It should be 4.23.1.

Please refer corrigendum

Page 94: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

105 5 For the purpose of evaluation of

Financial Bids the Purchaser shall

make appropriate assumptions to

arrive at a common bid price for all

the Bidders. This however shall have

no co-relation with the Contract value

or actual payment to be made to the

Bidder. The hard copy of the financial

bid should be submitted separately

during submission.

As per our understanding - Bidders need to

submit their BIDs online only. Hence submitting

the hard copy of financial bid is not relevant in this

tender. Request to delete this condition of

submitting the hard copy of financial bid.

Please refer corrigendum

112 5.6.1 (b) Block PoPs: MSI should do

necessary electrical and civil work as

required.

Type 1 &2 Gram Panchayat PoPs:

MSI should do necessary electrical

and civil work as required.'

Please specify the scope of civil work in detail at

Block and GP PoPs

Tender clasue remains the same

144 5.18.10 (1&2) 1. After 3rd year, all the UPS shall be

replaced with new UPS of same

configuration or advanced

configuration after the approval of the

Purchaser at the cost of MSI and

newly supplied UPS shall be covered

with a warranty of 3 years from the

date of installation

2. After the end of 6th year, all the

UPS shall be replaced with new UPS

of same configuration or advanced

configuration after the approval of the

Purchaser at the cost of MSI and the

newly supplied UPS shall be covered

with a warranty of 3 years from the

date of installation

We understand only Battery to be replaced after 3

years, replacment of UPS may not be required

during O&M period. Please confirm

Tender clause remains the same

General Quereies

Make & model

Request you to allow bidders to quote more than one

OEMs (maximum up to 3) for each BOQ item.

Please refer corrigendum

NA NA BoQ xxxxxx The Excel BoQ xxxxxx has some formula issue, it is

showing "0" against few items in column "BA". A

reference example file 'Annexure-

Y_PKG_B_C_D_BOQ Format' with value is attached

for necessary correction.

Please refer corrigendum

26Section II

Clause 2.30 (3)

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

We would request TANFINET to revise the

minimum value to Rs. 100 Cr and shall consider

ongoing BharatNet Phase II projects also.

Please refer corrigendum

26Section II

Clause 2.30 (4)

Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

1. We would request TANFINET to consider the

Experience of IP MPLS carrier grade routers for

ongoing projects for state fibernet projects under

BharatNet Phase II.

2. The Bidder must have the experience in

implementing and maintaining Operations

Support System & Business Support System

(OSS & BSS) in two projects catering to

Telecommunication/ Wireline/ Cellular Network

service sectors in India after 1st April 2016. This

clause may kindly be deleted.

Please refer corrigendum

Page 95: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

24

2.29 Price bid

Evaluation

Method

If the overall L1 Bidder of a package

has quoted higher cost for certain line

items, then Purchaser shall negotiate

with the L1 bidder of that package to

match the lowest line items prices

quoted by other bidders within that

package.

Kindly consider to remove this clause. Since the

overall proposal is solution based and also

different OEMs shall have different terms for

commercials. Hence the commercials differ OEM

to OEM with in the same product. SI can work

with different format to meet the solution

sucessfully.

Tender clause remains the same

383.9 MSI/SI’s

Obligations

MSI/SI shall ensure that none of the

Key Personnel and manpower exit

from the project during first 6 months

after the contract between the

purchaser and the MSI/SI is signed.

In such cases of exit, a penalty is

applicable as stipulated in SLA for

such replacement. It does not apply in

case of change requested by the

Purchaser.

Kindly consider to remove this clause. However

we are going to place equivalent resources

suppose the resource leave from the project due

to his personnel reasons (i.e., Health, Family

conditions etc.,)

Tender clause remains the same

44

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 10% of

total GPs within stipulated time

schedule, then

a penalty of 10% of total cost of the

un delivered Portion of the Project

(excluding

O&M cost) of incomplete GPs shall

be deducted

We request you to consider if the bidder fails to

complete 10% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

44

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 20% of

total GPs within stipulated time

schedule then a penalty of then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducted

We request you to consider if the bidder fails to

complete 20% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

45

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 30% of

total GPs within stipulated time

schedule then a penalty of then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducted

We request you to consider if the bidder fails to

complete 30% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

Page 96: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

45

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 45% of

total GPs within stipulated time

schedule then a penalty of then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducted

We request you to consider if the bidder fails to

complete 45% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

45

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 60% of

total GPs within stipulated time

schedule then a penalty of then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducted

We request you to consider if the bidder fails to

complete 60% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

46

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 75% of

total GPs within stipulated time

schedule then a penalty of then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducted

We request you to consider if the bidder fails to

complete 75% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

46

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 90% of

total GPs within stipulated time

schedule then a penalty of then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducted

We request you to consider if the bidder fails to

complete 90% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

Page 97: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

46

3.20 Time

Schedule –

Package B, C

& D

If the bidder fails to complete 100% of

total GPs within stipulated time

schedule then a penalty of 10% of

total cost of Project (excluding O&M

cost) of incomplete GPs shall be

deducted and it shall continue till the

complete execution of the project.

The penalty in that case shall be

deducted on monthly basis.

We request you to consider if the bidder fails to

complete 100% of total GPs within stipulated time

schedule, then a penalty of 1% of total cost of the

un delivered Portion of the Project (excluding

O&M cost) of incomplete GPs shall be deducted.

Also we understand that the penalty only

applicable against delivery of the components, In

case of delay happened due to other package

vendors or third party involved in this project, then

department has to consider exemption for

penalty.

Please refer corrigendum

48

3.22 Term and

extension of

Contract

Additional period up to 2 years as

deemed appropriate (Purchaser

reserves the right to extend the

Contract with the MSI/SI), terms &

conditions for SLA, penalty and

Prices for on premise services shall

remain same as given for 8th Year.

Please remove this clause or change this clause

as the price will be confirmed as per market value

during the time of 8th year initiation. Also the

price may vary based on availability of support

and other terms and conditions from OEM.

Tender clause remains the same

51

3.29 Package

A: Electronics

& NOC- MSI

Installation and commissioning of

NOC

50% of the Capex Value of the NOC

Please consider the payment for NOC as 90% of

the Capex Value of the NOC after successful

Installation and commissioning of NOC. Since we

have supplied, installed and commissioned all the

equipment at NoC within 90 days from the date of

work order. Also the NoC is operational and

ready to sync with the PoPs with specified time. It

will help us to quote competitively and also help

us to execute the project well with out any

unexpected financial burden, since we have to

pay back to the vendors in the time of purchase

order itself.

Please refer corrigendum

51

3.29 Package

A: Electronics

& NOC- MSI

End-to-End connectivity of completed

segment of network with set of

Blocks, GPs and Pseudo GPs

90% of the work order value of the

commissioned segment, adjusted to

mobilisation advance (if any)

Please change this clause and release the 90%

of total completed GPs on every milestone, since

project is roll out on phased manner (10%, 20%,

30%, 45%, 60%, 75%, 90% & 100%). Relaxation

will help us to quote aggressively.

Please refer corrigendum

51

3.29 Package

A: Electronics

& NOC- MSI

1 month after commissioning of entire

network Available 10% deducted

work order value of all segments of

connectivity & 50% of Capex of the

value of NOC

Please release the remaining 10% payment also,

since the Operational expenses are there and

customer can cut down the value, in case we are

deviating the SLA terms.

Please refer corrigendum

62

3.57 Service

Level

Agreement &

Targets

Note: During the post-implementation

period, in case any field equipment is

damaged by a vehicular accident (or

due to any other reason outside the

control of SI) and needs

repair/replacement, then the

corresponding equipment to be

replaced by SI as per the SLAs

defined in this section. In such cases,

damages are to be borne by SI

through proper comprehensive

insurance for all the equipment during

contract period. If penalty deduction is

beyond 10% necessary discussion

and appropriate action shall be taken

by Purchaser.

Please consider such delays as exemptions,

since insurance agancies will take time for

valuation and also meantime we will try to

arrange alternate options based on department

and insurance agencies approval.

Tender clause remains the same

Page 98: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

63

3.57.1.1

Failure

Resolution

MTTR - Network restoration < 4 hrs.

No Penalty

Please consider the MTTR - Network Restoration

as less than 8 Hrs. Because GPs are come under

rural part of the state. Transportation and material

dispatch will be difficult.

Tender clasue remains the same

78

4.7. Form 8 - ISO

Certification &

TL 9000

Certification

TL 9000 Certification

This certification is related with Telecommunication/

Wireline/ Cellular Network service sectors, not

applicable with MPLS/ISP Providers.Refer Corrigendum

85

4.13. . Form 16

-

Manufacturer’s

Authorization

Format ( MAF)

From OEM

We also ensure to provide the

required spares and service support

as pre-purchased for the supplied

equipment for a period of 7 years

from date of supply of the equipment

as per tender terms.

Please clarify that the O&M support is only 7

years from the date of supply, since this clause

confuses and required clarification. If 7 years

from the date of GoLive, then OEM should

support us minimum 8 years from the date of

supply.

Please refer corrigendum

84Section IV

Clause 4.15

Form 16 - Manufacturer’s

Authorization Format (MAF)

1. Can we offer multiple MAFs from different

OEMs for the same product.

2. Do we have the flexibility to choose any one of

the OEM on receipt of order.

Please refer corrigendum

BOQ 1.01 Supply of 96 core optical fibre cable

ribbon type

GR No. TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments is for ADSS cables & not

ribbon type. Please clarify type of cable required

& specification for the same.

Please refer corrigendum

Package B

page 87/88

clause 4.17

form 18 Clause

1

Understanding of scope and

objectives:

a) Explain short term and long-term

objectives

b) Users and Usage

c) Future potential

d) Phasing and coverage

The Approach & Methodology write up – Sir, the

scope of tender is installation, commissioning,

operation and maintenance of TANFINET

network. Therefore, the following points are not

applicable in writing approach & methodology as

per our understanding. Request please delete

these clauses.

Tender clasue reamins the same

Package B

page 87/88

clause 4.17

form 18 Clause

5

Scalability plan for 20 Years:

Projected user base and usage

network

How easily and cost effectively the

solution can

scale up to meet increased demand

resulting from

new users/usage/services

The Approach & Methodology write up – Sir, the

scope of tender is installation, commissioning,

operation and maintenance of TANFINET

network. Therefore, the following points are not

applicable in writing approach & methodology as

per our understanding. Request please delete

these clauses.

Tender clasue reamins the same

Package B

page 87/88

clause 4.17

form 18 Clause

6

Manageability of network, users,

usage:

Discuss the complexities involved in

managing the user

and usage in catering to dynamic and

heterogeneous

demand,

The Approach & Methodology write up – Sir, the

scope of tender is installation, commissioning,

operation and maintenance of TANFINET

network. Therefore, the following points are not

applicable in writing approach & methodology as

per our understanding. Request please delete

these clauses.

Tender clasue reamins the same

Package B

page 87/88

clause 4.17

form 18 Clause

7

Assured Availability of Services:

Explain portfolio of users and

services envisaged. Outline levels of

services expected now/future. How

does the solution ensure availability of

services to respective user

segments? Discuss ease of solution

in accepting new services and

catering to higher service levels.

The Approach & Methodology write up – Sir, the

scope of tender is installation, commissioning,

operation and maintenance of TANFINET

network. Therefore, the following points are not

applicable in writing approach & methodology as

per our understanding. Request please delete

these clauses.

Tender clasue remains the same

Page 99: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Package B

page 87/88

Clause 8 Performance:

Robustness against high demand /

load.

The Approach & Methodology write up – Sir, the

scope of tender is installation, commissioning,

operation and maintenance of TANFINET

network. Therefore, the following points are not

applicable in writing approach & methodology as

per our understanding. Request please delete

these clauses.

Tender clasue remains the same

Package B

page 87/88

Clause 9 Enhancing the features & Functions:

How well/ easily the solution can be

enhanced to add new features and

technology in keeping with project

objectives.

How well/ easily the solution can be

integrated with

external systems to add new features

and technology in keeping with

project objectives.

The Approach & Methodology write up – Sir, the

scope of tender is installation, commissioning,

operation and maintenance of TANFINET

network. Therefore, the following points are not

applicable in writing approach & methodology as

per our understanding. Request please delete

these clauses.

Tender clasue remains the same

Package B,

clause j)

131/132

page

Clause (j)  RF Mode of Connectivity 44 GPS are mentioned on Radio. In BOQ no

radio is mentioned. Please clarify if radio system

is required. If yes, please furnish the details.

Please refer Corrigendum

Is there any brownfield network and services

available? Or it is a complete greenfield

deployment?NO

A sample network and OSS architecture would

be required to understand Customer

expectations? No such network

OSS is required as Active-Active Single site HA

with or without GR? Tender clasue remain the same

Details regarding expected service order volumes

per service per day and peak hour?Tender clasue remain the same

Any virtualized network/service in scope or

complete network/service would be physical?Tender clasue remain the same

Alarm volumes per day across domains/vendors? Tender clasue remain the same

Expected performance counters and KPI’s to be

monitored? Tender clasue remain the same

Only Network level KPI’s or service level KPI’s in

scope? Tender clasue remain the same

OSS - Fullfilment

For OSS pls state following dimensioning data

•Number of Subscribers

•Number of Orders/day

•Number of days to keep data request in Order

Management.

•Number and types of Nodes to be integrated. Will be shared with successful bidder during LOA

111 Pgae 111, Tendernotice_1.pdf

Big Data Analytics has been mentioned. What kind of

predictive analytics is considered ? Please share the

sample usecases Will be shared with successful bidder during LOA

1.dŚĞ�K^^͕ �^^͕ ��ZD ͕ �ZĞƉŽƌŝŶŐ��ĂŶĚ�ĞŶƟƟĞƐ�ŵĂƌŬĞĚ�

under Enterprise management system need to be

High available ?

2.The Chennai NOC where it will be deployed will be

in DR setup ? Please share the high level context

diagram redundancy . Details will be shared with the successful bidders

33 -38 1.2.3

Page 100: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

85 4.13. Manufacturer’s Authorization Format ( MAF) From OEM ( To submitted during before implementation by MSI/ SI)

Please confirm if this MAF has to be submitted at

the time of implementation only?

We recommend to have MSI’s submit their offers

with an OEM standard MAF at the time of bidding.

This would make sure only genuine products are

offered along with the bid. MAF to be submitted at the time of bidding.

Page No. 26

Clause No.

2.30; Criteria

No. 3; Pre-

Qualification &

Technical

Eligibility

Criteria

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

Package A: Sole Bidder or consortium should

have executed works to the minimum value of

Rs. 135 Cr in NOC with MPLS equipment

commissioning in the last 7 financial years

Refer Corrigendum

Page No. 26

Clause No.

2.30; Criteria

No. 3; Pre-

Qualification &

Technical

Eligibility

Criteria

Package A:

1. The Bidder must have experience

in commissioning at least 1500 Nos

of IP-MPLS Carrier grade Routers for

Telecom Service Providers, after 1st

April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support System

(OSS & BSS) in two projects catering

to

Telecommunication/Wireline/Cellular

Network service sectors in India after

1st April 2016

Package A:

1. The Bidder must have experience in

commissioning at least 1500 Nos of IP-MPLS

Carrier grade Routers

2. The Bidder must have the experience in

implementing and maintaining Operations

Support System & Business Support System

(OSS & BSS) in two projects catering to

Telecommunication/Wireline/Cellular Network

service sectors /PSU/govt agency in India

Refer Corrigendum

Page No. 26

Clause No.

2.30; Criteria

No. 3; Pre-

Qualification &

Technical

Eligibility

Criteria

1. Work order copy clearly mentioning

the scope and value of the work

2. Completion Certificate in the

company letter head signed by the

Authorised signatory of the Customer

clearly mentioning commissioning

date and years of operations

completed

1. Work order copy /Completion Certificate/CA

Certificate/Certificate from Statutory Auditor

clearly mentioning the scope and value of the

work

2. Completion Certificate in the company letter

head signed by the Authorised signatory of the

Customer clearly mentioning commissioning date

(Since the letter taken may be at the time of

commissioning)

Tender clause remains the same

43 3.19Establishment of NOC as per BoQ

and Scope of work.

As the activities involve material import,

Installation and commissioning, kindly increase

the timeline from T0+90 days to T0+180 days.

Thus, request you to modify the following

timelines as well:

a. 10% GPs - T0 + 180 days

b. 20% GPs - T0 + 210 days

c. 30% GPs - T0 + 240 days

d. 45% GPs - T0 + 270 days

e. 60% GPs - T0 + 300 days

f. 90% GPs - T0 + 360 days

g. 100% GPs - T0 + 390 days

T0 - Date of award of contract

Please refer corrigendum

44 3.20

End-to-End connectivity of 10% GPs

of the Package as per the prescribed

schedule

AS the timelines for package A is dependent on

fiber rollout, any delay due to fiber rollout should

be excluded from project timelines for package A.

Kindly confirm. In case, any delay beyond 30

days from the date of installation, request to

accept the field elements as deemed accepted

and release the payment. Once the fiber is

through, the GP equipments can be integrated.

Please refer corrigendum

Page 101: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

Package A: Sole Bidder or

consortium should have executed

works to the minimum value of Rs.

135 Cr in NOC and MPLS equipment

commissioning in Telecom services

in the last 3 financial years (FY 2016-

17, FY 2017-18, FY 2018-19)

Package A: Sole Bidder or consortium should

have executed works to the minimum value of

Rs. 100 Cr in Data Center/DR/NOC and MPLS

equipment/ICT Components commissioning in

Government/PSU/Semi-Government

/Private/Telecom services in the last 5 financial

years as on Bid submission date.

Bidder's may propose one or multiple POs to

meet the criteria.

In case of ongoing project/s, then a certificate

from the Client must be submitted stating the

completion of the requisite eligibility criteria laid

down in this Tender has been completed by the

bidder/Consortium in its ongoing project.

Please refer corrigendum

26

2.30 Pre-

Qualification &

Technical

Eligibility

Criteria

The Bidder must have experience in

commissioning at least 1500 Nos of

IP-MPLS

Carrier grade Routers for Telecom

Service

Providers, after 1st April 2016.

The Bidder must have experience in

commissioning at least 500 Nos of Routers

and/or Switches for Government/Semi-

Government/PSU/Private Company/Telecom

Service Providers, after 1st April 2012 till bid

submission date.

Bidder's may propose one or multiple POs to

meet the criteria.

In case of ongoing project/s, then a certificate

from the Client must be submitted stating the

Number of Routers/Switches commissioned in its

ongoing project.

Please refer corrigendum

44~463.20

Time Schedule

If the bidder fails to

complete the deliverables ad per the

stipulated time schedule, then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducte.

We request you to modify the clause to

incorporate the following:

1. Penalty shall be 0.5% per week of delay

applicable on value of delayed portion of work

instead of 10% flat penalty for missing the

milestone

2. Penalties shall be imposed for delays due to

reasons attributable to MSI

3. Penalty amount due to the missed milestones

shall be imposed only once, at the time of Project

Go-Live for all the missed milestones. In case the

MSI completes the Project Go- Live deliverables

on time, the penalties accumulated till then shall

not be imposed.

Please refer corrigendum

Page 102: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

30 2.41 Mobilization (Up to 10% of cost of

Project (excluding O&M cost) towards

material advance) shall be secured

against irrevocable bank guarantee

and shall be recovered in the

subsequent bills payable along with

interest. If the MSI/SI wishes to avail

the mobilization advance, then they

shall submit an additional Bank

Guarantee from a Nationalised Bank

of value 110% of the mobilization

advance as per act and rules.

Request to please change the clause as follows:

Mobilization (20% of cost of Project (excluding

O&M cost) towards material advance) shall be

secured against irrevocable bank guarantee and

shall be recovered in the subsequent bills

payable. If the MSI/SI wishes to avail the

mobilization advance, then they shall submit an

additional Bank Guarantee from a Nationalised

Bank of value 100% of the mobilization advance

as per act and rules.

Please refer corrigendum

48 3.21

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

Request to please modify the clause as follows:

Penalty shall be capped to maximum 12% of total

cost of Work (excluding O&M cost) Value.

Please refer corrigendum

34

3 (3.1) (16)-

Capex and

Opex

16. “Capex Value” is 67% of the work

order value.

17. “Opex Value” is 33% of the work

order value.

Request to please consider : “Capex Value” is

75% of the work order value.

“Opex Value” is 25% of the work order value.

Please refer corrigendum

56 3.43Request to please delete" The decision of the

Purchaser shall be final and conclusive" Tender clause remains the same

Price bid

FormatCapex and Opex formats are not aligned with

price bid formats as Table B mentioned in the

RFP is missing in price bid excel template Please refer corrigendum

51

3.29 Given payment schedule for Capex

Request to please change the payment schedule

as per below:

1- Mobilization Advance: 20% of Capex value as

interest free advance against submission of

Advance Bank Guarantee of equivalent amount.

2- Payment Against Supply: 70% amount of

Capex value against delivery & inspection of

material on a pro-rata basis adjusted to

mobilization advance (if any)

3- 20% amount of capex value as payment

against End-to-End connectivity of completed

segment of network with set of GPs (Location)

with Block on a pro-rata basis

4- 10% balance Capex value on commissioning

of entire network. This amount can also be

claimed against submission of bank guarantee

along with milestone no 3

Please refer corrigendum

106 5.6 Electricity charges

Understand TANFINET is responsible for EB

connection charges as well as electricity recurring

charges for the entire duration of project including

operations phase. Kindly confirm.

As per Tender condition

107 5.6.1

MSI shall provide real time updating of

data in Project Monitoring Tool and any

other identified monitoring tools like

Mobile App., GIS platform etc., as

required by the Purchaser

Understand that GIS software will be provided by SI.

The MAP and landbase required for GIS to be

provided by TANFINET. During execution, SI is

responsible for accuracy of fiber updation only. Any

discrepancy in MAP and landbase will not be

responsible of SI. Kindly confirm.

OK

Page 103: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

112 5.6.1

Billing / CRM: SI will be laying down

the infrastructure for providing

connectivity till Gram Panchayat Level

and making provisions for selling bulk

bandwidth to various service

providers to enable delivery of end-

user services.

Understand SI is responsible for only providing

the infrastructure as per the RFP. Any co-

ordination for selling badwidth to service

providers / end users is responsibility of

TANFINET. Kindly confirm

Agreed and SI is only responsible for providing the

infrastructure as per the RFP and to make necessary

infrastrucutre provisions when required. We are not

expecting the SI to coordinate.

128 5.9

Purchaser will select a Third-Party

Agency (TPA) for monitoring of the

implementation of projects on various

Parameters. TPA shall verify and

certify the quality as well as quantity

of the of work done for material,

OTDR Testing, End to End Testing,

checks and review of trenching,

installation of OFC /Duct, refilling of

trench, splicing etc. for all 100% sites.

Request TANFINET to define SLAs for the TPA

for all approvals and acceptance testing.For

ensiring the completion of project in the stipulated

timelines it is equally important that the TPA

approves/rejects the documents in a predefined

TAT. We suggest the TAT for each of the

activites for TPA should not be more than 5 days.

TPA scope will be included in their tender.

TANFINET will take have necessary condition and

SLA with TPA.

13 1.3

Activescope is 37 districts for

Package A whereas Package B,C &

D consist of 31 districts for Passive

Kindly clarify the quantity

Refer Corrigendum

35

3.2 (i)

(i) In the event of an inconsistency

between the terms of this tender and

the Bid, the terms & conditions hereof

shall prevail.

Request deletion of this point as vendor's bid

needs to be read in totality.

Tender clause remains the same.

353.3

No Assigment

The agreement shall not be assigned

by the MSI/SI to any individual or

agency/company or body corporates,

save and except without the prior

consent in writing of the Purchaser,

which consent the Purchaser shall be

entitled to decline without assigning

any reason.

We request you to modify the clause to read as:

The agreement shall not be assigned by the

MSI/SI to any individual or agency/company or

body corporates, save and except without the

prior consent in writing of the Purchaser, which

shall not be unreasonably withheld by the

Purchases. Tender clause remains the same.

37

3.8

Purchaser's

Obligations

3.8

Purchaser's Obligations

Our understanding is that Purchaser will be

responsible for providing ROW/ other

permissions. Please confirm.

TANFINET will support in ROW permission at state

level

38 3.9.4

Purchaser reserves the right to

require changes in personnel which

shall be communicated to MSI/SI.

MSI/SI with the prior approval of the

Purchaser may make modifications to

the project team. MSI/SI shall provide

the Purchaser with the resume of Key

Personnel and provide such other

information as the Purchaser may

reasonably require. The Purchaser

also reserves the right to interview

the personnel and reject, if found

unsuitable. In case of change in its

team members, for any reason

whatsoever, MSI/SI shall also ensure

that the exiting members are replaced

with at least equally qualified and

professionally competent members

accepted by purchaser, after

interview by purchaser if required.

Change of resource should be notified

to purchaser 30 days in advance and

MSI/SI shall ensure a minimum of 15

days of overlap in activities to ensure

proper knowledge transfer and

handover/takeover of documents and

other relevant materials between the

outgoing and the new member.

Please confirm that requirement under last part of

this clause reading as:

"Change of resource should be notified to

purchaser 30 days in advance and MSI/SI shall

ensure a minimum of 15 days of overlap in

activities to ensure proper knowledge transfer

and handover/takeover of documents and other

relevant materials between the outgoing and the

new member"

shall not be applicable in cases of change in

resource due to unforeseen reasons like

termination etc.

Tender clause remains the same

Page 104: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

39 3.9.11 (b)

All the software licenses that MSI/SI

proposes should be perpetual

software licenses. The software

licenses shall not be restricted based

on location or otherwise and the

Purchaser should have the flexibility

to use the software licenses for other

requirements if required.

Since OEM licenses come with usage specific

restriction, the licnese shall be used for the

requirement as per the terms of licenses.

Accordingly, we request deletion of "and the

Purchaser should have the flexibility to use the

software licenses for other requirements if

required" from this clause.

Tender clause remains the same

393.9.14

If a product is de-supported by the

OEM for any reason whatsoever,

from the date of Acceptance of the

System till the end of contract, MSI/SI

should replace the products/solutions

with an alternate that is acceptable to

the Purchaser at no additional cost to

the Purchaser and without causing

any performance degradation. The

Licenses will be in the name of

Purchaser only.

We request you to confirm that Product lifecycle

related commitments under this clause is

applicable only during original contract period

only.

During the contract period

39 3.10.4

In case of any problems/ issues

arising due to integration of the

Infrastructure supplied by the MSI

with any other

component(s)/product(s) under the

purview of the overall solution, the

MSI shall replace the required

component(s) with an equivalent or

better substitute that is acceptable to

Purchaser without any additional cost

to the Purchaser and without

impacting the performance of the

solution in any manner whatsoever.

We request to modify this clause to read as:

In case of any problems/ issues arising due to

integration of the Infrastructure supplied by the

MSI with any other component(s)/product(s)

under the purview of the overall solution for the

reasons attributable to MSI, the MSI shall

replace the required component(s) with an

equivalent or better substitute that is acceptable

to Purchaser without any additional cost to the

Purchaser and without impacting the performance

of the solution in any manner whatsoever.

Tender clause remains the same.

413.18

Warranty

A comprehensive on-site warranty

and Operations & Maintenance on all

goods supplied under this contract

shall be provided by the respective

Original Equipment Manufacturer

(OEM) through MSI/SI till the Go-Live.

The penalties for the SLA during the

warranty period shall be recovered by

the 10% withhold value.

Please confirm that comprehensive warranty and

O&M shall be provided by MSI/SI and OEM will

be responsible for providing standard warranty.

As per the industry standards warranty to be

provided.

Page 105: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

3.21

Penalty for

Delay

The MSI/SI shall perform the

Services and comply in all respects

with the critical dates and the parties

hereby agree that failure on part of

the MSI/SI to meet the critical dates

without prejudice to any other rights

that the Purchaser have, may lead to

the imposition of such obligations as

are laid down in the Delay and

Deterrent Mechanism and/or levy of

penalty as set and/or termination of

the Contract at the discretion of the

Purchaser.

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

The Purchaser may without prejudice

to its right to effect recovery by any

other method, deduct the amount of

penalties from any amount belonging

to the MSI/SI in its hands (which

includes the Purchaser’s right to

claim such amount against MSI/SI s’

Bank Guarantee) or which may

become due to the MSI/SI. Any such

recovery or penalties shall not in any

way relieve the MSI/SI from any of its

obligations to complete the Works or

from any other obligations and

liabilities under the Contract.

Since the penalty is supposed to act as detterent,

we request that Penalty shall be capped to

maximum 12% of total cost of Work (excluding

O&M cost) Value.

We further request that SLA penalty during O&M

phase shall be capped to maximum 10% of total

cost of quarterly O&M Value.

Please refer corrigendum

51

3.28

Payment

Schedule

End-to-End connectivity of completed

segment of network with set of

Blocks, GPs and Pseudo GPs

Please clarify the definition of "Pseudo GP".

As per Tender condition

51

3.28

Payment

Schedule

End-to-End connectivity of completed

segment of network with set of

Blocks, GPs and Pseudo GPs

we request you to confirm that if End-to-End

connectivity of Segment of network with set of

Blocks and GPs is pending due to reasons not

attributable to the MSI, then proportionate

payment for completed GPs will be released to

MSI.

Please refer corrigendum

543.34

ArbitrationArbitration

Any dispute or difference whatsoever arising

between the parties to the Contract, out of or

relating to the construction, meaning, scope,

operation or effect of the Contract or validity of

the breach thereof, which cannot be resolved

through amicable formal negotiation process,

shall be referred to a sole Arbitrator to be

appointed by the Managing Director, TANFINET.

The Arbitration shall be held in Chennai, India and

the language shall be English only.

Tender clause remains the same.

563.43

Force MajeureForce Majeure

We request deletion of references to "Purchaser

decision being final and conclusive"Tender clause remains the same

57

3.45

Conditions

implacable in

Warranty and

O&M period

MSI/SI shall not remove any trained

team positioned on ground for

maintenance during the entire period

of contract.

It may not be pragmatic to retain same team on

ground during entire contract period of 8 years,

request you to delete this requirement.

Tender clause remains the same

57

3.45

Conditions

implacable in

Warranty and

O&M period

Cyclones that are not above the

speed of 100 km/h shall not be

considered as force majeure.

Preventive measures for cyclone are undertaken

based on the forecast while actual intensity of

cyclone may vary. Hence, request consideration

of force majeure situation on case to case basis.

Tender clause remains the same

Page 106: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

60~63 3.57 SLA Penalty for SLA breach

Please confirm that

1. Since the SLA targets are monthly, penalty

amount shall be calculated at monthly gross

revenue of O&M instead of QGR.

2. We understand that the penalty for MTTR

breach of a fiber cut will be calculated on O&M

value of applicable GP.

As per Tender condition

103

5.3 b

Network should be highly

interoperable thus enabling third party

to provide, wide range of services.

Clarity is needed on the scope of interoperability

Integration with multiple OEM devices to support

providing connectivity to other networks

105

5.5 v

MSI to perform the site readiness

inspection as per the approved

survey report format.

Understand each of package owners (Package A

and Package B,C,D) will be carrying out their

surveys independently without any dependency

on each other.

Overlapping portion to be planned together

accordingly.

1075.6 Other

provisioning

activities

MSI shall be equipped with

Warehouse management

(Store/inventory

Understand that each package owners will have

own warehouses and management system.

Kindly confirm

Tender clause remains the same

138 5.18 d

MSI shall perform the first Line

Maintenance as well as Second line

maintenance of all

equipment (active and passive)

supplied under this tender.

We understand that First Line Maintenance and

second Line Maintenance means L1 and L2

Support. Please elaborate more clearly.

Tender clause remains the same

107

5.6 Other

provisioning

activities

MSI shall be equipped with

Warehouse management

(Store/inventory Please explain whether dedicated warehouse is

required in O&M phase or not.

Also, please allow SI to use the available space

of sites ( GP and others) to store the ciritical

spares.

Tender clasue remains the same, SI to manage the

inventory and warehouse at his level

60~63 3.57 SLA Penalty for SLA breach Penalty on SLA breach should be different in case

of different POP's. Also Penalty of SLA should be

different for UG and OH links and also the

different for GP/mandal/core rings / linear.

Please change it as per the industry standard Tender clasue remains the same.

Helpdesk

g) b 5.6

Helpdesk should have minimum 8-

member team which shall have 2

members form each package.

Depends on the bidder selection

MSI/SI should provide manpower

accordingly.

As per the clauses and activities defined in further

clauses, 2 members from each packages will not

be sufficient. Please define the activities of

Helpdesk manpower too. Please refer corrigendum

h) Helpdesk

Manpower

a) 5.6

The MSI/SI shall deploy adequate

manpower as required for managing

all the sites to meet the SLAs as per

the criteria mentioned in the tender

document.

This clause is saying adequate resources while

the clause (Helpdesk g-b) is saying two

resources for each package.

2 members required from each SI for implementation

and adequate members for operational period.

5.7 Indicative

NOC

Manpower 5.7

MSI shall provide indicative manpower

for NOC and Helpdesk management. The

manpower would be utilised during the

operation and maintenance phase of

network management.

This clause is contradictory as different manpower is

being asked in different clauses for helpdesk.

2 members required from each SI for implementation

and adequate members for operational period.

5.7

Indicative

NOC

Manpower 5.7

MSI shall provide indicative

manpower for NOC and Helpdesk

management. The manpower would

be utilised during the operation and

maintenance phase of network

management.

Will NOC and Helpdesk have same location or

same manpower ?

To be provided to successful Bidder during

implementation.

5.7

Indicative

NOC

Manpower 5.7

NOC team shall work with helpdesk

team understand the network

problems and supports in rectifying

the same. NOC team supports

preparing SLA reports quarterly and

monthly using the tools deployed at

NOC. All necessary periodic backup

to be performed on weekly basis.

Please increase the number of NOC resources

as the activities defined in the RFP is quite more

and complicated as compare to the number of

minimum resources required. Tender clasue remains the same

Page 107: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

3.45

Line/Stanza 3 3.45

MSI/SI shall respond to the tickets and

requests from the OSS tool integrated

with external applications like mobile

app and undertake required activities.

We understand that proper OSS tool will be the part

of SOR material in RFP. Tender clasue reamins the same

3.45

Line/Stanza

8 3.45

In case of theft/physically damaged,

repair not possible, the equipment

shall be replaced on Purchaser’s cost

after due recommendation of

designated representative of

Purchaser. In case of theft, such

requests for replacements shall be

submitted by the MSI/SI along with

the copy of FIR lodged. In such

cases, Purchaser will pay for material

charges only.

In this scneario, cost of workmanship should also

be borne by Purchaser. Tender clause remains the same

SLA

3.57

All the Network Equipment installed

and commissioned at NOC and core

PoPs

NOC and Core POP's SLA should not be same.

Please change it as per Industry standard Tender clause remains the same

SLA Calculation Example

Calculation of Uptime.

In case an overall system uptime of 99.5% ( or

any other uptime) shall be maintained by the MSI

as part of warranty/AMC. Uptime shall be

calculated on monthly basis as given below:-

(a) Number of GP/NE’s = A

(b) GP’s / NE’s Downtime = B ( in hrs )

(c) Total Ideal Uptime = ( A x 30 x 24 ) = C ( in

hrs )

(d) Planned Event’s downtime in relevant month =

D in hrs

(e) Total Achieved Uptime (of GP’s / NE’s) in a

month = E = ( C – B – D ) in hrs

(f) Uptime (of GP’s / NE’s) in % = F = ( E / C ) x

100 = ((C – B – D ) / A ) x 100.

For calculation purposes the duration shall be

taken as 24 hours per day and not as business

hours.

Planned outages of equipment due to upgrades/

preventive maintenance shall not be counted

towards downtime of the equipment.

Suitable SLA tool shall be provided by

Purchaser/Customer to facilitate continuous

monitoring of uptime from NOC/SOC Tender clasue remain the same

General General General Please clarify if Make in India Policy/Local

Content is applicable in this RFP as per order No.

P-45021/2/2017-B.E.-II dated 15th June 2017

circulated/issued by Department of Industrial

Policy and Promotion, Ministry of Commerce and

Industry, Government of India and Order No P-

45021/2/2017-PP(BE-II) DATED 29th May 2019

issued by Department of Promotion of Industry

and Internal Trade, Ministry of Commerce and

Industry, Government of India

Tender clasue remains the same

Page 108: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

113

Ref No:

NIT/TANFINET

/001/PACKAG

E-A

Clause

no.5.6.1.f.4.d

The MSI shall provide a web enabled

helpdesk management system with

SMS and email based and Whatsapp

based alert system for the Helpdesk

Call management and SLA reporting.

Whether SMS gateway/subscription will be in the

scope of bidder or the same will be under the

scope of purchaser.

1. If it is to be in bidder's scope, then please

share the specification of SMS, Count of SMS

subscription to be considered.

2. We understand that only text based alert will be

required in whatsapp.

As per the tender clasue necssary implementation to

be taken care.

99

Ref No:

NIT/TANFINET

/001/PACKAG

E-A

4.25.2

Package A

Financial Bid

Point No. B.1

B.1 Workstation - Development

We understand that the bidder will provide

workstation for development only.

NOC area including workstation placement details

in terms of area, infra, cooling, electrical work,

passive work etc. will be under purchaser's

scope.

Kindly confirm if bidder's understanding is correct. SDC will be NOC location with required

infrastructure, MSI to implement the soltuion and

components at SDC.

104

Tender Ref:

NIT/TANFINET

/001/PACKAG

E-A

Section V –

Scope of Work

5. SCOPE OF

WORK

5.4 Scope of

Work

c. Integration of all Active electronics

and associated components across

the State to NOC implying overall

coordination of commissioning and

continuous operation of the complete

network comprising of OFC and

active electronics.

Since there is dependency on Pkg B, C, D for

OFC infrastructure readiness. The continuous

operations are subject to OFC delivery by Pkg B,

C & D, hence requesting to modify the clause as

follows:

"c. Commissioning of all Active electronics and

associated components. Overall coordination and

continuous operations across the complete

network - State to NOC is subject to OFC

network availability and optional." The acceptance

criteria should be considered as per the link

availability

Tender clause remains the same

107 - 109

Tender Ref:

NIT/TANFINET

/001/PACKAG

E-A

Section V –

Scope of Work

5. SCOPE OF

WORK

5.6.1 Package

A

a) Network Design Principles

b) Prerequisites for Pop

Implementation

c) Site Survey at PoPs

d) Network Design – BharatNet

Phase 2

Pls clarify the architecture of GP connectivity as

ring architecture (both block and GP Type 1).

There is ambiguity in below mentioned clauses

where linear architecture is impressed upon in

contradiction to both the feature set asked for and

diagram showing dual home ring of Type 1 GPs

and block ring connectivity over a separate

dedicated fiber pair on Page No. 109:

"a) Network Design Principles

1. Network is designed as linear architecture

connecting all GPs as per the design of the

Purchaser using IP-MPLS Routers.

2. GPs and Blocks are interconnected on linear

fashion within the district and between districts.

3. All GPs and Blocks are connected on linear

fashion with OFC traversing through identified

110 KV Substations of TANTRANSCO.

GP Level Architecture:

1. GP to GP connectivity along the linear string...

2. About 25% of the linear strings connecting GP

to GP...

4. Packet switched linear network to be formed

to connect GPs...

6. Not more than 15 GPs shall be on one linear

string...

"

Tender clasue remain the same

Page 109: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

431.6. Serial no

17

Output Connection : Minimum 10A X 3

nos - Indian Socket inbuilt to the UPS

back. One of these O/p Socket shall be

Programmable with settable time so as

to increase the back-up time for critical

load

Request to change : " Output Connection : Minimum

6A X 3 nos - Indian Socket inbuilt to the UPS back".

Max load connected to the UPS System is Router,

Switches by using output from the UPS System to UPS

DB ( for power distribution ). It is not applicable for

Programmable socket and backup time for critical

load. It will add extra cost hence recommeding to

delete the operation of programmable indian

socket. Tender Clasue remains the same

441.6. Serial no

27.a

Measurements (On LCD) : Input &

Output Voltage, Input & Output

Frequency, Bypass: Voltage & Frequency,

Remaining time & Battery Level

Indicator, Load Level indicator, Fault

codes, Estimated or running autonomy

time, UPS alarm

enable or disable, Overload, Short

circuit, Low Battery.

As per the industry standard, remaining time and

battery level indicator not available with UPS OEMs

Request to Change the clause as follows:

"Measurements (On LCD) : Input & Output Voltage,

Input & Output Frequency, Bypass: Voltage &

Frequency, Battery Level Indicator, Load Level

indicator, Fault codes, UPS alarm enable or disable,

Overload, Short circuit, Low Battery "

Tender Clasue remains the same

441.6. Serial no

27.b

Fault Indication (On LCD) :Bus start fail,

Bus over & under, Inverter soft start

failure, Inverter voltage high & low,

Inverter output short, Battery voltage

high & low, charger output short, over

temperature, overload, charger failure,

over input current, over input current,

battery not connected, over charge, EPO

enable, Programmable output enable.

Request to Change the clause as follows:

The above parameters are specific to OEM hence

Request to Change : " Fault Indication (On LCD) :Bus

start fail, Bus over & under, Inverter voltage high &

low, Inverter output short, Battery voltage high &

low, over temperature, overload, charger failure ".

Tender Clasue remains the same

441.6. Serial no

27.c

Settable data : Inverter voltage &

frequency, Frequency converter, ECO

mode, ECO voltage range, Bypass

setting, Bypass voltage range, Autonomy

limitation setting, Battery total Ah

setting, Charger current, Bypass

frequency range,

Programmable outlet, Programmable

outlet setting,

Charger boost & float voltage setting,

EPO logic setting,

Isolation transformer O/P (if applicable

in design of OEM), Display setting for

autonomy, Acceptable input

voltage range.

The above parameters are specific to OEM hence

Request to change : "Settable data : Inverter voltage

& frequency, Frequency converter, ECO mode, ECO

voltage range, Bypass setting, Bypass voltage range,

Charger current, Bypass frequency range, Charger

boost & float voltage setting "

Tender Clasue remains the same

441.6 ( Sr. No. -

27. C)

Settable data:

Inverter voltage & frequency, Frequency

converter, ECO mode, ECO voltage

range, Bypass setting, Bypass voltage

range, Autonomy limitation setting,

Battery total Ah setting, Charger current,

Bypass frequency range, Programmable

outlet, Programmable outlet setting,

Charger boost & float voltage setting,

EPO logic setting, Isolation transformer

O/P (if applicable in design of OEM),

Display setting for autonomy, Acceptable

input voltage range.

1. Charging current is auto settable as per the AH

rating ,stage of charging and the charger current limit.

So, charger current settable by User not required.

We request you to remove the requirement of

"Charger current" under Settable data .

2. No where in main specs mentioned about the

output isolation transformer but in the settable data

it is mentioned. So it is irrevalent. Need to be

removed or clarified.

Tender Clasue remains the same

Page 110: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

471.8 ( Sr. No. -F

)f) Electrical Work

In UPS specs, it is already defined about the Inbuilt

Indian sockets for output. But here the UPS DB is

mentioned. So please clarify this point whether

required as addition or not.

mains DB (for UPS input and other load like lights etc)

and output UPS output DB (specific for racks and

critical load) to be proposed. Please add in BOQ.

Kindly confirm

Tender Clasue remains the same

451.7. Serial no

17

Output Connection : Minimum 10A X 3

nos - Indian Socket inbuilt to the UPS

back. One of these O/p Socket shall be

Programmable with settable time so as

to increase

the back-up time for critical load

Request to change : " Output Connection : Minimum

6A X 3 nos - Indian Socket inbuilt to the UPS back".

Max load connected to the UPS System is Router,

Switches by using output from the UPS System to UPS

DB ( for power distribution ). It is not applicable for

Programmable socket and backup time for critical

load. It will add extra cost hence recommeding to

delete the operation of programmable indian

socket.

Tender Clasue remains the same

461.7. Serial no

27.a

Measurements (On LCD) : Input &

Output Voltage, Input & Output

Frequency, Bypass: Voltage & Frequency,

Remaining time &

Battery Level Indicator, Load Level

indicator, Fault codes, Estimated or

running autonomy time, UPS alarm

enable or disable, Overload, Short

circuit, Low Battery.

We understandRequest to Change : "Measurements

(On LCD) : Input & Output Voltage, Input & Output

Frequency, Bypass: Voltage & Frequency, Battery

Level Indicator, Load Level indicator, Fault codes,

UPS alarm enable or disable, Overload, Short circuit,

Low Battery "

Tender Clasue remains the same

46a) Earthing

specifications

Earthing of equipment should be

provided by connecting two earth

tapes/copper wire from the frame of

the component ring and will be

connected via several earth

electrodes and the cable arm must be

earthen through the cable glands/end

termination.

To avoid ground differential, earthing

should be done for the complete

power system that should provide

proper earthing facility to UPS

systems, Power distribution units etc.,

and should ensure whether all

associated metallic objects within the

premises that are likely to be

energized by electric currents should

be effectively grounded

The earth link or electrode system

must be with sufficient low resistance

range of 0 to 2.5 ohm. For critical

infrastructure, as per the standard

practices, it is necessary to provide

two separate earthing pits for general

earthing (Main) and UPS.

As quantities of the Earth pit is already provided

in the SOR/BOQ , Kindly clarify the clause for the

several earth electrode in the ring topology. As

per telecom standards earthing for GP/Block

should be 0 to 5 Ohm. Kindly confirm.

As per our understanding, Bidder will provide the

earthing as per the quantities provided in the

SOR.Kindly confirm

Tender Clasue remains the same

44

3.20 Time

Schedule –

Package B, C & D Deliverable

We recommond to allow package B , C & D for

commissioning of GP go live declaration if Router

under package A is not commissioned in 1 Month

post intimation of Package B , C & D for OFC

Readiness. Tender clause remain the same

119

a) Survey

Approach

4. Locations not feasible to connect

on wired medium to be connected on

Radio connectivity. Survey to be

conducted to assess the line of sight

and tower height requirement and

other details for implementation.

(Annexure – List location and

Medium).

Request to Please add the Radio Equipment

Supply & Services line item in BOQ for

commercial submission purpose. Please refer corrigendum

Page 111: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

121

Tender Notice

e) As-Built

Diagrams Points 1, 2, 3, 4, 5, 6, 7, 8

The GIS system reference in these points is implying

that a robust Fiber management system that not only

captures the fiber network elements and display

them as features on a map, a detailed cable plant

management at the fiber core/strand level, splicing,

connectivity etc is required too. Please clarify. Tender Clasue remains the same

43 3.19 Time Schedule

As the activities involve extensive scope, request

you to modify the following timelines as well:

a. 10% GPs - T0 + 180 days

b. 20% GPs - T0 + 210 days

c. 30% GPs - T0 + 240 days

d. 45% GPs - T0 + 270 days

e. 60% GPs - T0 + 300 days

f. 90% GPs - T0 + 360 days

g. 100% GPs - T0 + 390 days

T0 - Date of award of contract

Please refer corrigendum

43 3.19 Time Schedule

Understand that TANFINET will issue a GO for all

state/central authorities (Muncipal corporations,

SH, PWD, NHAI, NH, forests etc) to issue ROW.

As the project is of national importance it is

suggested that SI start the work post formal

intimation to authority.

Further, any delay in ROW will be excluded from

the timeline of the project.

State level Row approvals will be supported by

TANFINET, Central authorities to be handled by SI.

44 3.2

End-to-End connectivity of GPs of

the Package as per the prescribed

schedule

AS the timelines for commissioning package

B,C.D is dependent on active and infra

deployment, any delay due to equipment and infra

installation should be excluded from project

timelines for package B,C,D. Kindly confirm. In

case, any delay beyond 30 days from the date of

end to end fiber readiness, request to accept the

fiber network based on OTDR readines and

release the payment. Once the equipments are

installed, the GP equipments can be integrated.

Please refer corrigendum

24 2.29Current Capex and Opex considered

as 67% and 33% respectively

Request to please consider Capex at 75% and

Opex at 25% and accoridngly change the

payment schedule for Opex given at page no 50

Please refer corrigendum

50 3.28 Given payment schedule for Capex

Request to please change the payment schedule

as per below:

1- Mobilization Advance: 20% of Capex value as

interest free advance against submission of

Advance Bank Guarantee of equivalent amount.

2- Payment Against Supply: 70% amount of

Capex value against delivery & inspection of

material on a pro-rata basis adjusted to

mobilization advance (if any)

3- 20% amount of capex value as payment

against End-to-End connectivity of completed

segment of network with set of GPs (Location)

with Block on a pro-rata basis

4- 10% balance Capex value on commissioning

of entire network. This amount can also be

claimed against submission of bank guarantee

along with milestone no 3

Tender clasue remains the same

Page 112: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Price bid

Format

Request to please review Price bid format as in

case of Services Quantities - Mentioned only 1

while unit is given as Kms.

Please refer corrigendum

Price bid

Format

Capex and Opex formats are not aligned with

price bid formats as Table B mentioned in the

RFP is missing in price bid excel template

Please refer corrigendum

101 5.4

Phase 1: Survey, Design, Installation and

Commissioning of all necessary

components to build Optic Fibre

Network infrastructure from Block to GP.

We understand that TANFINET will provide the

planned KMZ Route details for Survey & analyse the

project before award of LOA. Please confirm.Planned KMZ route details will be provided

101 5.4

Phase 1: Survey, Design, Installation

and Commissioning of all necessary

components to build Optic Fibre

Network infrastructure from Block to

GP.

We understand that TANFINET will provide the

GIS Latitude and Longitude of all Block and

Grampanchyat locations before award of LOA.

Please confirm.

yes will be shared post LOA

112 5.6 b

Prerequisites for Pop

Implementation: Block PoPs

4. MSI should do necessary electrical

and civil work as required.

We understand that MSI Package A will take care

of required Civil & Electrical work. Package D

should only install the Rack , FDMS & Should

take care of Fiber cabling only. Pls confirm.

Yes understanding is in line with Tender condition.

112 5.6 b

Prerequisites for Pop

Implementation:

Type 1 Gram Panchayat PoPs

3. MSI should do necessary electrical

and civil work as required.

We understand that MSI Package A will take care

of required Civil & Electrical work. Package D

should only install the Rack , FDMS & Should

take care of Fiber cabling only. Pls confirm.

Yes understanding is in line with Tender condition.

112 5.6 b

In case of PoPs where the equipment

should be installed, does not have

appropriate plug points/wiring, the MSI

shall draw the electrical wiring from the

nearest junction box via network rack

with proper fittings

We understand that EB upgrade will be taken care by

TANFINET in case sufficient power is not available

from Electricity board. Further Tanfinet will pay for EB

provisioning (connection) as well as recurring

charges. Pls confirm.

Tender clause remains the same.

112 5.6 b Block to GP connectivity

We understand that no cable termination will be

done at Substation and we need to lay the cable

in substation. Pls confirm,

Yes, Understanding is in line with tender conditon

113 5.6 d

6. Not more than 15 GPs shall be on one

linear string (this can vary depending on

the ground demands and availability of

required dark fibre).

We understand that 6F termination in each GP is not

required in this architecture. Pls confirm.

Tender clasue remain the same

114 5.6 f 10. Assets inventory management

We understand that Passive inventory management

system is not part of Assets inventory management

system. Only Active inventory management needs to

be considered which is part of Package A. Kindly

confirm there is no scope for the same for Package

BCD

Assest management inventory include all components

115 5.6 i

Service fulfilment: as defined by the Tele

Management Forum’s (TMF) Enhanced

Telecom Operations Map (eTOM).

Kindly provide detailed scope for service fulfilment

Tender clasue remain the same

119 5.6.2

a. SI shall conduct Survey for the

routes and PoPs across locations of

their packages as per the GIS maps

shared by the Purchaser.

We request TANFINET to share the GIS maps to

plan the pre RFP Survey for better commercial

bid submission & to analyse the risk.

Will be shared with successful bidder during LOA

119 5.6.2

b. Further optimization of the route shall

be carried by SI to arrive at optimal route

plan for connecting locations across the

State, SI shall generate survey reports

along with As-Build Diagram for

identified OFC routes and submitted the

report to Purchaser.

We understand that As-Build diagram for identified

OFC routes needs to be submitted post the execution

of OFC work. Pls confirm.

Tender clasue remain the same

Page 113: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

119 5.6.2

d. Medium of connectivity for

BharatNet Phase 2 shall be as

follows.

1. 48 Fibre ADSS cable through

Gram Panchayat to Block on

TANGEDCO poles.

We understand that TANGEDCO poles GIS

Latitude & longitude will be shared by TANFINET.

Pls confirm.

Will be shared with successful bidder during LOA

119 5.6.2

d. Medium of connectivity for

BharatNet Phase 2 shall be as

follows.

1. 48 Fibre ADSS cable through

Gram Panchayat to Block on

TANGEDCO poles.

We understand that TANGEDCO poles which are

on Road network need to be used for Aerial

Cable laying. This will increase the Network

uptime & ease of O&M in future. Please confirm.

Tender clause remains the same

119 5.6.2

i. Coordination with various agencies

like CPSU, Local Administration,

agencies appointed by Purchaser

including TPA, PMA, BBNL PMUs

etc. for Site Access, RoW and for end-

to-end implementation and

submission of documentations.

We understand that TANFINET will provide the

Government Order (GO) as blanket approval for

all authorities before award of LOA. Pls confirm.

State ROW approvals will be facilitated by

TANFIENT, central approvals under the scope of SI

119 5.6.2

k. Real time updating of data in Project

Monitoring Tool and any other identified

monitoring tools like Mobile App., GIS

platform etc., as required by the

Purchaser.

We understand that MSI Package A will provide the

GIS & Project management tool along with Mobile

Application for Package B , C & D. Pls confirm.Yes. It will be provided by MSI Package A

114 5.6.2

11. During the survey, the SI shall

consider connectivity to GP based on

optimal path for fibre layout covering

maximum population en-route.

We understand that Poplulation details of All

Gram panchyat will be provided by TANFINET.

Please confirm.

Will be shared with successful bidder during LOA

121 5.7.1

12 - A comprehensive documentation

folder in soft copy (in Video format,

KMZ format and MS Excel) to be

submitted on the completion of the

survey

We request TANFINET to allow Web based 360

degree Panoromic Photogrammatry based

application in place of Video Submission. This will

help to record the data on Web based application

& easy to access any timer by searching the GIS

Lat long. Pls allow SI to use the 360 degree

Panoromic Photogrammatry application.

Minimum is specified in tender document SI utlisize

any method for survey

123 5.7.1

1. The survey should start from

specified 110 KVA TANTRANSCO

substation location and traverse via

distribution poles of TANGEDCO

through GPs until they reach next 110

KVA TANTRANSCO substation

location to create linear chain.

We understand that TANFINET will share the GIS

lat long & address of 110 KVA TANTRANSCO

substation location. Pls confirm.

Will be shared with successful bidder during LOA

123 5.7.1

4. Locations not feasible to connect

on wired medium to be connected on

Radio connectivity. Survey to be

conducted to assess the line of sight

and tower height requirement and

other details for implementation.

(Annexure – List location and

Medium).

Please share the maximum Linear length of OFC

which can be used for GP connectivity by 24F

cable.

Will be shared with successful bidder during LOA

123 5.7.1viii. Height of installation of optical

fibre cable in different poles/rotes.

We request TANFINET to remove this as part of

Survey report as this will be decided during the

Cable installation period.

Tender clause remains the same

125 5.7.1

1. Capturing the route coordinates of

each HT Pole and coordinates of

PoPs, and joint enclosures with the

GIS.

We understand that poles which are on Road

network need to be used for Aerial Cable laying

and poles in the private (farm land , etc) will not

be used and new poles needs to be installed in

those cases. Please confirm

Tender clause remains the same

125 5.7.1

1. Capturing the route coordinates of

each HT Pole and coordinates of

PoPs, and joint enclosures with the

GIS.

incase if the poles availabe in the provate land

has to be use kindly confirm the below :

1.Access to use these poles will be responsibility

of TANFINET.

2.In case of cable damages for such routes (Due

to Burning of crop, intentional cuts etc) would be

treated as force majure.

Tender clause remains the same

Page 114: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

125 5.7.1

2. Recording the availability of HT line

Poles along the route identified by

Purchaser and to record the places

where the new PSC poles to be

erected.

We understand that SI should not use low-tension

line poles to deploy the OFC cable. Pls confirm.

As per BBNL Engineering Instrcution

48

2. TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D

4. Underground (OFC Cable): 144

pair ADSS on power lines: As per

TEC GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

Request to add 144 F OFC cable in SOR line

item as same will be used for Overlap sectioned.

Tender Clause remains the same

34 3.1 Definitions

“Project Go-Live” means the date 30

days from the date on which the

electronics for all the GPs covered

under BharatNet Phase 2 of Tamil

Nadu are commissioned and

discovered in NMS at SHQ S-NOC

and End-to-End Acceptance Test

certificate has been issued for Fibre

infrastructure and electronics.

We request you to modify the clause to read as:

“Project Go-Live” means the date on which the

electronics for 90% of all the GPs covered under

BharatNet Phase 2 of Tamil Nadu are

commissioned and discovered in NMS at SHQ S-

NOC and End-to-End Acceptance Test certificate

has been issued for Fibre infrastructure and

electronics.

Tender clause remains the same

35 3.2 (i)

(i) In the event of an inconsistency

between the terms of this tender and

the Bid, the terms & conditions hereof

shall prevail.

Request deletion of this point as vendor's bid

needs to be read in totality.

Tender clause remains the same.

353.3

No Assigment

The agreement shall not be assigned

by the MSI/SI to any individual or

agency/company or body corporates,

save and except without the prior

consent in writing of the Purchaser,

which consent the Purchaser shall be

entitled to decline without assigning

any reason.

We request you to modify the clause to read as:

The agreement shall not be assigned by the

MSI/SI to any individual or agency/company or

body corporates, save and except without the

prior consent in writing of the Purchaser, which

shall not be unreasonably withheld by the

Purchases.

Tender clause remains the same.

38 3.9.4

Purchaser reserves the right to

require changes in personnel which

shall be communicated to MSI/SI.

MSI/SI with the prior approval of the

Purchaser may make modifications to

the project team. MSI/SI shall provide

the Purchaser with the resume of Key

Personnel and provide such other

information as the Purchaser may

reasonably require. The Purchaser

also reserves the right to interview

the personnel and reject, if found

unsuitable. In case of change in its

team members, for any reason

whatsoever, MSI/SI shall also ensure

that the exiting members are replaced

with at least equally qualified and

professionally competent members

accepted by purchaser, after

interview by purchaser if required.

Change of resource should be notified

to purchaser 30 days in advance and

MSI/SI shall ensure a minimum of 15

days of overlap in activities to ensure

proper knowledge transfer and

handover/takeover of documents and

other relevant materials between the

outgoing and the new member.

Please confirm that requirement under last part of

this clause reading as:

"Change of resource should be notified to

purchaser 30 days in advance and MSI/SI shall

ensure a minimum of 15 days of overlap in

activities to ensure proper knowledge transfer

and handover/takeover of documents and other

relevant materials between the outgoing and the

new member"

shall not be applicable in cases of change in

resource due to unforeseen reasons like

termination etc.

Tender clause remains the same

39 3.9.11 (b)

All the software licenses that MSI/SI

proposes should be perpetual

software licenses. The software

licenses shall not be restricted based

on location or otherwise and the

Purchaser should have the flexibility

to use the software licenses for other

requirements if required.

Since OEM licenses come with usage specific

restriction, the licnese shall be used for the

requirement as per the terms of licenses.

Accordingly, we request deletion of "and the

Purchaser should have the flexibility to use the

software licenses for other requirements if

required" from this clause.

Tender clause remains the same.

Page 115: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

393.9.14

If a product is de-supported by the

OEM for any reason whatsoever,

from the date of Acceptance of the

System till the end of contract, MSI/SI

should replace the products/solutions

with an alternate that is acceptable to

the Purchaser at no additional cost to

the Purchaser and without causing

any performance degradation. The

Licenses will be in the name of

Purchaser only.

We request you to confirm that Product lifecycle

related commitments under this clause is

applicable only during original contract period

only.

Tender clause remains the same.

39 3.10.4

In case of any problems/ issues

arising due to integration of the

Infrastructure supplied by the MSI

with any other

component(s)/product(s) under the

purview of the overall solution, the

MSI shall replace the required

component(s) with an equivalent or

better substitute that is acceptable to

Purchaser without any additional cost

to the Purchaser and without

impacting the performance of the

solution in any manner whatsoever.

We request to modify this clause to read as:

In case of any problems/ issues arising due to

integration of the Infrastructure supplied by the

MSI with any other component(s)/product(s)

under the purview of the overall solution for the

reasons attributable to MSI, the MSI shall

replace the required component(s) with an

equivalent or better substitute that is acceptable

to Purchaser without any additional cost to the

Purchaser and without impacting the performance

of the solution in any manner whatsoever.

Tender clasue remain the same

413.18

Warranty

A comprehensive on-site warranty

and Operations & Maintenance on all

goods supplied under this contract

shall be provided by the respective

Original Equipment Manufacturer

(OEM) through MSI/SI till the Go-Live.

The penalties for the SLA during the

warranty period shall be recovered by

the 10% withhold value.

Please confirm that comprehensive warranty and

O&M shall be provided by MSI/SI and OEM will

be responsible for providing standard warranty.

Tender clause remains the same

44~463.20

Time Schedule

If the bidder fails to

complete the deliverables ad per the

stipulated time schedule, then a

penalty of 10% of total cost of the un

delivered Portion of the Project

(excluding O&M cost) of incomplete

GPs shall be deducte.

We request you to modify the clause to

incorporate the following:

1. Penalty shall be 0.5% per week of delay

applicable on value of delayed portion of work

instead of 10% flat penalty for missing the

milestone

2. Penalties shall be imposed for delays due to

reasons attributable to MSI

3. Penalty amount due to the missed milestones

shall be imposed only once, at the time of Project

Go-Live for all the missed milestones. In case the

MSI completes the Project Go- Live deliverables

on time, the penalties accumulated till then shall

not be imposed.

Please refer corrigendum

Page 116: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

3.21

Penalty for

Delay

The MSI/SI shall perform the

Services and comply in all respects

with the critical dates and the parties

hereby agree that failure on part of

the MSI/SI to meet the critical dates

without prejudice to any other rights

that the Purchaser have, may lead to

the imposition of such obligations as

are laid down in the Delay and

Deterrent Mechanism and/or levy of

penalty as set and/or termination of

the Contract at the discretion of the

Purchaser.

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

The Purchaser may without prejudice

to its right to effect recovery by any

other method, deduct the amount of

penalties from any amount belonging

to the MSI/SI in its hands (which

includes the Purchaser’s right to

claim such amount against MSI/SI s’

Bank Guarantee) or which may

become due to the MSI/SI. Any such

recovery or penalties shall not in any

way relieve the MSI/SI from any of its

obligations to complete the Works or

from any other obligations and

liabilities under the Contract.

Since the penalty is supposed to act as detterent,

we request that Penalty shall be capped to

maximum 12% of total cost of Work (excluding

O&M cost) Value.

We further request that SLA penalty during O&M

phase shall be capped to maximum 10% of total

cost of quarterly O&M Value.

Please refer corrigendum

51

3.28

Payment

Schedule

End-to-End connectivity of completed

segment of network with set of Blocks,

GPs and Pseudo GPs

Please clarify the definition of "Pseudo GP". Further,

we request you to confirm that if End-to-End

connectivity of Segment of network with set of Blocks

and GPs is pending due to reasons not attributable to

the MSI, then proportionate payment for completed

GPs will be released to MSI.

Tender clasue remain the same

563.43

Force Majeure

3.43

Force Majeure

We request deletion of references to "Purchaser

decision being final and conclusive"Tender clause remains the same

128 5.9

Purchaser will select a Third-Party

Agency (TPA) for monitoring of the

implementation of projects on various

Parameters. TPA shall verify and

certify the quality as well as quantity

of the of work done for material,

OTDR Testing, End to End Testing,

checks and review of trenching,

installation of OFC /Duct, refilling of

trench, splicing etc. for all 100% sites.

In case of TPA involvment in Operation phase,

TAT of TPA in case of documents verification and

approval should be predefined. Aside in case of

more time being taken by TPA to apporve

monthly or quarterly reports, payments of SI

should not be on hold. This understanding should

be cleared at the time of start of Operation

period.

TAFINET will have conditions and SLA mentioned for

TPA regard to the contract of TPA

60~63 3.57 SLA Penalty for SLA breach

Penalty on SLA breach should be different in case

of different POP's. Also Penalty of SLA should be

different for UG and OH links and also the

different for GP/mandal/core rings / linear.

Please change it as per the industry standard

Please refer corrigendum

48

3.21

Penalty for

Delay

Penalty shall be capped to maximum

20% of total cost of Work (excluding

O&M cost) Value.

We further request that SLA penalty during O&M

phase shall be capped to maximum 10% of total

cost of quarterly O&M Value.

Please refer corrigendum

Page 117: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

129 & 130 5.12

Patrolling teams shall consist of 1

member for every 250 PoPs on monthly

basis. They should cover the route of the

OFC laid to check the health of the

network and address all emergency

issues on immediate basis. Patrolling

team shall also conduct periodic

assessment of the Network through

Helpdesk.

Each patrolling team should update their

location along with the photograph of

the fault location in the mobile

application.

The Patrolling team shall be equipped

with all Vacuum Cleaner and other

cleaning accessories and repair tool kit

during O&M phase to handle the

periodic maintenance of the network

health.

A person with a two-wheeler may be

engaged to clean the PoPs using a

Vacuum Cleaner at every VPSC and BPSC.

13,500 PoPs should be cleaned within 15

days, which means every team should

cover 80 PoPs in 15 days.

As per this clause, One Patrolling team should have 4

Patroller for 250 PoP's (80*4 = 320). This will be a

very big team and high cost for maintenance. Please

elaborate more about the same. Two visits in a

month at every PoP location may not required as it

will be in controlled and secured environment.

Please refer corrigendum

h) Helpdesk

Manpower

a)

5.6

The MSI/SI shall deploy adequate

manpower as required for managing

all the sites to meet the SLAs as per

the criteria mentioned in the tender

document.

This clause is saying adequate resources while

the clause (Helpdesk g-b) is saying two

resources for each package. Kindly clarifyAdequate manpower for operational period and 2

manpower from each SI during implementation

period.

137 5.15

The details of the manpower

deployment at the NOC, districts and

field staffs for maintenance.

Please elaborate the resource required for district

level SI shall prepare the resource plan. Refer section 5.15

137 5.15

FRT shall be positioned strategically

for a geography of 50 km radius thus

enabling the team to provide faster

response on fault rectification.

It will be SI's own strategy to keep the resources

to adhere the SLA

Tender Clause remains the same

137 5.15

Material storage locations with

adequate capacity across the state to

speed up material delivery during fault

to reduce MTTR.

SI understands that Purchasar will provide

spaces in all the PoP's to procure the critical

spares

Material storage under the scope of SI/MSI

139 5.18.1

The qualified Service Personnel of

the OEM shall undertake preventive

maintenance (Cleaning of UPS and

Batteries, checking fitment of internal

and external hardware and heating of

the UPS, Cleaning of PCBs if any and

operating power parameters,

Checking of input/output voltage of

batteries etc.) as per the standards of

the OEM which shall be shared to be

Purchaser by the MSI.

Please change the word Qualify Service

Personnel of the OEM to Qualified Service

Personnel from the OEM.

Tender clause remains the same

GeneralAll Packages-

B, C, DGeneral

Kindly share the location details along with Kmz

file. The details will be shared with the successful bidder

43

3.19 Time

Schedule -

Package A

Other Milestones for Package A will

be based on commissioning in GPs

which is same as milestones for other

packages

We recommond to allow package A for

commissioning of GP go live declaration if OFC

of Package B , C & D is not commissioned in 1

Month post intimation of Package A for router

installation.

Tender clasue remain the same

44

3.20 Time

Schedule –

Package B, C

& D

Deliverable

We recommond to allow package B , C & D for

commissioning of GP go live declaration if Router

under package A is not commissioned in 1 Month

post intimation of Package B , C & D for OFC

Readiness.

Tender clasue remain the same

Page 118: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

25 2.30.1

The Sole Bidder and each of the

Consortium members should be

registered under Companies Act, 1956 or

Companies Act 2013 or as amended and

should have at least 3 years of

operations in India as on bid submission

date.

Note: Consortium is limited to 2

members including Lead Bidder

1. Current qualification criteria is drafted in such a

way that any company (irrespective of project

experiece/ similar project expereience) which can

fulfill the turnover criteria can qualify for bidding. As

the projects are critical in nature considering the

timeline of execution, complexity nature of project

(specific skill sets are required), we strongly beleive

that for successful execution of project companies

with relavant experiece should be considered for

particiaption.

2.Making lead bidder/compnaies without any past

experiece of similar project execution eligible for

participatition would create an non -level playing field

- as such companies would not know the challanges,

risk associated with execution and thus companies

with experience of similar projects would tend to

become non competitive wrt these companies. Please refer corrigendum

26 2.30.4

Package B, C & D:

Bidder must have experience in

‘Installation, Testing and

Commissioning of Aerial Optical Fibre

Cable (24 and above core

ADSS/OPGW and accessories) of at

least 5000 km

Or

Experience in 'Laying, Installation,

Testing and Commissioning of

Underground Optical Fibre Cable,

PLB Duct and accessories of at least

5000 km after 1st April, 2016

We propose to increase the qualification

requirement to minimum 20000kms of "Laying,

Installation, Testing and Commissioning of

Underground Optical Fibre Cable, PLB Duct and

accessories or/ and Aerial Optical Fiber Cable of

24F and above" from 1st April 2016. Please refer corrigendum

Suggestion Include OEM qualification criteira (for OFC)

As time is essence for completion of project, it

becomes equally important to ensure that availability

of OFC (which is the key fator for such project). In

order to ensure the same - we propose to include the

OEM /OFC qualifiaction criteria.The factors that

should be considered for qualifing the manufacturers

should be on

1. Size of the company

2. Installed Manufacturing Capacity

3. Quality Certification

4. Past supply experience - in order to ensure the

capability to supply such huge quantities.

The detail qualification criteria can be considered

from other state governement tenders like-

1. Andhra Pradesh, 2. Telangana, 3. Maharashtra etc. Tender clause remains the same

13 1.1.4 Routers should support coherent

DWDM with flexible grid support

/ OTN.

Any specific reason why DWDM/OTN

support is required in Core IP/MPLS Router

in the NOC?

For the future long distance/ inter city network

the proosed routers will be connected to the

DWDM network, so the support has been

asked.

Page 119: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

99 4.25.2 Table

A (A)

NOC IT Components a. Application load Balancer missed for

application to run in HA mode

b. AAA or ISE Server required for access

control of all the IP/MPLS network

elements

c. Access control for entry and exit in NOC

d. Ip telephony Services for O&M support

it requires EPABX system system.

e. Ip address management system to keep

track of the IP schemas and assignments is

missing.

f. UPS is missing for the NOC IT devices

will they provide by SDC

a. Application Load Balancer- not required

b. AAA- is required for IP MPLS

authentication. SI to provision the same.

c. NOC will be co-located at the SDC. No

separate ACS is required.

d. Not required

e. SI to provide the IP Address Management

System.

f. NOC will be co-located at the SDC. No

separate UPS/ DG set is required.

18 Line Item 13 Network and application level

attacks ranging from malformed

packet attacks to DoS attacks,

Support RSA and Diffie-Hellman,

MD-5, SHA-1, SHA-128, SHA-

256.

recommended is sha 512 on 64 bit

Systems for key strength

E1 interfaces are not mandatory.

21 1.1.8( Point

17 )

Proposed solution should

integrate with L2/L3 network

device. Each HCI node must be

configured with at least 4 x 10G

Ethernet ports.

recommending 40 Gig for Data traffic

interface for vms on HCI to minize the

delay on application access

The understanding is correct. The proosed

routers will be connected to the DWDM

network, so the support has been asked.

42 1.5 The number of 100G ports and throughput

planned for the Block router will not be

sufficient to current and future demands

considering that there is no room for

expanding the same and due to the

geographic conditions, some times there

could be more than 2 blocks interconnected

sing 100G links. This project is being

planned for 7 years and the capacity

requirements and interface requirements

will change very fast. The Block node

should be planned to have at least

600Gbps throughput and an additional

100g port capacity of 4 for future

requirement.

Minimum technical requirement is given in the

RfP. However, bidder can propose the better

solution meeting the functional requirement of

the RfP.

Page 120: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

42 1.5 The number of 10G ports and throughput

planned for the Type 1 router will not be

sufficient to current and future demands

considering that the peak customer base

that could be served is 8000 which is

approximately 2000 households even if you

take 10Mbps per household with a

contention ratio of 1:20 the bandwidth

requirement per GP will be 1Gbps but if

you plan for other enterprise services like

tower connectivity, Wifi connectivity and

other IoT devices traffic the bandwidth

requirement per GP would be 2Gbps. A

maximum of 15 GPs are planned per linear

string. In the scenarios where you have

these linear strings, there will be need for

additional 10G ports to cater to the

cascading traffic demands. It is better to

plan for additional 4 10G ports instead of 2

to cater to the future demands. Box

throughput can be adjusted to 64Gbps

No change in the RfP specification.

6 1.1.1 4G and 5G backhaul should be

supported at all nodes

Wat is the interface required on the Node ?

(e.g. Ethernet)

The interfaces requirement is Ethernet.

6 1.1.1 Service edge Nodes should

support layer2 VPN, layer3

VPN,IPTV and multicast VPN

and Cable TV transmission.

what is Cable TV transmission? Is it RF

input ?

Query not clear

6 1.1.1 Packet clock and Sync E should

be supported for connecting

Telco

does nodes require E1 interfaces ? Block Router:

100GO- (2,2)

10GO- (8,8)

1GO- (4,4)

1GE- (4,2)

SI should propose the router with 700Gbps

capacity considering the scalability

requirement.

13 1.1.4 Routers should support coherent

DWDM with flexible grid support

/ OTN.

Our understanding is DWDM network will

be in the near futurebut not now. Is it

correct ?

The understanding is correct. The proosed

routers will be connected to the DWDM

network, so the support has been asked.

6 1.1.1 Router should be able to support

distributed BRAS functionality

with min 64K subscribers as and

when required.

is 64K is the maximum subscriber sessions

that should be supported by BRAS ?

RfP requirement is clear.

108 5.6.1 High level Network Diagram –

TN BharatNet and Network

Design – BharatNet Phase 2:

Type1,Type2, Type3 devices are

mentioned. But In rest of the Document

There is no Type-3 device is mentioned. Refer corrigendum

108 5.6.1 High level Network Diagram –

TN BharatNet

NOC and EB POPs are connected via

TNSWAN network and there is no

information about it.

NOC is integrated to TNSWAN PoP. EB

location no PoP deployement just cable

traverse via TNEB location

19 1.1.7 Ports & Performance

Requirement

There is no device mentioned with said

Port and Performance requirement.The requirement is for the core switch

42 1.5 GP Type II, GP Type I, and

Block Router Ports

Specifications

Port density is very Less in Block, GP

type1 and GP Type II don’t even have futue

requirement. 4 100G, 24x10G interfaces in

Block router and 2x100G, 24x10G

interfaces in GP type 1 is recommended.

Block Router:

100GO- (2,2)

10GO- (8,8)

1GO- (4,4)

1GE- (4,2)

SI should propose the router with 700Gbps

capacity considering the scalability

requirement.

Page 121: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

43 1.5 GP Type II, GP Type I, and

Block Routers: Routes and

Addresses

GP Type is mentioned as L2 switch and

requirement of router capabilities are

mentioned.GP Type 2 is a router only. SI to propose the

solution the accordingly.

10 B- Common

Guidelines

Regarding

Compliance

of

Equipment/S

ystem

The user interface of the system

should be a user-friendly

Graphical User Interface (GUI).

Core Routers and switches at NOC wont

usually have GUI.

EMS/ NMS to have the required GUI.

108 1.5

(Tendernotic

e-Tamilnadu

OFN

Package A)

Type 2 Gram Panchayat PoP: L2

switches with 1 Gig Interface for

connectivity to Type 1 PoPs or

Block PoPs.

in Annexure_A_TecGRs document it was

mentioned as GP Type II, GP Type I, and

Block Router Specificatins in Page no:41Refer corrigendum

41 1.5 in

Annexure_A

_

The Router should support

Copper, Fibre Ethernet, 1G, 10G

and 100G Interfaces consistent

with Tables 1, 2, 3 and 4 that are

given in the sequel, for each type

of router

Copper for 100G port in not possible.

100G and 10G interfaces are SFP and not

copper.

15 1.1.4.1 NOC Router Specifications NOC and Internet Router Minimum

Requirements Descriptio were same.IGW

router port specifications were not

mentioned.

Internet Gateway should have minimum

12x10G and 8x1G SFP interfaces and the

router should support Minimum 400 Gbps FD.

26 2.30 Sr No 4 Package A:

1. The Bidder must have

experience in commissioning at

least 1500 Nos of IP-MPLS

Carrier grade Routers for

Telecom Service Providers, after

1st April 2016.

2. The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support

System (OSS & BSS) in two

projects catering to

Telecommunication/Wireline/Cell

ular Network service sectors in

India after 1st April 2016

1) we request to consider experience in

commissioning of IP/MPLS routers for

Private/Government/Telecom/IT service

providers in last 5 years .

2) We request you to change the

experience in commissioning of IP/MPLS

routers to 500 nos in last 5 years in

Telecom/Government/Private sector as

many of the projects have been completed

in last 5 years using IP/MPLS technology.

3) As many of the projects have been

executed in last 5 years we request you

change the clause as below

" The Bidder must have the experience in

implementing and maintaining Operations

Support System & Business Support

System (OSS & BSS) in two projects

catering to

IT/Telecommunication/Wireline/Cellular

Network service/Government sectors in

India in last 5 years".

Refer corrigendum

3.9 Refer corrigendum

11 (c) Refer corrigendum

49 Annexure- A

Clause No. 2

2.1

1

24F S & P Module- 19-inch

Rack Mountable, 1U height, with

1 nos of 12F Splicing Trays,

each preloaded with 12 Nos.

single fibre pigtails of 0.9mm

SCAPC/SCPC connectorized

and 1.5 meters in length & 12

Nos. of SCAPC/SCPC Adaptors.

The pigtails shall be color coded

for easy identification

Considering the requirement of S&P

module of 24F capacity the no. of splice

trays required with 12F capacity should be

2 nos., if we need to terminate 24 Fibres.

Please confirm.Two nos splice trays are required for the

termination of 24 F OFC

39 All the OEMs that Bidder

proposes should have Dealer

100% component is not applicable for DPL

from OEM hence request to remove/relax

Page 122: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

49 Annexure-A

Clause No. 2

2.2

1

48F S & P Module- 19-inch

Rack Mountable, 2U height , with

1 nos of 12F Splicing Trays,

each preloaded with 12 Nos.

single fibre pigtails of 0.9mm

SCAPC/SCPC connectorized

and 1.5 meters in length & 12

Nos. of SCAPC/SCPC Adaptors.

The pigtails shall be color coded

for easy identification

Considering the requirement of S&P

module of 24F capacity the no. of splice

trays required with 12F capacity should be

4 nos., if we need to terminate 24 Fibres.

Please confirm.

Four numbers of splice trays required for the

termination of 48 F OFC

61 Annexure-A

Clause No. 3

3.6

2

General- Floor mount Rack – 42

U with heavy duty extruded

Aluminum Frame for rigidity. Top

cover with FHU provision. Top &

Bottom cover with cable entry

gland plates. Heavy Duty Top

and Bottom frame of MS. Two

pairs of 19” mounting angles with

‘U’ marking. Depth support

channels - pairs

Please specify wether we need PG glands

or grommets. Also the number of ports and

size requirements.

PG glands/ grommets can be used. Ports and

size to be considered as per the design

requirement.

61 Annexure-A

Clause No. 3

3.6

2

General- Floor mount Rack – 42

U with heavy duty extruded

Aluminum Frame for rigidity. Top

cover with FHU provision. Top &

Bottom cover with cable entry

gland plates. Heavy Duty Top

and Bottom frame of MS. Two

pairs of 19” mounting angles with

‘U’ marking. Depth support

channels - pairs

Please specify the number of ports and

size of the ports required?

Ports and size to be considered as per the

design requirement.

61 Annexure-A

Clause No. 3

3.6

2

General- Floor mount Rack – 42

U with heavy duty extruded

Aluminum Frame for rigidity. Top

cover with FHU provision. Top &

Bottom cover with cable entry

gland plates. Heavy Duty Top

and Bottom frame of MS. Two

pairs of 19” mounting angles with

‘U’ marking. Depth support

channels - pairs

Please specify the depth of supporting

channels

The depth of supporting channels to be

considered as per the equipment dimension.

61 Annexure-A

Clause No. 3

3.6

6

Door- Both the front and rear

doors should be designed with

quick release hinges allowing for

quick and easy detachment

without the use of tools.

Please specify wether the doors should be

with single panel or 2 panelsFront door: Single panel

Rear door: Single / double depeneding upon

the space available

61 Annexure-A

Clause No. 3

3.6

6

Door- Both the front and rear

doors should be designed with

quick release hinges allowing for

quick and easy detachment

without the use of tools.

Please specify wether the doors should be

3 point lock or 2 point lock?

Locks to be provided as per the type of the

door.

61 Annexure-A

Clause No. 3

3.6

2

C

Racks should have Rear Cable

Management channels, Roof and

base cable access.

Please specify wether the cable managers

should be verticle or horizontal?Bidder to consider the cable managers

(verticle or horizontal) as per the design

requirement.

61 Annexure-A

Clause No. 3

3.6

2

C

Racks should have Rear Cable

Management channels, Roof and

base cable access.

Please specify the size of cable managers?

As per the design requirement.

61 Annexure-A

Clause No. 3

3.6

2

B

All racks should have mounting

hardware 2 Packs, Blanking

Panel.

Please specify the size of blanking panels?

As per the design requirement.

61 Annexure-A

Clause No. 3

3.6

4

Power- Power Distribution Unit

Vertically mounted 2 nos - 06/16

Amp Industrial socket-6 socket

with Complete hardware

accessories.

Please specify the size of power

distribution unit?Bidder to design the PDUs as per the device

connectivity requirement in the rack.

Page 123: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

61 Annexure-A

Clause No. 3

3.1

Block Location - Modular

Network Rack (42 U)

Please specify the colour requirements of

the rack?Black colour would be preferable.

61 Annexure-A

Clause No. 3

3.1

Block Location - Modular

Network Rack (42 U)

Please specify the net weight requirements,

if any? The load bearing capacity of the rack should

be min. 750kg.

61 Annexure-A

Clause No. 3

3.1

Block Location - Modular

Network Rack (42 U)

Please specify the frack finish

requirements, if any?As per RfP requirement.

61 Annexure-A

Clause No. 3

3.1

Block Location - Modular

Network Rack (42 U)

Please specify the IP rating requirements, if

any?As per RfP requirement.

41 1.5 GP Type

II, GP Type I,

and Block

Router

Specification

The product offered, or the family

should be CE 2.0 compliant

The product offered, or the family should be

CE 3.0 certified

The product offered, or the family should be

CE 2.0 or higher certified.

40 D- Block &

Gram

Panchayat –

Technical

Specification

The Router should support the

following:

OSPF, BGP, IS-IS, IP Multicast,

PIM, IGMP/ IGMPv1/v2/v3,

MLDv2, MPLS, L2VPN, L3VPN,

Segment Routing / seamless

MPLS, BGP-LS /LU, VPLS/H-

VPLS, RSVP/FRR, BFD for IPv4

and IPv6.

The Router should support the following:

OSPF, BGP, IS-IS, IP Multicast, PIM,

IGMP/ IGMPv1/v2/v3, MLDv2, MPLS,

L2VPN, L3VPN, Segment Routing,

seamless MPLS, BGP-LS, LU, VPLS, H-

VPLS, RSVP, FRR, Flex Algo and BFD for

IPv4 and IPv6.

Bidder to propose the solution with segment

routing functionality in addition to the RfP

requirement.

40 D- Block &

Gram

Panchayat –

Technical

Specification

The Router should support the

following features: 802.1Q, LFA,

VLAN Stacking (Q-in-Q), Y.1731,

802.1ag, ERPS-G.8032 / FRR,

LACP, etc

he Router should support the following

features: 802.1Q, T I - LFA, R-LFA, SR

MPLS, VLAN Stacking (Q-in-Q), Y.1731,

802.1ag, ERPS-G.8032 / FRR, LACP, etc. No Change in the RfP specification

40 D- Block &

Gram

Panchayat –

Technical

Specification

Additional points - Request to

add to RFP

The router should support Segment routing

based - Traffic Engineering, Convergence,

Segment routing - EVPN, TI- LFA, R-LFA,

Binding SID, Anycast SID, On demand next

hop, SR MPLS & SRv6 readyNo Change in the RfP specification

40 D- Block &

Gram

Panchayat –

Technical

Specification

Additional points - Request to

add to RFP

The proposed router should support the

following label depth: Label Depth @ GP

type 2 - 5, GP Type 1 - 7 and Block – 10.No Change in the RfP specification

40 D- Block &

Gram

Panchayat –

Technical

Specification

Additional points - Request to

add to RFP

Router should have mechanism to change

IGP path selection behaviour within same

IGP process to create end-to-end network

software slice for different traffic types for

different customers & applications with

path selection criteria such as IGP metric,

TE-Metric , low-latency on the same

physical network.

No Change in the RfP specification

40 Functional

requirement

Additional points - Request to

add to RFP

The High level design and low level design

for Tanfinet should be done by the selected

IP-MPLS OEM only. 10% of the network

should be deployed by the IP-MPLS OEM. No Change in the RfP specification

Page 124: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

40 Functional

requirement

Additional points - Request to

add to RFP

The deployment of the entire network

should be done using an automation

platform, the automation platform should be

furnsihed by the IP-MPLS OEM for the

duration of plan, design , Build phase.No Change in the RfP specification

40 Functional

requirement

Additional points - Request to

add to RFP

The automation platform should also be

able to automated service provisioning like

Layer 3 MPLS VPN , Layer 2 MPLS VPN,

Mulitcast VPN, Layer 2 Point to point

services etc , this shoould be done by the

IP-MPLS OEM only. The solution should be

included and should be scalable in future

with addition of required hardware and

software.

No Change in the RfP specification

17 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :5

HA configuration that uses

dedicated HA-control interfaces

apart from the mentioned traffic

interfaces.

We should have required dedicated HA

port, we can use data ports for dedicated

HA connectivity.No Change in the RfP specification

17 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :7

Should support up to 20 Million

Concurrent sessions and at least

500,000 sessions per second.

Should support up to 20 Million Concurrent

sessions and at least 200,000 sessions per

second with AVC OnKindly read as "Should support up to 20 Million

Concurrent sessions and at least 200,000

sessions per second"

17 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :8

Should provide 80 Gbps Firewall

Throughput and IPS throughput

20 Gbps.

Should support 25 Gbps of NGFW (FW,

AVC and IPS) real-world / production

performance / 64KB / 1024B NGFW for Datacenter:

1. Should have the Threat Prevension

throughput including FW, IPS,

Antivirus/Antimalware, Antispam and URL

filtering of min. 10 Gbps

2. 10x10G SFP interfaces from day1

NGFW for DMZ:

1. Should have the Threat Prevension

throughput including FW, IPS,

Antivirus/Antimalware, Antispam and URL

filtering of min. 15 Gbps

2. 10x10G SFP interfaces from day1

18 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :11

4 x 100 Gig Ports and 8 x 10G

Ports

The appliance should support atleast 6 *

10G Gigabit ports and 4 * 40G and should

be scable for additional 8*10G/4*40G for

future scalabiltyNGFW for Datacenter:

1. Should have the Threat Prevension

throughput including FW, IPS,

Antivirus/Antimalware, Antispam and URL

filtering of min. 10 Gbps

2. 10x10G SFP interfaces from day1

NGFW for DMZ:

1. Should have the Threat Prevension

throughput including FW, IPS,

Antivirus/Antimalware, Antispam and URL

filtering of min. 15 Gbps

2. 10x10G SFP interfaces from day1

18 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :17

Stateful and stateless and Zone-

based device.

Stateful and Zone-based device.

Kindly read as "Stateful and Zone-based

device"

18 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :23

Stateful and stateless and Zone-

based firewall.

Stateful and Zone-based Firewall

Kindly read as "Stateful and Zone-based

device"

Page 125: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

18 1.1.6 Next

Gen Firewall

at Data

Center and

DMZ :26

Support for IPv4, RIPv2, OSPF,

BGP, VLAN, DHCP. Support for

IPv6 RIPng, OSPFv3.

Support for IPv4, OSPF, BGP, VLAN,

DHCP. Support for IPv6 OSPFv3.

Kindly read as "Support for IPv4, OSPF, BGP,

VLAN, DHCP. Support for IPv6 OSPFv3".

20

1.1.8 Hyper

Converged

Infrastructure

The proposed solution should be

in the leaders quadrant by latest

FY18/19 Gartner Report for

Hyper Converged Infrastructure.

The proposed HCI solution should be in the

leaders quadrant in latest FY18/19 Gartner

Report for Hyper Converged Infrastructure.

The solution components quoted including

HCI system , hypervisor, server, network

switch should be listed as a leader in

Gartner’s Magic Quadrant for Hyper-

converged infrastructure, Hypervisor,

modular servers and Data Center

Networking respectively

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

Each node in both the HCI

clusters must be configured with

Intel Skylake processor with at

least 20 cores useable (without

any HCI overhead). Besides,

each node should have at least

192 GB useable DDR4 memory

(without any HCI overhead).

Each node in both the HCI clusters must be

configured with Intel Xeon Cascade Lake

processor with at least 20 cores useable

(without any HCI overhead). Besides, each

node should have at least 216 GB useable

DDR4 2933 MHZ memory (without any HCI

overhead).

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The management HCI cluster

must be configured with at least

64 TB of usable capacity (even

after one node failure scenario)

in the HCI cluster, after providing

for not more than 1:1.25 data

efficiency due to compression

and de-duplication. Erasure

coding should be deployed for

cold data not exceeding 40%.

The solution should be

provisioned with minimum 10%

SSD.

Each HCI Cluster (Management &

Application) should be configured with at

least 64TB usable capacity (even after one

node failiure). The capacity to be

configured with minimum data protection of

replication factor 2 or equivalent or higher.

The solution should support de-duplication

and compresion on day 1 with necessary

licenses. For storage sizing maximum of 15

% de-duplication savimg & 20 %

compression savings can be assumed.

The solution should be proposed using

Hybrid HCI Cluster nodes (which uses SSD

drives for caching & HDD for Capacity Tier

configured as per best practices of the

OEM. The HCI should be propsed with 12G

SAS 10K RPM SFF (Small Form Factor)

drives or higher HDDs for capacity tier for

all server nodes.Any other capacity

required for meta data, host maintenance

mode, component rebuilds etc. should be

factored over and above the capacity.

Refer corrigendum

Page 126: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20

1.1.8 Hyper

Converged

Infrastructure

The proposed solution should

support all leading Virtualization

Software; viz., VMware ESXi,

Microsoft Hyper-V, Open KVM,

and XenServer. HCI solution

must support industry-leading

protocols NFS, iSCSI & SMB.

The proposed HCI Solution should support

leading Virtualisation software viz- VmWare

ESXi & Microsoft Hyper-V. The HCI Nodes

need to be licensed with Virtualization

software. Virtualization layer shall be

deployed directly on the bare metal server

hardware with no dependence on a general

purpose OS for greater reliability and

security. It should be Industry Standard

software and no proprietary software is

allowed.

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI solution for

both management and

application cluster should use

Erasure Coding for cold data.

Please remove this line as it is vendor

specific

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The proposed solution should

independently scale storage and

compute as and when needed

without any downtime. HCI

should support storage

expansion without any

virtualization license implication

for “only storage” expansion.

The proposed solution should

independently scale storage and compute

as and when needed without any

downtime. The HCI solution should support

scaling hyperconvered

node(compute+storage), compute-only,

storage-only(HDDs) independent of each

other under a single cluster.

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI solution must

have metadata distributed on all

nodes in a cluster i.e. each node

in the cluster should carry

information about data lying

across every other node in the

cluster (including its own), while

maintaining the capacity

utilization /and distribution across

all nodes uniform at all times.

The HCI software should pool all HDDs

from all the nodes in the cluster to present

a single storage resource pool to all server

nodes in the cluster. Similarly, the HCI

software should pool all SSDs from all the

nodes in the cluster to present a single

storage cache pool across the HCI nodes.

The capacity utilisation / and distribution

should be uniform across all nodes in the

cluster

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI solution

should be able to create multiple

logical unit (LUN's) for storage,

with the ability to support

different policy for de-duplication

and compression, across LUNs.

The proposed HCI solution should be able

to create multiple logical unit (LUN's) / data

store for storage, which can be used for

different purposes as per organisation

requirements

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI solution must

support Hybrid and All flash

nodes in same cluster without

impacting any functionality

The proposed solution should support

either hybrid or all flash nodes in same

cluster for future scalability, so that

performance of the cluster is not impacted.

Refer corrigendum

20

1.1.8 Hyper

Converged

Infrastructure

The proposed solution must

have capability to support HCI

nodes with different models

(same OEM) / different CPU and

Memory / Disks configurations in

the same cluster without any

impact on storage

services/functionalities.

The proposed solution must have capability

to support nodes with same/different CPU

& Memory configurations in the same

cluster

Refer corrigendum

Page 127: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20

1.1.8 Hyper

Converged

Infrastructure

All the required Hypervisor

Licenses and the associated

Hypervisor Management should

be included in the solution.

Besides, all the required

software and associated licenses

to protected east-west traffic by

leveraging VM-based attributes

such as VM names, Security

tags, OS type, port number etc.

should be included

All the required Hypervisor Licenses and

the associated Hypervisor Management

should be included in the solution.

Refer corrigendum

21

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI solution must

provide logging, analysis, and

reporting facilities related to

operations, performance,

storage, CPU utilization

management on a per VM basis.

The prposed HCI Solution should hae a

dashboard to monitor & manage virtual

machines, network, storage, monitor

performance and manage events & alerts.

HCI solution should provide enhanced

visibility into storage throughput and

latency and IOPS that can help in

troubleshooting storage performance

issues.

Refer corrigendum

21

1.1.8 Hyper

Converged

Infrastructure

The proposed solution should

support multi-site (One-to-Many

and Many-to-One) replication of

data.

The prposed HCI Solution should support

replication to another HCI cluster

Refer corrigendum

21

1.1.8 Hyper

Converged

Infrastructure

Proposed solution should

integrate with L2/L3 network

device. Each HCI node must be

configured with at least 4 x 10G

Ethernet ports.

Proposed solution should include 2 Nos of

48 port 25 Gbps switch to connect HCI

Nodes. Each Node should have 4 x 25

Gbps Ethernet ports configured with

necessary cables and SFP transceivers to

connect to respective ports on the HCI

Switch. The proposed switch should be non

blocking architecture, offering line rate

speed of 25 Gbps per port. The switch

should be able to connect to uplink network

at 10 Gbps / 25 Gbps / 40 Gbps or 100

Gbps and minimum 4 uplink ports should

be available per switch. The switch should

have a throughput of 3.2 Tbps or higer and

the switch latency should be 1 micro

seconds or less.

Refer corrigendum

21

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI should

support native (without any third

party software) File Services

over NFS, CIFS, and SMB and

file replication across clusters

and data centres.

The proposed HCI should be able to

provide File Services over NFS,

CIFS/SMB.

Refer corrigendum

21

1.1.8 Hyper

Converged

Infrastructure

The proposed HCI solution

should support data at rest

encryption without using any

specialized hardware. Additional

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

The network switch should support QoS to

streamline HCI network traffic to improve

traffic filtering, segmentation and

performance. Network QoS should be

configured on the switch during the Cluster

setup

Refer corrigendum

Page 128: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

Each HCI Node should be 2U Rack

Mountable Server, as a single node, NOT

in a chassis consisting of multiple nodes as

a group

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

Every HCI Node should be a factory

integrated HCI APPLIANCE

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

HCI solution should support for increasing

capacity by adding CPU, Memory or any

other devices to virtual machines on an as

needed basis without any disruption in

working VMs running windows and Linux

operating system.

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

The solution should support Compression

& De-duplication, snapshots, cloning and

replication features from day one & the

same should be licensed for entire cluster

including any other licenses required for the

HCI Cluster

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

Proposed HCI solution should support

GPUs, as required.

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

It should be possible to upgrade all the

major components - Server Firmware,

Virtualisation & HyperConverged Software

from a Single pane of glass. It should also

support the capability to upgrade them on

an individual basis as needed - for

example, update only HyperConverged

Software with out updating the

Virtualisation software ; or update only the

Server Firmaware wiht out updating the

HyperVisor software etc.

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

Virtualization layer should support live

migration of running virtual machines from

one physical node to another with zero

downtime, continuous service availability,

and complete transaction integrity

transparent to users.

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

All servers together should be fully

manageable remotely through a single

graphical interface–including access to the

console and remote media, over a TCP/IP

network. Any software/hardware/ licenses

for this are to be provided.

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

The proposed solution should support

integration with NAS, FC, FCoE and iSCSI

SAN Storage from leading vendors for

greater manageability, flexibility and

availability

Refer corrigendum

Page 129: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

The solution should have multiple

vSwitches for network traffic segregation.

Various network traffics such as

management , storage, virtual machine,

vMotion etc. in the HCI should be

segregated on to independent virtual switch

for improved traffic management and

scaling. The procedure must be fully

automated in the HCI installation. Any

license required should be provided on day

1. Virtualization software should provide a

virtual switch which can span across a

virtual datacenter and multiple hosts should

be able to connect to it. This in turn will

simplify and enhance virtual-machine

networking in virtualized environments and

enables those environments to use third-

party distributed virtual switches.

Refer corrigendum

1.1.8 Hyper

Converged

Infrastructure

Additional points - Request to

add to RFP

Server hardware should comply to the

below security management features

- HW root of trust

- System lock down

- HW policy based security

- Anti-Counterfeit

- Secure BIOS recovery

- Digitally Signed Firmware

Refer corrigendum

16 8

The operating system of the

switch shall have a microkernel-

based architecture.

Some Switch OEMs support Multicore

CPU architecture only. Hence we request

to modify it as "The operating system of the

switch shall have a microkernel-based /

multicore CPU architecture "

Accepted.

16 16

Shall support link aggregation

using LACP as per IEEE

802.3ad. The router shall support

IEEE 802.3ad link aggregation of

minimum of 16 links within a

single bundle.

8 links on a ether channel is industry

standard. Hence request to modify it as

"Shall support link aggregation using LACP

as per IEEE 802.3ad. The router shall

support IEEE 802.3ad link aggregation of

minimum of 8 links within a single bundle"

No change in the RfP specification

17 25Should support H/W based IPv4

and IPv6 Multicasting.

Some of the Switch OEMs support S/W

based IPV4 & IPV6 Multicasting. Hence

request to modify it as "Should support

H/W or S/W based IPv4 and IPv6

Multicasting."

Accepted.

17 27

Should support Protocol

Independent Multicast - Sparse

Mode and PIM - SSM, MSDP.

Request to allow equivalent protocols for

MSDP. Should support Protocol

Independent Multicast - Sparse Mode and

PIM - SSM, MSDP/equivalent

Accepted.

Page 130: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 3

The management HCI cluster

must be configured with at least

64 TB of usable capacity (even

after one node failure scenario)

in the HCI cluster, after providing

for not more than 1:1.25 data

efficiency due to compression

and de-duplication. Erasure

coding should be deployed for

cold data not exceeding 40%.

The solution should be

provisioned with minimum 10%

SSD.

Request to modify as "Should have a

Hardware RAID + RAIN architecture or a

RF3 + Erasure Coding architecture in case

of RAIN only with a minimum 2 disk failure

per Node." This will allow all OEMs to

quote.

Refer corrigendum

20 4

The proposed solution should

support all leading Virtualization

Software; viz., VMware ESXi,

Microsoft Hyper-V, Open KVM,

and XenServer. HCI solution

must support industry-leading

protocols NFS, iSCSI & SMB.

Solution must be hypervisor agnostic and

should support atleast 2 hypervisors.

Please specify supported and future

hypervisors.

Refer corrigendum

20 5

The proposed solution should

provide hyper-converged

software that allows delivery

of storage services across any

type of disks (SSD, SAS, and

NLSAS), without dependence on

a separate Storage Area

Network & associated

component such as SAN

Switches & HBAs.

The proposed solution must be able to

provide enhanced functionality by including

the following available without compromise

in function or performance in both Hybrid

as well as All Flash Nodes: Better of this

converted to ALL Flash Storage

Refer corrigendum

20 6

The proposed HCI solution

should be fully software defined

and should not leverage any

specialized (proprietary)

hardware to run virtualization

layer with virtual storage

appliance, or for providing data

services such as de-duplication

and compression.

Proposed solution must be based on

converged IT infrastructure platform that

integrates storage, compute, networking,

hypervisor, real-time deduplication,

compression, and optimization along with

powerful data management, data

protection, and disaster recovery

capabilities in a standard x86 server

building block.

Refer corrigendum

20 7

The proposed HCI solution for

both management and

application cluster should use

Erasure Coding for cold data.

This clause is not allowing all OEMs to

participate. Hence please modify it as

"Should have a Hardware RAID + RAIN

architecture or a RF3 + Erasure Coding

architecture in case of RAIN only with a

minimum 2 disk failure per Node."

Refer corrigendum

20 13

The proposed solution should be

scalable to 64 nodes in the same

cluster without any federation.

To allow all OEMs to quote request to

modify it as "The proposed Solution should

be scalable to minimum 32 nodes in a

cluster "

Refer corrigendum

8

Provide FOA (Field Operation

Assistance) for field engineers. Pls clarify does it means that a field force

system has to be provided as part part of

the NMS solution to assist field teams in

work order management.

Refer corrigendum

25 2.3, Point 4.

The Bidder must have the

experience in implementing and

maintaining Operations Support

System & Business Support

System (OSS & BSS) in two

projects catering to

Telecommunication/Wireline/Cell

ular Network service sectors in

India after 1st April 2016

Please include the standards in eligiblity

"The product supplied by the OEM should

be in Gartner leaders quadrant for OSS

2019" & "The proposed NMS solution

must be an industry standard solution from

an OEM that is ISO 27034 certified "

Tender clasue remain the same

Page 131: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

25 2.3, Point 4. New Clause Proposed

The proposed NMS solution shall be

offered from OEM meeting the following

criteria:

(i) The OEM is a developer of the quoted

OSS product for last seven (7) years as on

originally scheduled date of bid opening

mentioned above.

(iii) The OEM of the quoted product must

have supplied similar kind of products in at

least two OSS Multivendor project for

Telecom service provider integrating at

least following network technologies within

last 7 years as on the original date of bid

opening. (a) GPON (b) IP-MPLS (c) DWDM

Tender clasue remain the same

25 2.3, Point 4. New Clause Proposed

HelpDesk System:

(i). The proposed Helpdesk tool must be

ITIL Gold-level certified on at least 10+

processes and should be PINK ELEPHANT

/ Axelos Gold level certified on at least 10+

ITIL 2011 processes: Incident

management, Problem Management,

Change Management, Knowledge

Management, Service Level Management,

Service Asset and Configuration

management, Service Catalogue and

Request Fulfilment, etc. The certification

copy to be submitted.

(ii) Proposed helpdesk system must have

done both way integration with proposed

Fault Management system for any Telecom

Service Provider, however the system must

have been commissioned and working in

India. Tender clasue remain the same

There is no sizing input given in

the RFP in terms of what is the

proposed network for which

NMS/EMS has to be sized for.

Requesting to publish a comprehensive list

so that NMS can be sized accordingly.

- Number of network elements for each

network technology

- Vendor Types (make and model)

- Number of EMSs

Bidder to size the license and hardware

requirement for all the applications meeting the

functional and technical requirement of the

RfP.

Page 132: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

22

Annexure A-

Technical

Specification

s (TECGRs) -

clause no.

1.1.9 GIS

Software

license

GIS Software License

We understand that dept is preferring Open

Source/Standards. However, There are

COTS Solution which meets RFP

capabilities out of the box using open

standards and the technical and product

releated documentation are available in the

public domain (for evaluation) which

ensures a faster implementation at a

desired level and support for the entire

project life cycle . We hope department

would accept COTS solution in such cases.

Kindly clarify

Tender clasue remain the same

22

Annexure A-

Technical

Specification

s (TECGRs) -

clause no.

1.1.9 GIS

Software

license, Point

No. 18

GIS tool to be brought in the

name of the authority and will

belong to Authority

it is mentioned that preference is for Open

Source but Incase of purchasing the tool in

the name of authority, Please clarify

whether it is a preference for COTS.

Also consider the vulnerability of using

open source software for a long term

Project, considering the timely availability of

software service packs, API's for

integration, Updation of GIS technology in

par with other related technologies as per

the latest market standards & non

availability of Standard technical/ product

life support commitment from a designated

source.

Tender clasue remain the same

22

Annexure A-

Technical

Specification

s (TECGRs) -

clause no.

1.1.9 - 4

The system shall support server

side Geo-processing

WebGIS System should have the capability

to identify new service connection feasibility

at any given location irrespective of the

distance from the point of availability.

Please confirmTender clasue remains the same

117

Tendernotice

_1 (Package

A) Section V,

Clause No.

5.7.1 -a)

Survey

Approach,

Point No. 8

SI shall carry out the site survey

by capturing on site coordinates

at every 20-30 mtrs through

GIS/Mobile application and

related tools by actual visit to all

locations

Please provide, 1. Total No of GIS Web

Users? 2. Total No of GIS Desktop Users?

3. Total No of GIS Mobile Users? in Project

phase as well as O & M Phase. Also please

mention the preferred Mobile app OS - IOS

or Android?

TANFINET will provide the details during

implementation to successful bidder

118

Tendernotice

_1 (Package

A) Section V,

Clause No.-

5.7.1- a)

Survey

Approach,

Point No. 13

In case of Radio connectivity

equipment requirement and

tower height to be assessed

using GIS tools.

GIS Software should have inbuilt tools to

calculate tower height. Please confirm.

As per the requirement SI to provide GIS

solution

117

Tendernotice

_1 (Package

A) Section V,

Clause No.-

5.7.1 -a)

Survey

Approach,

Point No. 9

Data generated by site survey

shall be shared with TANFINET

and it shall be integrated with

GIS application and with Project

Management tool implemented

by SI.

it is understood that GIS Software should

be equipped with standard API's & also

provide GIS map services of the survey

data collected for integration with Project

Management tool and other IT systems

(OSS, NMS, EMS & BSS). Please confirm As per the requirement SI to provide GIS

solution

Page 133: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

124

Tendernotice

_1 (Package

A) Section V,

Clause No.-

5.7.1- e) As

Built

Diagrams

As-Built Diagrams

We understand the GIS data provided to

the dept should be clean of map topology

between parts of features that are

coincident. which allows to simultaneously

edit features that share geometry. For eg:

OLT, ONT must be in coincident with the

service point. Kindly ConfirmAs per the requirement SI to provide GIS

solution

124

Tendernotice

_1 (Package

A) Section V,

Clause No.-

5.7.1- e) As

Built

Diagrams,

Point No. 2

The SI shall incorporate all

captured data on to the GIS

mapping tool provided to be

visible in the State NOC.

it is understood that the entire hosting &

deploment should be done in the State

NOC which means that in case of cloud

deployment also, it is on premise only. Data

hosting is not allowed outside the State

NOC. Please confirmOnly servers are co located at SDC.

48 to 62Annexure A

2.

2. TECHNICAL

SPECIFICATION - PACKAGE B,

C & D

Items for which TSEC approval

is required as per tender

conditions.

Only TSEC approved Items (wherever

applicable) would be supplied. However, for

the purpose of tendering, we request you to

accept the submission of QF-103 from

OEMs whose applications for TSEC

approval under process. Please confirm.

Refer corrigendum

123 5.7.1.b) 3

Cable loops are to be provided

for future maintenance purposes

at regular spacing. (As per

guidelines of BBNL, Annexure B-

Instruction of Aerial and UG

Cable implementation)

Kindly provide the loop length to be kept in

"Loop & Joint Chambers".

15 -20 Mtrs

14 1.1.4.14

BRAS and

CGNAT

Router should be able to support

distributed BRAS functionality

with min 64K subscribers as and

when required. Besides, the

Router should have hardware

based CGNAT capabilities with a

minimum of 10 Million sessions,

15 Gbps of Throughput and

scalable by 100% in future. This

is to be provided in the Router

with a hardware module or as an

additional device

We understand that the NOC is being

created to facilitate the project rollout for

the 4 packages in Bharatnet Project. Actual

NOC will be built in the new Tamilnet

project where a full fledged NOC will get

deployed As this is going to a be a

temporary NOC, we suggest that the NOC

router with the present specifications

should be replaced with the Block router

specifications to avoid procurement of

additional class of temporary routers. Kindly

confirm.

No Change in the RfP Specification

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

Block Router: 100G Optics(2,0) Block Router should have the flexibility to

support 100G optics with either of 10KM,

40 KM or 80 KM depending upon the field

deployments. We request you to specify

Qty along with the reach for 100G optics. In

order to have uniformity across the

network, we suggest you to consider 100G

optics as 80 KM reach. Please confirm.

Block Router:

100GO- (2,2)

10GO- (8,8)

1GO- (4,4)

1GE- (4,2)

SI should propose the router with 700Gbps

capacity considering the scalability

requirement. SI to propose the Optics as per

the actual distance requirement.

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

Block Router: 10G Optics(4,4) We request you to specify Qty along with

the reach for 10G optics. In order to have

uniform distribution across the network, we

suggest you to consider 10G optics with 40

KM reach. Please confirm.

SI to propose the Optics as per the actual

distance requirement.

Page 134: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

Block Router: 1G Optics(4,4) We request you to specify Qty along with

the reach for 1G optics. In order to have

fair distribution across the network, we

request you to consider equal distribution of

1G optics with 10KM & 40 KM reach.

Please confirm.

SI to propose the Optics as per the actual

distance requirement.

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

GP Type 1 Router: 10G

Optics(2,2)

We request you to specify Qty along with

the reach for 10G optics. In order to have

uniform distribution across the network, we

request you to consider 10G optics with 40

KM reach. Please confirm.

SI to propose the Optics as per the actual

distance requirement.

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

GP Type 1 Router: 1G

Optics(2,4)

We request you to specify Qty along with

the reach for 1G optics. In order to have

uniform distribution across the network, we

suggest you to consider 1G optics with 40

KM reach. Please confirm.

SI to propose the Optics as per the actual

distance requirement.

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

GP Type 2 Router: 1G

Optics(2,4)

We request you to specify Qty along with

the reach for 1G optics. In order to have

uniform distribution across the network, we

suggest you to consider 1G optics with 40

KM reach. Please confirm.

SI to propose the Optics as per the actual

distance requirement.

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

Clause 6) The Router should

support the following: OSPF,

BGP, IS-IS, IP Multicast, PIM,

IGMP/ IGMPv1/v2/v3, MLDv2,

MPLS, L2VPN, L3VPN, Segment

Routing / seamless MPLS, BGP-

LS /LU, VPLS/H- VPLS,

RSVP/FRR, BFD for IPv4 and

IPv6.

Segment Routing protocol is still evolving.

Certain requirements such as QoS-enabled

TE, Resource reservation along with path,

Guaranteed Bandwidth ,Inter-area, Inter-

AS, multicast, Guaranteed deterministic

sub-50ms protection switching etc are

totally solved using MPLS RSVP/FRR.

However these requirements are yet to be

addressed by Segment Routing .

Similarly, BGP-LS/BGP-LU is the

alternative way to MPLS LDP and MPLS

RSVP for sending MPLS label .Likewise,

OSPF and IS-IS are alternative to each

other. They are both link-state routing

protocols used as Interior Gateway

Protocol (IGP). In any given network only

one of them are used.

Moreover LFA as well as FRR are

protocols and methods achieve fast re-

route of traffic. LFA works at IP layer and

FRR works at MPLS Tunnel layer. LFA is

used in conjunction with Segment Routing

to allow quick reaction to the failed next

hop.

It is therefore, requested that wherever

alternatives are available, such as OSPF/IS-

IS, Segment Routing/ RSVP-FRR, BGP-

LU/LDP-RSVP either of these alternative

option be allowed to be used in the

network. We request you to amend the

clause as "“The router should support

BGP, either OSPF or IS-IS, IP Multicast,

No change in the RfP specification

Page 135: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

41 GP Type II,

GP Type I,

and Block

Router Ports

Specification

s

Clause 8) The Router should

support the following features:

802.1Q, LFA, VLAN Stacking (Q-

in-Q), Y.1731, 802.1ag, ERPS-

G.8032 / FRR, LACP, etc.

FRR & LFA are layer 3 Protocols and

hence should be delated from here as

Clause 8 refers to Ethernet Features.

Clause 6 covers all IP/MPLS feature sets.

Hence the clause should be amended as

"The Router should support the following

Ethernet features: 802.1Q, VLAN Stacking

(Q-in-Q), Y.1731, 802.1ag, ERPS-G.8032,

LACP etc."No change in the RfP specification

14(

Annexure),

104(Tende

r)

NOC &

Internet

Router

Specification

s & Financial

Bid Form

14. BRAS & CGNAT (NOC &

Internet Router)

A.2 Core Router & A.4 CGNAT

We understand that the NOC is being

created to facilitate the project rollout for

the 4 packages in Bharatnet Project. Actual

NOC will be built in the new Tamilnet

project where a full fledged NOC will get

deployed. As this is going to a be a

temporary NOC, we suggest that the NOC

router with the present specifications

should be replaced with the Block router

specifications to avoid procurement of

additional class of temporary routers. Kindly

confirm.

No change in the RfP specification

105 Block Level

Active

Components

C1. Floor Mount Rack - 42U

C3. 8 Port Managed Switches

Racks & Switches are not covered in

Annexure A-Technical Specifications.

Please specify if package A Bidder has to

supply these items as part of BoQ.Refer corrigendum

106 GP Type 1 -

Active

Components

D.1 Floor Mount Modular Rack-

27U

D.3 8 Port Unmanaged Switches

Racks & Switches are not covered in

Annexure A-Technical Specifications.

Please specify if package A Bidder has to

supply these items as part of BoQ.Refer corrigendum

41 1.5 GP Type

II, GP Type I,

and Block

Router

Specification

None There hasn’t been any mention of type of

Power Supply for Routers at Block, GP

Type 1 & GP Type 2. We understand that

AC Power supply would be available at the

GP and hence all routers should have AC

Power Supply modules. Please confirm if

our understanding is correct.Bidder to propose the power supplies as per

the input power available.

41 1.5 GP Type

II, GP Type I,

and Block

Router

Specification

None The network being built is a carrier class

network with high availability and hence it is

extremely important to have atleast

redundancy of power supply cards in the

Routers. Please confirm that redundancy of

power supply cards is required for all the

Routers (Block, GP Type 1 & GP Type 2).

Bidder to propose the power supplies as per

the input power available.

Page 136: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

41 1.5 GP Type

II, GP Type I,

and Block

Router

Specification

None Telecom Providers generally deploy routers

with flexibility to use AC Power supply

module or DC Power Supply Module as

per the requirement. Please confirm if such

flexibility is required for these routers also.Bidder to propose the power supplies as per

the input power available.

Page No.

17,

Annexure,

Technical

Specificati

on

1.1.6 Next

Gen Firewall

at Data

Center and

DMZ (De-

Militarized

Zone)

Should support up to 20 Million

Concurrent sessions and at least

500,000 sessions per second.

Request to change to " Should support

up to 20 Million Concurrent sessions

and at least 460,000 sessions per

second"

Justification : Fortinet is the No. 1 Firewall

Vendor in India as per Foster and Sullivan

report and the No.2 in Global market.

Fortinet has the maximum no. of Security

Devices insatalled Globally. Fortinet

solutions are working in more than 25

Smart City projects, TN SDC, many

Tamilnadu Govt. Departments.

The specification provided for Firewall in

the RFP is generic in nature and only a few

major performance parameters has been

mentioned.

Unfortunatly, in that combination of

performance parameters, none of our

firewall models comply.

When we choose the nearest matching

model with the specifications, that particular

model has 4,60,000 new Sessions per

Second. We would like highlight that that

particular model firewall has 50 Million

Concurrent Sessions whereas RFP calling

only 20 Million. That Particular Model has

240Gbps Firewall Throughput and 44 Gbps

IPS Throughput whereas RFP is calling for

80GBps Firewall Throughput and 20Gbps

IPS Throughput. Likewise, all the

performance and technical parameters of

that particular model firewall are much

above the specification asked in the RFP

except the new session per second. This

proves that particular Model is superior

Kindly read as "Should support up to 20 Million

Concurrent sessions and at least 200,000

sessions per second"

Page No.

17,

Annexure,

Technical

Specificati

on

1.1.6 Next

Gen Firewall

at Data

Center and

DMZ (De-

Militarized

Zone)

The technical specification of the tender

does not call for any Firewall Log

Management and analyser whereas it is a

mandatory requirement from the Govt. for

any ISP and Organistaions and retain the

logs for minimum of 6 months time as a

complaince. Hence request to add the Log

Management and Analysis device with

storage for logs for six months time. All the

Firewall Vendors have Log Managment and

Analysis Devices with six month log

retension.

Additional Point: The log should be kept for 6

months and archived for additional 6 months.

SI to consider Storage for the same in the

overall storage.

Page No.

17,

Annexure,

Technical

Specificati

on

1.1.6 Next

Gen Firewall

at Data

Center and

DMZ (De-

Militarized

Zone)

Memory – at least 16GB or

higher and 100GB storage.

Please change to "Memory – at least

16GB or higher" Storages in Firewall is to

retain logs and in this solutions, log

retension for six months required atleast 4

TB and 100Gb storage will not be

sufficient. As in Query No.2 suggested, if

there is log managment device is proposed

with 4 TB for Six Months log retension,

then internal storage for firewall is not

required and will unnecessarily attract cost

Additional Point: The log should be kept for 6

months and archived for additional 6 months.

SI to consider Storage for the same in the

overall storage.

Page 137: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Page No.

17,

Annexure,

Technical

Specificati

on

1.1.6 Next

Gen Firewall

at Data

Center and

DMZ (De-

Militarized

Zone)

Requesting TANFINET to kindly include the

clause that " The firewall OEM supplied

should be leaders in Gartners magic

quadrent for enterprise firewall

Category" as Gartner magic quadrent is

the industry bench mark for choosing best

in class solutions. And adding Gartners

magic quadrent will help tanfinet get the

best solutions while keeping out non rated

off the market products.

No change in the RfP clause

Page No.

17,

Annexure,

Technical

Specificati

on

1.1.6 Next

Gen Firewall

at Data

Center and

DMZ (De-

Militarized

Zone)

Requesting Tanfinet to kindly include a

clause that "The security OEM proposed by

the bidders should be different from the

Network (Switching and Routing) OEM as

any OS vulnerability in a switch OS will be

avaiable in the security product also as the

OS and the engineering would be same.

Hence as per industry practice, it is not

recommanded to have same OEM.

No change in the RfP clause

Page No.

17,

Annexure,

Technical

Specificati

on

1.1.6 Next

Gen Firewall

at Data

Center and

DMZ (De-

Militarized

Zone)

Requesting to add the following security

functionalities as this Firewall is being used

as the Gateway Security and achieve 360

degree security protection from intrusions

and extrusions in the network.

Functionalities : Gateway Anti Virus, Anti-

Bot, Application Control, URL Filtering

Functionality, Advanced Persistant Threat

etc

NGFW for Datacenter:

1. Should have the Threat Prevension

throughput including FW, IPS,

Antivirus/Antimalware, Antispam and URL

filtering of min. 10 Gbps

2. 10x10G SFP interfaces from day1

NGFW for DMZ:

1. Should have the Threat Prevension

throughput including FW, IPS,

Antivirus/Antimalware, Antispam and URL

filtering of min. 15 Gbps

2. 10x10G SFP interfaces from day1

48 of 62

(Annexure

A)

5 Supply of Manhole & Joint

chambers & Loop chamber:

i. FDMS outdoor 96: GR No.

TEC/GR/TX/FDM-003/01 MAR

2012 with latest amendments if

any.

ii. FDMS outdoor 144: GR No.

TEC/GR/TX/FDM-003/01 MAR

2012 with latest amendments if

any.

Please clarify if TSEC/Type Approval

certificate is required before applying for

supply of these i.e. FDMS outdoor 96 and

FDMS outdoor 144 or applied for would be

required before quotating for the same. Bidder should have valid Type approval

certificate during submission.

48 of 62

(Annexure

A)

5 Below mentioned accessories for

Aerial Cable (Wedge Type) –

(As per TEC GR No.

TEC/GR/TX/OAF-001/03/MAR-

17) with latest amendments if

any.

1. Formed OFC Dead End &

Termination Fittings @ 5 per Km

(Wedge Type)

2. OFC Suspension Fittings @

12 per Km (Wedge Type)

3. De-mountable pulley @ 1 per

10 Km

4. Adjustable Cable Storage

Bracket @ 3 per Km (One loop

bracket 1.5m stainless steel

strap & 2 nos buckles) Wedge

Type - Type 3

Please clarify if TSEC/Type Approval

certificate is required before applying for

supply of these i.e. FDMS outdoor 96 and

FDMS outdoor 144 or applied for would be

required before quotating for the same.

Bidder should have valid Type approval

certificate during submission.

Page 138: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Inclusion NA

GIS software which are needed

to design , built and maintain a

Fibre Network do have a “Plan

and Build GIS planning and

Inventory application software”

loosely or tightly integrated with

Core GIS software.

The plan and built software

provides some key features such

as

Mobile application with Built in

forms to capture details of

trenching & ducting, OFC laying

activities capturing depth,

protection type, duct, fibre, OLT,

ONT, switch, route marker, joint

& loop chamber, RFMS, splitter,

etc. with installation details

Capable of maintaining complete

Geospatial Physical Inventory for

all the devices in the network

generate Splice Connectivity

Reports

Inclusion Tender clasue remain the same

14

1.1.4 NOC

and Internet

Router

Specification

s

14. Router should be able to

support distributed BRAS

functionality with min 64K

subscribers as and when

required. Besides, the Router

should have hardware based

CGNAT capabilities with a

minimum of 10 Million sessions,

15 Gbps of Throughput and

scalable by 100% in future. This

is to be provided in the Router

with a hardware module or as an

additional device.

CGNAT is a critical serviceand its

suggested to have 1+1 board level

redundant capacity for the same, to avoid

any single point failure. Also, the scalability

of CGNAT capacity should be such that it

supports the network subscribers growth

for reasonable life span of network.Suggest

to change as below.

Router should be able to support

distributed BRAS functionality with min 64K

subscribers as and when required.

Besides, the Router should have 1+1

redundant hardware based CGNAT

capabilities with a minimum of 25 Million

sessions, 30 Gbps of Throughput and

scalable by 100% in future. This is to be

provided in the Router with a hardware

module or as an additional device.

Tender clasue remain the same

15

1.1.4 NOC

and Internet

Router

Specification

s

27. Operating temperature: 5 to

40 degrees with Humidity – 10%

to 90% Non-Condensing.

As as standard practices & standard

product accepted globally & most of the

RFP in India ask for Operating

temperature: 0 to 45 degrees with

Humidity: 5% to 85% Non-Condensing.

Request to update the same so that

standard global products can be offered.

Refer corrigendum

161.1.5    Core

Switch

1. Modular Switch with at least 5

Slots

We understand that 5 slots indicate

Modular Switch with at least 5 interface

module Slots. Please clarify.

Tender clasue remain the same

Page 139: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

19

1.1.7 Ports &

Performance

Requirement

1.1.7 Ports & Performance

Requirement

Please clarify these specs are for which

specific product ?

Should support for both Ios and android

19

1.1.7 Ports &

Performance

Requirement

Routes and Addresses

IPv4 512k

IPv6 512k

Multicast 64k

MAC 1 Mill

Does it indicate Core Switch spec? Below

spec is excessive for NOC switch, it will not

consume such many resource even in NOC

that has more than 6k virtual machines.

We understand below spec is more than

sufficient in NOC application scenario.

Routes and Addresses

IPv4 256k

IPv6 80k

Multicast 32k

MAC 256k

Tender clasue remains the same

41

1.5 GP Type

II, GP Type I,

and Block

Router

Specification

12. Operating Temperature 0 to

+65 degrees, Relative Humidity:

10% to 90% non-condensing.

As as standard practices & standard

product accepted globally & most of the

RFP in India ask for Operating

Temperature -20 to +60 degrees, Relative

Humidity: 5% to 85% non-condensing.

Request to update the same so that

standard global products can be offered

Kindly read as "Battery Back-up - 2.0 kVA - 60

minutes".

42

1.5 GP Type

II, GP Type I,

and Block

Router

Specification

Router Specifications Wire

Speed

GP Type II, GP Type I, and

Block Router Ports

Specifications

Based on IP/MPLS network industry best

practices and considering expansion

capacity in the future, suggest to modify the

spec of GP Type II to be lower & GP Type I

& Block to be higher because GP Type II is

to be used as customer premises

equipment whereas GP Type I & Block to

be used as Customer Premises &

aggregation mode.

As per RfP

NA NA

The Software is distributed

WITHOUT ANY WARRANTY,

without even implied warranty of

MERCHANT

ABILITY or FITNESS FOR A

PARTICULAR PURPOSE. The

entire risk as to the quality and

performance

of the Software is with the

purchaser.

Open source software’s can’t

offer warranty / AMC explicitly

and not

suggested for long lifecycle

projects that need support as per

the RFP. Unlike, OEM products,

the open source software’s

product-life-cycle stages are

completely unpredictable. The

growth of

the open source products is

based on the interests and

contributions made by the forums

who

are unaccountable for any

obligations related to the

commercial licensing being made

by any

firms.

Inclusion

As per RfP

Page 140: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

22 Annexure A -

1.1.9 - 3 Solution shall ensure that the

GIS Map provides complete

details of the city in various

digital vector layers and allows

for zoom in/out, searching, and

retrieving information capabilities

At what scale these digital Vector Layers

are to be provided

As per RfP

22 Annexure A -

1.1.9 - 3 The system shall be compatible

with Google Maps, Bing™ Maps,

Micro Station, AutoCAD, MGE,

FRAMME, G/Technology, ODBC

source.

With mention of Open Source Software as

a preference, any reason for compatibility

of proprietary format and that too outdated

onesAs per RfP

Which Mobile OS currently available in the

Market you are looking the mobile Apps to

be on iOS or androidNo sperate EMS is required for UPS. UPS

shal;l be integrated with the UNMS with

SNMP.

Are you looking for a single Tier

deployment or multi tier

Tender clasue remain the same

44

1.6 Technical

Specification

s for 2.0 kVA

ONLINE

UPS System

(Document -

Annx_A_Tec

GR)

Point no 23- Battery Back-up -

2.0 kVA - 60 minutes (Min VAH

2340)

The VAH mentioned for 1kva & 2kva is

same. It seems to be typographical error &

shall be revised for 2kva/60 min back-up

time

Kindly read as "Battery Back-up - 2.0 kVA - 60

minutes".

44/46

1.6 & 1.7

Technical

Specification

s for 1 & 2.0

kVA ONLINE

UPS System

(Document -

Annx_A_Tec

GR)

Point no 27 - LCD

The min. size of LCD shall be mentioned

for better visibility

As per RfP

44/46

1.6 & 1.7

Technical

Specification

s for 1 & 2.0

kVA ONLINE

UPS System

(Document -

Annx_A_Tec

GR)

Point no 27(b) - LCD Bypass Volt & freq data shall be deleted

As per RfP

44/46

1.6 & 1.7

Technical

Specification

s for 1 & 2.0

kVA ONLINE

UPS System

(Document -

Annx_A_Tec

GR)

Point no 27(c) - LCD Battery over voltage shall be deleted

As per RfP

44/46

1.6 & 1.7

Technical

Specification

s for 1 & 2.0

kVA ONLINE

UPS System

(Document -

Annx_A_Tec

GR)

Point no 27.3 - LCD Bypass setting shall be deleted

1. The number of depth of supporting channels

to be considered as per the design

requirement.

2. As per RfP

Page 141: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

139

5.18.1 (RFP -

Package - A)

All UPS shall be from a single

vendor with the EMS

Whether separate EMS is desired for UPS

at NoC or single EMS for entire project is

desired here.

Kindly clarify as otherwise many different

EMS will be there at NoC for each of the

items required in tender

1. The number of depth of supporting channels

to be considered as per the design

requirement.

2. As per RfP

140

5.18.1 (Point

no 5 & 6)

The MSI should monitor

efficiency of the UPS and

batteries online at NOC via

SNMP card.

Efficiency on EMS in small rating of UPS

Systems is not a parameter which can be

monitored for SLA related activities. Hence

request to change it to SLA on UPTIME of

network w.r.t down/failure of UPS at any

subject GP

As per RfP

140

5.18.1 (Point

no 7 & 8 &

10.3) Penalty on lower efficiency

Efficiency varies with load on UPS & can

be lower when running load is below 60%

or less on UPS.

Hence 80% restriction would not be

practical to meet at given load.

Practically, Penalty shall be levied on

UPTIME as per RFP SLAs

Tender clasue remain the same

140

5.18.1 (Point

no 10.1 to

10.3)

Replacement of UPS in 3rd Year

/ 6th Year

Hope these new UPS repalcement to be

done only when the services are not

available due to DISCONTINUATION OF

SUPPLIED MODEL. Kindly clarify

Refer Corrigendum

36

Clause no. -

1.2.3

Enterprise

Management

System (Pg

no 33)

Point no 4 - Network

Management System - CAMERA

Camera as understood is desired in the

RFP for surevillance at GP IT room.

However, it is missing in BoQ & no

technical specification are found the

Annx_A_TecGR document(under package -

A)

Yes

48 2 2. TECHNICAL

SPECIFICATION - PACKAGE B,

C & D

I. Aerial and Underground Cable

1. Aerial OF Cable (ADSS

Cable): 24 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

2. Aerial OF Cable (ADSS

Cable): 48 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

1. We believe description of 24 Pair and 48

Pair means 24F and 48F respectively.

Kindly confirm.

2. We understand that in all three

packages (B,C & D) Optical fibre cable of

24F & 48F ADSS TYPE- 2A OF cable is

required. Kindly note that 24F & 48F ADSS

Type 2A are covered under TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments if any. (Type 2A). For

24F & 48F ADSS Type 2A, TSEC / QF-103

as per above GR No TEC/GR/TX/OFC-

022/02/MAR-17 with latest amendments if

any is sufficient for participation and supply

against this tender.Kindly confirm.

Refer Corrigendum

Page 142: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 2 2. TECHNICAL

SPECIFICATION - PACKAGE B,

C & D

I. Aerial and Underground Cable

3. Underground (OFC Cable): 96

pair ADSS on power lines: As

per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

4. Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

1. Underground and ADSS are

contradictory. We hope that it is

Underground only. Kindly Confirm.

2. We believe description of 96 Pair and

144 Pair means 96F and 144F respectively.

Kindly confirm.

3. 96F Ribbon type cable is tender based

GR. Accordingly any tender based TSEC of

96F Ribbon type will suffice for participation

and supply in this tender. Kindly confirm.

4. BoQ is not having any quantity 144F.

Please confirm requirement of 144F in

BoQ.

Refer Corrigendum

43

Annexure

A

1.5 GP Type I/ Multicast: 4k

As per TN-Fiber architecture, GP-1 Routers

are going to be access routers. Multicast

services like IPTV, E-education,

Telemedicine are not going to consume

max 1 route/multicast service. Moreover,

all new applications like internet TV (Netflix,

Prime Video), interactive gaming, YouTube,

real-time video streaming, etc. run on

unicast based services. Hence, IPv4 and

MAC scale for GP-1 should be higher

infact.

4K mulitcast routes scale request on GP-1

is very high and would push OEMs to quote

a bigger box which will increase the overall

cost of project. We therefore request you

to kindly change to following:

GP Type 1/ Multicast: 1K

Tender clasue remains the same

43

Annexure

A

1.5 GP Type I/ PseudoWire: 2K

As per TN-Fiber architecture, GP-1 Routers

are going to be access routers. Hence one

pseudowire per service is required.

2K PW scale request on GP-1 is very high

and would push OEMs to quote a bigger

box which will increase the overall cost of

project. We therefore request you to kindly

change to following:

GP Type 1/ Pseudowire: 512

Tender clasue remains the same

43

Annexure

A

1.5 GP Type I/ MAC: 15k

GP Type 1 router is going to host multiple

L2 services like GPON, WiFi etc.

Moreover, MAC scale must be inline with

IPv4 route requirement which is 20K. We

therefore request you to kindly change to

following:

GP Type 1/ MAC:20K

Tender clasue remains the same

Page 143: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

41

Annexure

A

1.5

Block Router: The Router should

be Standalone / modular and 19"

rack mountable

As per TN-Fiber network architecture,

mutiple GPs are going to be connected on

uplink Block routers for connectivity with

critical services/networks like SWAN, NOC,

Internet, Future CORE etc.

Block Routers are going to act as PE in the

network and should have max uptime.

Hence, we would recommend following

changes:

Block Router should be modular and

should have redundant controller and

19" rack mountable.

Tender clasue remains the same

43

Annexure

A

1.5GP Type II/ IPv4:10k/ IPv6:2k/

PW: 512/ RSVP TE: 512

GP Type-II is a spur router which is

configured as stub and just needs few

IPv4/ IPv4 Routes as infact only default

route will always configured towards the

uplink router.

Requesting such high IP scale will push

OEMs to position higher configuration

boxes (Qty of Spur route is approx

5900),which will escalate the overall project

cost.

We recommend to change the scale of GP

II router as per below:

IPv4: 400/ IPv6: 400 /PW: 100 / RSVP TE:

100

Tender clasue remains the same

43

Annexure

A

1.5 GP Type II: Wire Speed: 10Gbps

As GP Type II will be a spur router and will

be connected to uplink over 1Gbps Fiber

Link, hence wire speed on all ports will not

be needed. We recommened to change

this as per following to optimise overall cost

of the project

GP Type II: Wire Speed: 8Gbps

Tender clasue remains the same

42

Annexure

A

1.5 Block Router: 100GO (2,0)

As per TN-Fiber network architecture,

Block routers are going to get connected

using 100G ports on east and west side.

And in future, block routers are also going

to be connected to either TN-Fiber own

core network or on leased bw from SPs (to

connect to critical networks like NOC,

Internet router at DC, etc).

Only 2 x 100G ports will only meet current

block-block connectivity. And for uplink

additional 2 x 100G ports are required.

Hence, we would recommend following

changes:

Block Router: 100GO (2,2)

Tender clasue remains the same

Page 144: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

14

Annexure

A

1.1.4 BRAS and CGNAT

Please clarify this feature is required on

NOC Router or Internet Router, as per

solution this will be required on either one

of them.

Hence, we would recommend following

changes:

BRAS and CGNAT on Internet Router

Tender clasue remains the same

15

Annexure

A

1.1.4.1Router Specifications Wire

Speed (Internet Router)

Internet Router throughput requirement is

not mentioned. Considering TN-Fiber

architecture and services, we would

recommend:

We suggest Internet & NOC Router

functionality can be combined into NOC

Router. This will save overall project

cost.

Tender clasue remains the same

15

Annexure

A

1.1.4.2Router Ports Specifications

(Internet Router)

Internet Router interface requirement is not

mentioned.

We suggest Internet & NOC Router

functionality can be combined into NOC

Router. This will save overall project

cost.Tender clasue remains the same

16

Annexure

A

1.1.5 Core Switch

1.1.5 Section doesn't have Throughput and

Interface Requirement of Core Switch,

Please clarify if section 1.1.7 (Ports &

Performance Requirement) on page 19 is

the scaling numbers of Core Switch.

Incase 1.1.7 table is refering to Core Switch

Ports & Performance Requirement it is on

much higher side considering core switch

function.

All the services are going to terminate

either on NOC Router or Block Router.

Core Switch is just going to be used for

termination to different network elements.

Hence, we recommend following changes:

IPv4: 350K IPv6: 150K Multicast: 10K,

MAC: 250K

Tender clasue remains the same

BoQBoQ_180910

.xlsInternet Router

Internet Router Specification which is

mentioned in Annexure-A doesn't have any

Qty in BoQ.

We suggest Internet & NOC Router

functionality can be combined into NOC

Router. This will save overall project

cost.

Tender clasue remains the same

Page 145: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

53

Annexure

A

2.5 Carrier Ethernet Switch

Carrier Ethernet Switch specifications are

given in clause 2.5 but the requirement is

not mentioned in BoQ or otherwise, Please

clarify if this is in addition to GP routers.

Refer corrigendum

Inclusion NA NA

Is there any brownfield network and

services available? Or it is a complete

greenfield deployment?Complete Greenfield network

Inclusion NA NA

A sample network and OSS architecture

would be required to understand Customer

expectations?Tender clasue remains the same

Inclusion NA NA

OSS is required as Active-Active Single

site HA with or without GR?Tender clasue remains the same

Inclusion NA NA

Details regarding expected service order

volumes per service per day and peak

hour?Tender clasue remains the same

Inclusion NA NA

Any virtualized network/service in scope or

complete network/service would be

physical?Tender clasue remains the same

Inclusion NA NAAlarm volumes per day across

domains/vendors? Tender clasue remains the same

Inclusion NA NA

Expected performance counters and KPI’s

to be monitored?Tender clasue remains the same

Inclusion NA NA

Only Network level KPI’s or service level

KPI’s in scope?Tender clasue remains the same

48 Annexure-A

2. TECHNICAL

SPECIFICATION - PACKAGE

B, C & D

1. Aerial OF Cable (ADSS

Cable): 24 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

2. Aerial OF Cable (ADSS

Cable): 48 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

3. Underground (OFC Cable): 96

pair ADSS on power lines: As

per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

4. Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

We understand that the number of fibers in

OFC referred under Technical

Specifications as "Pair" shall be read as

"Core" as given below:

1. Aerial OF Cable (ADSS Cable): 24 core

ADSS on power lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments if any. (Type 2A)

2. Aerial OF Cable (ADSS Cable): 48 core

ADSS on power lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments if any. (Type 2A)

3. Underground (OFC Cable): 96 core

Ribbon: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments if any.

4. Underground (OFC Cable): 144 core

Ribbon: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments if any.

Further, we request you to kindly consider

TSEC approvals (of OFCs) given specific

to other BharatNet Projects as well. Also,

the BSNL's QF103 (i.e application under

process) of OEMs may please be

accepted.

Refer Corrigendum

48 Annexure-A

TECHNICAL SPECIFICATION -

PACKAGE B, C & D

Note: All the materials as above

have to be TSEC/Type approved

by BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

We request you to consider OEMs, who

have no TSEC certificate but have applied

for TSEC/type approval & got BSNL 's

QF103, also as eligible against this tender.

Refer Corrigendum

Page 146: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

49Annexure-A,

2.1.1

24F Rack Mountable FDMS :

19-inch Rack Mountable, 1U

height, with 1 nos of 12F Splicing

Trays, each preloaded with 12

Nos. single fibre pigtails of

0.9mm SCAPC/SCPC

connectorized and 1.5 meters in

length & 12 Nos. of

SCAPC/SCPC Adaptors. The

pigtails shall be color coded for

easy identification

Specification says 1U Height 19”inch rack

mountable loaded with 1 Nos of 12F

Splicing trays, where as it should be with

minimum 2 Nos of splicing trays. Kindly

confirm

As per TSEC and BBNL engineering

instruction Annexure B

49Annexure-A,

2.1.2

2.1 24F Rack Mountable

FDMS :

Type of Fibre - Individual Fibre

Specification says it is “Individual Fibre”

where as TEC GR requirement is given

with Ribbon Type. Please clarify. As per TSEC and BBNL engineering

instruction Annexure B

49Annexure-A,

2.2.1

2.2 48 F Rack Mountable

FDMS :

19-inch Rack Mountable, 2U

height , with 1 nos of 12F

Splicing Trays, each preloaded

with 12 Nos. single fibre pigtails

of 0.9mm SCAPC/SCPC

connectorized and 1.5 meters in

length & 12 Nos. of

SCAPC/SCPC Adaptors. The

pigtails shall be color coded for

easy identification

Specification says 2U Height 19”inch rack

mountable loaded with 1 Nos of 12F

Splicing trays, where as it should be with

minimum 4 Nos of Splicing trays. Kindly

confirm

As per TSEC and BBNL engineering

instruction Annexure B

50Annexure-A,

2.2.22.2 48 F Rack Mountable

FDMS :

Type of Fibre - Individual Fibre

Specification says it is “Individual Fibre”

where as TEC GR requirement is given

with Ribbon Type. Please clarify.Tender clause remains the same

61Annexure-A,

2.7.2

Block Location - Modular

Network Rack (42 U):

2. General - Floor mount Rack –

42 U with heavy duty extruded

Aluminum Frame for rigidity. Top

cover with FHU provision. Top &

Bottom cover with cable entry

gland plates. Heavy Duty Top

and Bottom frame of MS. Two

pairs of 19” mounting angles with

‘U’ marking. Depth support

channels - pairs

1. The number of Depth Support Channel

Pairs required is not mentioned - Request

you to kindly confirm the same.

2. Specification shared for the Modular

Network Rack is not as per TEC GR.

Hence, TEC Certificate against the same

may not possible to be submitted. Kindly

clarify whether our understanding is in

order.

1. The number of depth of supporting channels

to be considered as per the design

requirement.

2. As per RfP

61Annexure-A,

2.8.2

Gram Panchayat Type 1 -

Modular Network Rack (27 U):

2. General: Floor mount Rack –

27 U with heavy duty extruded

Aluminum Frame for rigidity. Top

cover with FHU provision. Top &

Bottom cover with cable entry

gland plates. Heavy Duty Top

and Bottom frame of MS. Two

pairs of 19” mounting angles with

‘U’ marking. Depth support

channels - pairs

1. The number of Depth Support Channel

Pairs required is not mentioned - Request

you to kindly confirm the same.

2. Specification shared for the Modular

Network Rack is not as per TEC GR.

Hence, TEC Certificate against the same

may not possible to be submitted. Kindly

clarify whether our understanding is in

order.

1. The number of depth of supporting channels

to be considered as per the design

requirement.

2. As per RfP

62Annexure-A,

2.9

Gram Panchayat Type 2- 9U

RACK (Wall Mount) :

Specification shared for the 9U Rack is not

as per TEC GR. Hence, TEC Certificate

against the same may not possible to be

submitted. Kindly clarify whether our

understanding is in order.

As per RfP

Page 147: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

29Annexure-B

12

12. Joint Enclosure and

Splicing:

Features: Standard fibre count

24 F. Universal type i.e. suitable

for all type of cable (ADSS OFC,

Armoured and metal free cable).

Provide scope for straight /

branch joints. Resistant to

chemicals and corrosive

atmosphere. Easy re-entry and

closing with mechanical plastic

clamp. Shall be water and air

proof. Ribs on the body for extra

strength. 6 Cable entry port & 1

oval port. Suitable for cable size

upto-30mm. Mounting Bracket

for erecting on pole vertically

straight. Dome type.

Dimensions: Length-395mm

±5%. Outer diameter-273mm

±5%

As per Clause III at Page No. 48 of

Annexure A of RFP, Technical

Specifications (TEC GR)) against Splice

Closure for Optical Fibre Cable shall be

as per TEC GR No.

TEC/GR/TX/OJC002/03/APR-2010, which

will have 4 cable entry ports & 1 oval

port as against "6 Cable entry ports & 1

oval port" required in Annexure-B. Please

clarify.

Tender clasue remain the same

41 D (1.5(12))

Operating Temperature 0 to

+65 degrees, Relative

Humidity: 10% to 90% non-

condensing.

Normally, the operating temperature

for telecom products are up to 55C. All

UPS operating temperature asked is

40C in tender. Also as checked,

Tamilnadu maximum temperature is

45C. Request to relax the operating

temperature requirement 0 to 55C.

Refer Corrigendum

10 B (m)All IP MPLS routers shall be

from same OEM

NOC router and core switch

requirements are very high end.

Request to keep NOC router and

switch to be supplied from different

OEM than for GP and Block routers.

We will ensure the interworking of all

OEM products

Bidder to propsoe the PDUs with required

number and type of sockets as per the

requirement in each rack.

13 1.1.4(7)

The Router should support

optics for 100G, 10G, 1G

interfaces; should provide

maximum distance of at least

70 KMs for 100G and 10G, 2

to 10 KMs for 1G without any

additional regenerators.

Routers should support

coherent DWDM with

flexible grid support / OTN.

Request to confirm whether can use

external DWDM device to meet the

requirements

As per RfP

9 1.1.2 (6)2 NOC routers operating in

High Availability mode

As per BoM, we need to supply 2 NOC

routers. Please confirm that these two

NOC routers would work in 1+1 HA, or

we need to supply total of 4, each in

1+1 configuration

Bidder to propsoe the PDUs with required

number and type of sockets as per the

requirement in each rack.

Page 148: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

13 1.1.4(7)

The Router should support

optics for 100G, 10G, 1G

interfaces; should provide

maximum distance of at least

70 KMs for 100G and 10G, 2

to 10 KMs for 1G without any

additional regenerators.

Routers should support

coherent DWDM with

flexible grid support / OTN.

As we understand colored SFP can be

used and directly interface with

DWDM equipment to meet this

requirement. Request to confirm if our

understanding is correct.

As per RfP

15 1.1.4.3

As we understand the RSVP-TE

capacity is asking for the NOC and

Internet router is very high. Request to

reduce the capacity requirement to 4K

instead of 16K.The number of depth of supporting

channel pairs to be considered as per the

design requirement.

19 1.1.7

As we understand the 1Milion MAC

capacity for core switch is very high

capacity so request to reduce the MAC

capacity of core switch from 1 Mil to

atleast 750K to provide cost effective

solutionThe number of depth of supporting

channel pairs to be considered as per the

design requirement.

17 1.1.6(9)Memory – at least 16GB orhigher and 100GB storage.

Request to confirm whether an

external storage is OK to meet the

requirementAs per RfP

18 1.1.6(11)4 x 100 Gig Ports and 8 x10G PortsFeatures

As we understand 100G ports are not

essentially required for firewall so

request to remove the 100G

requirement to provide a cost

effective solution

As per RfP

141.1.4 (19

and 20)

The Router should support

an Architecture for Network

Management using NETCONF

and YANG models.

The Router should have

standards based PCE and

PCEP protocols as per RFC

5440 to provide SDN

capabilities to the network

Please confirm the OEM of SDN

controller as deployed in the network

with which product needs to do

interop for management

Refer Corrigendum

16 1.1.5 (6)

The switch shall support

following type of interfaces –

100GE, 40GE, 10GE, 1 Gig

interfaces.

Normally, 40GE is Data centre

interface requirement. Request to

relax the requirement to support the

same.

Refer Corrigendum

49 2.1 Rack Mountable FDMS:

Please confirm if we can supply TEC

GR/FDM-01/02 APR 2007 complied

product or product need to have TEC

certification. Joint closures shall be used for both straight

and branch joints

Page 149: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

128 5.7 (j) (1)

As per initial GIS survey, 44

Gram Panchayat locations

were identified for

connectivity by Radio.

As we understand that we need to

consider PtoP link for 44 sites (means

88 radios) in our proposal. Please

confirm if our understanding is correct

Refer Corrigendum

39

Section III -

General

Conditions

of the

Contract

and Service

Level

Agreement.

Clause no

3..9.11.B

All the OEMs that Bidder

proposes should have Dealer

possession licenses

1. This clause is not applicable as Dealer

possession licenses (DPL) is applicable

for Import of Radio/RF equipments.

Please accept.

2. Please clarify that Dealer possession

licenses is required for which SOR item.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.

TECHNICAL SPECIFICATION -

PACKAGE B, C & D

We undestand that either bidder shall

quote the product with valid TSEC as on

date of bid submission or have applied

for TSEC in BSNL QA against the said

GR. However, such bidder shall submit

the TSEC at the time of acceptance of

APO to Purchaser. Please confirm.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.

3.Underground (OFC Cable):

96 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

1. It is mentioned TEC GR

No.TEC/GR/TX/OFC-022/02/MAR-17

with latest amendments if any, only for

48F & 24F ADSS Type 2A,We

understand that this is the typoerror.

kindly mentioned Underground 96F

Ribbon as per BSNL Tender No.

CA/MMT/NOFN/selection of PIA/T-

610/2017 issued on 29.12.2017.

Kindly Confirm.

2. Please provide the printing details

to be printed on OFC.

3. We understand that MSI/SI can

supply short length also as per the

requirement. Please confirm.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.

4.Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

This tender asked only 3 type of OFC i.e

24F ADSS(Type-2A),48F ADSS(Type-

2A) & 96F Ribbon type.

Request to delete this clause from

RFP.

Refer Corrigendum

Page 150: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

Note.

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval procedure

of BBNL for which TEC GR not

there.

It is evident from the RFP that the

Bidder has to submit valid TSEC

approval certifcate of the OEM of

respective proudcts on the date of

submission of bid for items mentioned

at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03

and 4.05 of BoQ. Pls confirm whether

valid TSEC approval certificate by the

respective OEM has to be submitted by

the lead bidder on the date of

submission of bids.

Tender clasue remain the same

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

Note.

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval procedure

of BBNL for which TEC GR not

there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a

must for equitable comparison and

uniform supplies. To meet this

objective in tenders of BBNL made it

obligatory and imperative to procure

only UL Listed Server and Network

racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can be

furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

Note.

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval procedure

of BBNL for which TEC GR not

there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching type

with necessary framework to prevent

dust and insects as per site window size

(1200 mm*1300 mm). We request to

issue some detailed speciafiactions and

QAP- so as to have a unifom supplies

from various suppliers.

Refer Corrigendum

Page 151: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

5

Below mentioned accessories

for Aerial Cable (Wedge Type)

(As per TEC GR No.

TEC/GR/TX/OAF-

001/03/MAR-17) with latest

amendments if any.

1. Formed OFC Dead End &

Termination Fittings @ 5 per

Km (Wedge Type)

2. OFC Suspension Fittings @

12 per Km (Wedge Type)

3. De-mountable pulley @ 1

per 10 Km

4. Adjustable Cable Storage

Bracket @ 3 per Km (One loop

bracket 1.5m stainless steel

strap & 2 nos buckles) Wedge

Type - Type 3

Please clarify the cable size of Aerial

cable for the Wedge type.

Refer Corrigendum

49 ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.1

1U 24F Rack Mountable 1x12F

splicing trays

But for accommodating 24F, Rack

Mountable should have 2x12F Splicing

trays

Kindly confirm

Refer Corrigendum

49 ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.2

2U 48F Rack Mountable 1x12F

Splicing trays

But for accommodating 48F, Rack

Mountable should have 4x12F Splicing

trays

Kindly confirm

Refer Corrigendum

61 ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.7

42U Rack Mountable network

Rack dimensions : 800x1000

As per TEC GR Rack dimensions are

900x400/600mm. Please clarify

TEC GR not required for RACK

61

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.8

27U Rack Mountable network

Rack 800x1000

This product is not in any of TEC GR. So

there wont be any TEC certificate.

Kindly confirm acceptance

TEC GR not required for RACK

62

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.10

Mesh type filters. Stainless

steel perforated sheet with 4

mm hole diameter with fine

holes punching type with

necessary framework to

prevent dust and insects as

per site window size (1200

mm*1300 mm). In each PoP

two mesh type filters to be

installed at two to maintain

the Ambient temperature and

remaining two windows must

be closed.

Since, The Product has to prevent

"Dust" as well - We strongly

recommend usage of G3 Filters along

with SS perfortated structure. Please

confirm.

Tender clause remains the same

Page 152: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

62

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.9

9U Rack Wall Mountable

600x500mm

This product is not in any of TEC GR. So

there wont be any TEC certificate.

Kindly confirm acceptance.

TEC GR not required for RACK

2

Annexure B

Engineering

Instruction

1.4.1 PLB

HDPE Duct

PLB HDPE Duct shall be as per

latest TEC GR No.

TEC/GR/TX/CDS-

008/03/MAR-

11 with latest Amendments. It

is silent on supply length of

ducts

1. Please clarify if the duct is to be

suppied in 500 mtrs +/-10% supply

length ( which is better for handling) or

in 1000 mtrs +/- 10%.

2. Please provide the printing details to

be print on Duct.

As per BBNL engineering instruction

29

Annexure B

Engineering

Instruction

12 Joint

Closure &

Splicing

Features: Standard fibre count

24 F. Universal type i.e.

suitable for all type of cable

(ADSS OFC, Armoured and

metal free cable). Provide

scope for straight / branch

joints. Resistant to chemicals

and corrosive atmosphere.

Easy re-entry and closing with

mechanical plastic clamp.

Shall be water and air proof.

Ribs on the body for extra

strength. 6 Cable entry port &

1 oval port. Suitable for cable

size upto-30mm. Mounting

Bracket for erecting on pole

vertically straight. Dome type.

Dimensions: Length-395mm

±5%. Outer diameter-273mm

±5%

This clause contradicts with clause III at

Page 48 of Annexure A of RFP :

(Technical Specifications (TEC GR))

wherein it states that Splice Closure

for Optical Fibre Cable as per TEC GR

No. TEC/GR/TX/OJC002/03/APR-2010.

We would request you to kindly

confirm whether the Straight Joint

Closure/Branch Joint Closure can be

supplied under TEC GR No.

TEC/GR/TX/OJC-002/03/APR-2010

with latest amendments.

Joint closures shall be used for both straight

and branch joints

29

Annexure B

Engineering

Instruction

12 Joint

Closure &

Splicing

Joint Closure (OJC)

1.Dimension shared is L =

395mm ; Outer diameter :

273mm

But as per TEC GR dimensions of the

product is L = 550mm ; Outer diameter

: 178mm(dome). Kindly clarify.

As per BBNL engineering instruction

29

Annexure B

Engineering

Instruction

12 Joint

Closure &

Splicing

For OJC, tender is asked for

Cable entry round 6 No’s & 1

Oval Port

where as TEC GR is with 4x round ports

& 1x Oval Port. Kindly Clarify

As per BBNL engineering instruction

29

Annexure B

Engineering

Instruction

12 Joint

Closure &

Splicing

General

There is NO detailed specified in the

tender OJC regarding straight or Branch

Joint Closure.

Kindly ClarifyAs per BBNL engineering instruction

36

Annexure B

Engineering

Instruction

22

GUIDELINE

FOR

INSTALLAT

ION OF

ADSS

AERIAL

OPTICAL

FIBRE

CABLE

1) Scope

This document is intended to

provide guidelines for

selection of appropriate

methodology for aerial

installation of ADSS optical

Fibre Cable on Existing

Electrical Poles of

440/220/132/33/11 KV Lines

and LT lines as per the route

map and network design.

As per GR aerial ADSS OFC shall be as

per TEC/GR/TX/OFC-022/02/MAR-17

which is limited to 33/11 KV with

spacing between OFC & power

conductor more than 1.5 meter. So

requesting to change the guidelines for

installation up to 33 KV only.

As per BBNL engineering instruction

Page 153: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 Annex AI.

1. 24 pair ADSS on powerlines: As per TEC GR No.TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments if any. (Type2A)

Tender requires both 24 & 48FADSS OFC. In case OFCmanufacturer has TSEC for highercount , for the purpose of biddingthe same shall suffice at thebidding stage.Please confirm.

Tender clasue remains the same

48 Annex AI.

3. Underground (OFCCable) : 96 pair ADSS onpower lines: As per TECGR No. TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments if any. (Type2A)

We feel there is a TypographicalError and this should be rectifiedas "Underground (OFC cable): 96F Metal Free Ribbon Optical FibreCable with double HDPE Sheath(G.652D Fibre) as per BSNLTender No. CA/NOFN/OFC/T-609/2017 dated 15.12.2017"

Refer Corrigendum

48 Annex AIII.

GR No. TEC/GR/TX/ORM-01/04 SEP.09Specification for RawMaterial used inManufacturing of Cables

Specification for Raw Material usedin Manufacturing of Cablesmentioned in the tender is old andhas been superseded by new GRTEC/GR/TX/ORM-001/05 DEC-17.Please amend the sameaccordingly.

Tender clasue remains the same

84 4.15 Form16

Manufacturer’sAuthorization Format(MAF) /OFC OEM

We understand that theManufacturer's Authorisation Formis required only for Optical FibreCables. Please confirm.

Refer Corrigendum

84 4.15 Form16

Manufacturer’sAuthorization Format(MAF) /OFC OEM (Tosubmitted during beforeimplementation by SI)

To ensure completeness of the bidand avoid any default post tenderand/or after award of work, in allother BharatNet Tenders the MAFwas required to be submitted alongwith the bid. We feel on the samelines MAF for supply items shouldbe submitted by the bidder alongwith its' bid only. Please confirm.

Refer Corrigendum

Page 154: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 2 2. TECHNICAL SPECIFICATION -

PACKAGE B, C & D

I. Aerial and Underground Cable

1. Aerial OF Cable (ADSS Cable):

24 pair ADSS on power lines: As

per TEC GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any. (Type 2A)

2. Aerial OF Cable (ADSS Cable):

48 pair ADSS on power lines: As

per TEC GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any. (Type 2A)

1. We believe description of 24 Pair and

48 Pair means 24F and 48F respectively.

Kindly confirm.

2. We understand that in all three

packages (B,C & D) Optical fibre cable of

24F & 48F ADSS TYPE- 2A OF cable is

required. Kindly note that 24F & 48F ADSS

Type 2A are covered under TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17 with

latest amendments if any. (Type 2A). For

24F & 48F ADSS Type 2A, TSEC / QF-103

as per above GR No TEC/GR/TX/OFC-

022/02/MAR-17 with latest amendments

if any is sufficient for participation and

supply against this tender.Kindly confirm.

Refer Corrigendum

48 2 2. TECHNICAL SPECIFICATION -

PACKAGE B, C & D

I. Aerial and Underground Cable

3. Underground (OFC Cable): 96

pair ADSS on power lines: As per

TEC GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

4. Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

1. Underground and ADSS are

contradictory. We hope that it is

Underground only. Kindly Confirm.

2. We believe description of 96 Pair and

144 Pair means 96F and 144F respectively.

Kindly confirm.

3. 96F Ribbon type cable is tender based

GR. Accordingly any tender based TSEC of

96F Ribbon type will suffice for

participation and supply in this tender.

Kindly confirm. 4. BoQ is not

having any quantity 144F. Please confirm

requirement of 144F in BoQ.

Refer Corrigendum

74 4.8 TL-9000 Certification We understand that TL-9000 certification

for OFC manufacturer against this tender

however if SI is bidding as a consortium of

2 members in this tender, TL certification

for either of consortium member is

acceptable. Kindly confirm.

Refer Corrigendum

106 5.6 Others We kindly request you to exclude BBNL /

BSNL as an inspecting agency and appoint

any Third Party Agency (TPA) so as to

complete project in desired timeline as

followed by various other states. Kindly

confirm.

Tender clasue remain the same

6 BOQ_18091

0.xls

Accessories Kindly provide specification / relevant

standards for all the accessories

mentioned in BoQ clause no.6.

accessories.

Tender clasue remains the same

Page 155: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

10 Annexure-B Arial optical fiber specification;

Under this ten sub clauses

Clarify that ; Under this ten sub clauses are

indicated that Arial Drop Optic Fiber Cable

with Installation Accessories ( For Last

Mile Applications) TEC GR No.

TEC/GR/TX/OFC-024/01/MAR-15 OR

Power Line ADSS TYPE 2A TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-17

Tender clause remains the same

17 Annexure-B Cable Length is 2 KM + 10 % Cable is OK but require to take short

length above 500-1799 Meter with 10 %

of order quantity.Refer Corrigendum

2.7 Annexure-

A –

Technical

Specificatio

ns (TEC

GRs)

Block Location - Modular

Network Rack (42 U). 2.

Depth support channels -

pairs

The number of pairs is not mentioned -

We presume it is 5 pairs . Pls confirm

Refer Corrigendum

2.8 Annexure-

A –

Technical

Specificatio

ns (TEC

GRs)

Gram Panchayat Type 1 -

Modular Network Rack (27

U): 2. Depth support

channels - pairs

The number of pairs is not mentioned -

We presume it is 3 pairs . Pls confirm

Refer Corrigendum

2.10 Annexure-

A –

Technical

Specificatio

ns (TEC

GRs)

Mesh type filters. Stainless

steel perforated sheet with 4

mm hole diameter with fine

holes punching type with

necessary framework to

prevent dust and insects as

per site window size (1200

mm*1300 mm). In each PoP

two mesh type filters to be

installed at two to maintain

the Ambient temperature

and remaining two windows

must be closed.

Since, The Product has to prevent

"Dust" as well - We strongly

recommend usage of G3 Filters along

with SS perfortated structure. Please

confirm.

Refer Corrigendum

12 Annexure-B

Engineerin

g

Instructions

For Under

Ground

Optical

Fibre Cable

Laying

Works

Features: Standard fibre

count 24 F. Universal type i.e.

suitable for all type of cable

(ADSS OFC, Armoured and

metal free cable). Provide

scope for straight / branch

joints. Resistant to chemicals

and corrosive atmosphere.

Easy re-entry and closing

with mechanical plastic

clamp. Shall be water and air

proof. Ribs on the body for

extra strength. 6 Cable entry

port & 1 oval port. Suitable

for cable size upto-30mm.

Mounting Bracket for

erecting on pole vertically

straight. Dome type.

Dimensions: Length-395mm

±5%. Outer diameter-273mm

±5%

This clause contradicts with clause III

at Page 48 of Annexure A of RFP :

(Technical Specifications (TEC GR))

wherein it states that Splice Closure

for Optical Fibre Cable as per TEC GR

No. TEC/GR/TX/OJC002/03/APR-2010.

We would request you to kindly

confirm whether the Straight Joint

Closure/Branch Joint Closure can be

supplied under TEC GR No.

TEC/GR/TX/OJC-002/03/APR-2010

with latest amendments.

As per BBNL engineering instruction

Page 156: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 Annexure-

A –

Technical

Specificatio

ns (TEC

GRs)

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR

or as per the approval

procedure of BBNL for which

TEC GR not there.

It is evident from the RFP that the

Bidder has to submit valid TSEC

approval certifcate of the OEM of

respective proudcts on the date of

submission of bid for items mentioned

at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03

and 4.05 of BoQ. Pls confirm whether

valid TSEC approval certificate by the

respective OEM has to be submitted

by the lead bidder on the date of

submission of bids.

Refer Corrigendum

48 Annexure-

A –

Technical

Specificatio

ns (TEC

GRs)

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR

or as per the approval

procedure of BBNL for which

TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a

must for equitable comparison and

uniform supplies. To meet this

objective in tenders of BBNL made it

obligatory and imperative to procure

only UL Listed Server and Network

racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can

be furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

TEC GR not required for RACK

48 Annexure-

A –

Technical

Specificatio

ns (TEC

GRs)

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR

or as per the approval

procedure of BBNL for which

TEC GR not there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching

type with necessary framework to

prevent dust and insects as per site

window size (1200 mm*1300 mm). We

request to issue some detailed

speciafiactions and QAP- so as to

have a unifom supplies from various

suppliers.

Tender clause remains the same

Page 157: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

4.1.5-

Form 16-

MAF

NIT/TANFI

NET/001/

PACKAGE-

B,C & D

MAF/OFC OEM- (To

submitted during before

implementation by SI

MAF by respective OEMs needs to be

submitted along with bid submission

or later during implementation?

Please confirm.

Refer Corrigendum

4.1.5-

Form 16-

MAF

NIT/TANFI

NET/001/

PACKAGE-

B,C & D

MAF/OFC OEM- (To

submitted during before

implementation by SI

MAF needs to be submitted Only for

OFC or other BoQ items also. Please

confirm.

MAF for all components

4.1.5-

Form 16-

MAF

NIT/TANFI

NET/001/

PACKAGE-

B,C & D

MAF/OFC OEM- (To

submitted during before

implementation by SI

Does the Lead Bidder need to submit

MAF for 42 U ; 27 U and 9 U Racks?

Please confirm.

MAF for all components

4.1.5-

Form 16-

MAF

NIT/TANFI

NET/001/

PACKAGE-

B,C & D

MAF/OFC OEM- (To

submitted during before

implementation by SI

Does the Lead Bidder need to submit

MAF for Window Mesh as well ?

Please confirm.

Not required

9 Definitions

Type 1- GP - Gram Panchayat

with population greater than

8000

Type 2 -GP - Gram Panchayat

with population less than 2300

Please arrange to clarify the demarcation

of type of GP for population more than

2300 and lesser than 8000 and it's

technical/commercial implications, if any.

Refer Corrigendum

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D

I. Aerial and Underground Cable

1. Aerial OF Cable (ADSS

Cable): 24 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

2. Aerial OF Cable (ADSS

Cable): 48 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

3. Underground (OFC Cable):

96 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

4. Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

Kindly arrange to clarify that in case any

of the quoted material does not have TAC/

TSEC then it should be applied for TSEC

to Quality Assurance Circle, BSNL,

Bengaluru or to TEC, New Delhi for the

model against the technical specifications,

at least one day before the actual date of

technical bid opening. The registration

number allotted for the TSEC purpose by

Quality Assurance Circle, BSNL,

Bengaluru or for TAC purpose by TEC,

New Delhi shall be submitted along with

the bid. However, only type approved

products as per above specifications shall

be accepted which shall have to be

obtained before issuing Notification of

Award by the Employer.

Bidder who has obtained QF 103 for a

product having same specification for

other tender or holds TSEC / TAC issued

in last 3 years is valid for eligibility to bid/

participate. But for supply, he shall obtain

valid TSEC as specified in the tender.

Refer Corrigendum

Page 158: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

It is evident from the RFP that the Bidder

has to submit valid TSEC approval

certifcate of the OEM of respective

proudcts on the date of submission of bid

for items mentioned at S. No.3.06, 3.07,

3.08, 4.01, 4.02, 4.03 and 4.05 of BoQ.

Pls confirm whether valid TSEC approval

certificate by the respective OEM has to

be submitted by the lead bidder on the

date of submission of bids.

Refer Corrigendum

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these products

across various suppliers is a must for

equitable comparison and uniform

supplies. To meet this objective in tenders

of BBNL made it obligatory and

imperative to procure only UL Listed

Server and Network racks . Reference can

be taken of corrigendum no. 2 dated

26/07/2018 of APSFL Tender No.

APSFL/BBNL/73/2016 Dated: 13/07/2018

-Annexure C - Racks Speicfiactions. If

required - copy can be furnished by us .

You are hereby requested to add " UL

Listed " in the specifications of 42U ; 27

U and 9 U Racks. Please confirm.

TEC GR not required for RACK

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

Mesh type filters. Stainless steel perforated

sheet with 4 mm hole diameter with fine

holes punching type with necessary

framework to prevent dust and insects as

per site window size (1200 mm*1300

mm). We request to issue some detailed

speciafiactions and QAP- so as to have a

unifom supplies from various suppliers.

Tender clasue remains the same

49

2.1 24F

Rack

Mountable

FDMS

24F S & P Module - 19-inch

Rack Mountable, 1U height,

with 1 nos of 12F Splicing

Tray…...

Please arrange to clarify that it should be

with 2 Nos of splicing traysAs per BBNL engineering instruction

49

2.1 24F

Rack

Mountable

FDMS

Type of Fibre - Individual Fibre

As per specification it is “Individual

Fibre” where as TEC GR is with Ribbon.

Please arrange to clarify.Tender clasue remains the same

Page 159: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

52

2.3

Technical

Specification

for Radio

Link

c.

Tower/Pole

Specification

(9 m pole

and 15 m

tower)

a. Radio Modem:

Reference: TEC/GR/R/ISM-

MOD-001/04.MAR2016

c. Tower/Pole Specification (9

m pole and 15 m tower)

Kindly arrange to clarify that Connectivity

through radio to connect a GP is under the

scope of MSI for package-A and not under

the scope of SI under package B, C & D.

Refer Corrigendum

61

2.7 Block

Location -

Modular

Network

Rack (42 U)

4. Power – Power Distribution

Unit Vertically mounted 2 nos -

06/16 Amp

Industrial socket-6 socket with

Complete hardware accessories.

PDU being critical we recommend the

specs as Power Distribution Unit (2 per

rack) - Vertically Mounted, 32AMPs with

25 Power Outputs. (20 Power outs of IEC

320 C13 Sockets & 5 Power outs of

5/13Amp Sockets), Electronically

controlled circuits for Surge & Spike

protection, LED readout for the total

current being drawn from the channel,

32AMPS MCB, 3KVAC isolated input to

Ground & Output to Ground

Bidder to propsoe the PDUs with required

number and type of sockets as per the

requirement in each rack.

61

2.7 Block

Location -

Modular

Network

Rack (42 U)

8. Fan Tray Fan Housing Unit 2

Fan position (Top Mounted) (1

no. per Rack)

FAN being critical we recommend the

specs as Fan Housing Unit 4 Fan Position

(Top Mounted) (1 no. per Rack) -

Monitored - Thermostat based - The Fans

should switch on based on the

Temperature within the rack. The

temperature setting should be factory

settable. This unit should also include -

humidity & temperature sensor

As per RfP

62

2.8 Gram

Panchayat

Type 1 -

Modular

Network

Rack (27 U)

4. Power – Power Distribution

Unit Vertically mounted 2 nos -

06/16 Amp

Industrial socket-6 socket with

Complete hardware accessories.

PDU being critical we recommend the

specs as Power Distribution Unit -

Vertically Mounted, 32AMPs with 18

Power Outputs (atleast 2 per rack). (14

Power outs of IEC 320 C13 Sockets& 4

Power outs of 5/13Amp

Sockets), Electronically controlled circuits

for Surge & Spike protection, LED readout

for the total current being drawn from the

channel, 32AMPS MCB, 3KVAC isolated

input to Ground & Output to Ground.

Bidder to propsoe the PDUs with required

number and type of sockets as per the

requirement in each rack.

62

2.8 Gram

Panchayat

Type 1 -

Modular

Network

Rack (27 U)

8. Fan Tray Fan Housing Unit 2

Fan position (Top Mounted) (1

no. per Rack)

FAN being critical we recommend the

specs as Fan Housing Unit 4 Fan Position

(Top Mounted) (1 no. per Rack) -

Monitored - Thermostat based - The Fans

should switch on based on the

Temperature within the rack. The

temperature setting should be factory

settable. This unit should also include -

humidity & temperature sensor

As per RfP

Page 160: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

61

2.7 Block

Location -

Modular

Network

Rack (42 U)

Block Location - Modular

Network Rack (42 U). 2. Depth

support channels - pairs

The number of pairs is not mentioned -

We presume it is 5 pairs . Pls confirmThe number of depth of supporting

channel pairs to be considered as per the

design requirement.

61

2.8 Gram

Panchayat

Type 1 -

Modular

Network

Rack (27 U)

Gram Panchayat Type 1 -

Modular Network Rack (27 U):

2. Depth support channels -

pairs

The number of pairs is not mentioned -

We presume it is 3 pairs . Pls confirmThe number of depth of supporting

channel pairs to be considered as per the

design requirement.

622.10 Mesh

type filters

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes

punching type with necessary

framework to prevent dust and

insects as per site window size

(1200 mm*1300 mm). In each

PoP two mesh type filters to be

installed at two to maintain the

Ambient temperature and

remaining two windows must be

closed.

Since, The Product has to prevent "Dust"

as well - We strongly recommend usage of

G3 Filters along with SS perfortated

structure. Please confirm.

Tender clasue remains the same

53

Annexure A

- Technical

specificatio

ns - 2.5

Carrier

Ethernet

Switch

Carrier Ethernet Switch

conforming to Metro

Ethernet Forum (MEF)

standards will enable setting

up various Quality of Service

(QoS) parameters if the

bandwidth is to be

distributed among different

operators.

No qty in mentioned for these switches in

the BoQ. Pls confirm the qty required

Refer Corrigendum

49

2.1 24F

Rack

Mountable

FDMS

1U 24F Rack Mountable

1x12F splicing trays

But for accommodating 24F, Rack

Mountable should have 2x12F Splicing

traysTender clause remains the same

49

2.1 24F

Rack

Mountable

FDMS

1U 24F Rack Mountable

loaded with Indiviudal Fibre

As per TEC GR it should be loaded with

Ribbon Fibre

Tender clause remains the same

49

2.2 48 F

Rack

Mountable

FDMS

2U 48F Rack Mountable

1x12F Splicing trays

But for accommodating 48F, Rack

Mountable should have 4x12F Splicing

traysTender clause remains the same

49

2.2 48 F

Rack

Mountable

FDMS

1U 48F Rack Mountable

loaded with Indiviudal Fibre

As per TEC GR it should be loaded with

Ribbon Fibre

As per RfP

61

2.7 Block

Location -

Modular

Network

Rack (42 U)

42U Rack Mountable

network Rack dimensions :

800x1000

As per TEC GR Rack dimensions are

900x400/600mm

As per RfP

61

2.8 Gram

Panchayat

Type 1 -

Modular

Network

Rack (27 U)

27U Rack Mountable

network Rack 800x1000

This product is not in any of TEC GR. So

there wont be any TEC certificate.

Refer Corrigendum

62

2.9 Gram

Panchayat

Type 2- 9U

RACK (Wall

Mount)

9U Rack Wall Mountable

600x500mm

This product is not in any of TEC GR. So

there wont be any TEC certificate.

Refer Corrigendum

Page 161: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

3

2.

MATERIAL

FOR

PROVIDING

ADDITIONA

L

PROTECTIO

N - d. G.I.

Pipes

G.I. pipes should be of

medium duty class having

inner diameter of 50mm and

should conform to

specifications as per IS

554/1985 (revised upto date)

IS 1989 (Part-I), 1900 Sockets

(revised up to date) & IS

1239 (Part-II) 1992 (revised

upto date).

Please arrange to provide the Nominal

Length of G.I. Pipes for necessary

estimation purpose.

As per BBNL engineering instruction

203. ALLIED

ACTIVITIES

c. Disposal of Empty Cable

Drums: The SI shall be

responsible to dispose of the

empty cable drums after laying

of the cables. The cost of

various sizes of empty cable

drums recoverable from the

TANFINET Corporation will be

fixed taking into account the

prevailing market rates.

This is to request you to arrange to

remove the cable drum recovery

clause.

As an alternative, please arrange to

provide the recovery rates, prior to

submission of tender for appropriate

assessment of cost.

Tender clause remains the same

29

12. Joint

Enclosure

and Splicing:

Features: Standard fibre count

24 F. Universal type i.e. suitable

for all type of cable (ADSS

OFC, Armoured and metal free

cable). Provide scope for

straight / branch joints.

Resistant to chemicals and

corrosive atmosphere. Easy re-

entry and closing with

mechanical plastic clamp. Shall

be water and air proof. Ribs on

the body for extra strength. 6

Cable entry port & 1 oval port.

Suitable for cable size upto-

30mm. Mounting Bracket for

erecting on pole vertically

straight. Dome type.

Dimensions: Length-395mm

±5%. Outer diameter-273mm

±5%

This clause contradicts with clause III

at Page 48 of Annexure A of RFP :

(Technical Specifications (TEC GR))

wherein it states that Splice Closure

for Optical Fibre Cable as per TEC GR

No. TEC/GR/TX/OJC002/03/APR-2010.We would request you to kindly confirm

whether the Straight Joint Closure/Branch

Joint Closure can be supplied under TEC

GR No. TEC/GR/TX/OJC-002/03/APR-

2010 with latest amendments.

As per Annexure B Engineering Instruction

2912. Joint

Enclosure

and Splicing:

Joint Closure (OJC)

1.Dimension shared is L =

395mm ; Outer diameter :

273mm

But as per TEC GR dimensions of the

product is L = 550mm ; Outer diameter

: 178mm(dome). Need Clarification

Tender clasue remains the same

2912. Joint

Enclosure

and Splicing:

For OJC, tender is asked for

Cable entry round 6 No’s & 1

Oval Port

where as TEC GR is with 4x round

ports & 1x Oval Port. Need

Clarifications Tender clasue remains the same

2912. Joint

Enclosure

and Splicing:

There is detailed specified in

the tender OJC regarding

straight or Branch Joint

Closure.

Need ClarificationsJoint closures shall be used for both straight

and branch joints

Page 162: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 1.1.8 point

1

The proposed solution

should be in the leaders

quadrant by latest

FY18/19 Gartner Report

for Hyper Converged

Infrastructure.

Please change the clause

to " The proposed HCI

Server Ready Nodes, HCIServer Hypervisor software& HCI SDS software shouldbe leader inGartner/Forrester latestReport. Should be in top 5in the Gartner Quadrant."

Refer Corrigendum

20 1.1.8 Point

3

The management HCI

cluster must be configured

with at least 64 TB of

usable capacity (even after

one node failure scenario)

in the HCI cluster, after

providing for not more

than 1:1.25 data efficiency

due to compression and

de-duplication. Erasure

coding should be deployed

for cold data not

exceeding 40%. The

solution should be

provisioned with minimum

10% SSD.

1. Does the 64TB include both

management and application data?

HCI converges all the servers

together by pooling the internal

disks of the servers and presents as

a data storage pool to the

applications. Hence, do we

consider 64TB spread across 6

servers including both application

and management or we have to

consider 64 TB for only application.

2. The dedupe and compression

ratio varies for application to

application, hence we would

request that this point be removed

as it cannot be guaranteed unless

the application workload and the

block size is provided.

3. Erasure coding cannot be

performed on 3 nodes andhence this point needs to berevalidated as it contradicts thepoint of 'one' node failure. Also,EC is a very intensive processon CPU / Memory and Disks.Hence, it is recommended that Refer Corrigendum

20 1.1.8 Point

4

The proposed solution

should support all leading

Virtualization Software;

viz., VMware ESXi,

Microsoft Hyper-V, Open

KVM, and XenServer.

We would request you to please

change the clause to " The

proposed solution shouldsupport any of the leadingvirtualization software whichfalls under Gartner's MagicQuadrant such as VMwareESXi, Microsoft Hyper-V, OpenKVM, and XenServer. "

Refer Corrigendum

Page 163: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 Additional

features

to be

added , for

"Hypervis

or

capabilitie

s"

Please state the Server

Hypervisor capabilities in

one point as mentioned to

the next column

Please amend the clause with

the following capabilities

"Hypervisor software shallprovide a Hypervisor layer thatsits directly on the bare metalserver hardware with nodependence on a generalpurpose OS for greater reliabilityand security. It should beIndustry Standard software andno special purpose software isallowed. "

Refer Corrigendum

20 1.1.8 Point

7

The proposed HCI solution

for both management and

application cluster should

use Erasure Coding for

cold data.

Erasure coding is a very intensive

process on CPU/ Memory and

Disks and hence it is recommended

to consider All Flash architecture

for this to be successful. Also, 3

nodes are not the ideal

architecture for running Erasure

Coding. Minimum 4 nodes are

required. Hence, We

recommend to combine the

mangement and application

cluster as one cluster and run

Erasure Coding on All Flash

disks .Thus Please change

the clasue to " Solution supportRAID 5 and RAID 6 ErasureCoding data protection on allflash node configurations."

Refer Corrigendum

Page 164: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 1.1.8 Point

10

The proposed HCI solution

should be able to create

multiple logical unit

(LUN's) for storage, with

the ability to support

different policy for de-

duplication and

compression, across LUNs.

1. Modern HCI solutions donot

provision storage like LUN's. HCI

combines all the internal disks as a

storage pools and then depending

on application, the storage is

presented as a data store (VMDK)

which are managed through

Policies. Hence, we request the

term LUN not be used.

2. Deduplication & Compression

are mutually exclusive and work

best on individual data store. If the

feature is turned on across cluster,

it will unnecessary increase the

workload on CPU & Memory

during read/ write operations.

Hence, recommendation is to

either remove the term

Deduplication & Compression or

enable on data store level.

3. The feature of De-Duplication &

Compression is a intensive process

on CPU/Memory & disk. Hence, if

required, then it is recommended

that All Flash storge be considered

for the capacity layer.Refer Corrigendum

20 1.1.8 Point

11

The proposed HCI solution

must support Hybrid and

All flash nodes in same

cluster without impacting

any functionality

By this point the understanding is

such that Hybrid and All Flash

clusters can be managed from one

single console? Please clarify?

Note: Running hybrid & all Flash in

the same cluster of servers is not

best practise because there will be

a performance impact on the all

flash node which will start working

at the speed of hybrid disks.

Request you to please change

the clause to " The Proposed

HCI Ready Server nodes mustsupport Hybrid and All FlashSolution without impacting anyfunctionality"

Refer Corrigendum

Page 165: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20 1.1.8 Point

12

The proposed solution

must have capability to

support HCI nodes with

different models (same

OEM) / different CPU and

Memory / Disks

configurations in the same

cluster without any impact

on storage

services/functionalities.

Request the customer to consider

support multiple OEM brand HCI

nodes (compatible). The true

essence of a SDS is the capability of

running different server brands in

same cluster. Hence, this ensures

customer gets best TCO and choice

of hardware server vendor. HDD

and SSD operate at different speed

from performance stand point.

Please change the clause to "The proposed solution musthave capability to add supportcustomer choice of HCIreadynodes from multiple OEMwithout impacting theperformance and functionalitiesof HCI"

Refer Corrigendum

20 1.1.8 Point

8

The proposed solution

should independently scale

storage and compute as and

when needed without any

downtime.

This is Single OEM specifications

other OEMs will not participate .

Please change the clause to "HCI should support storageexpansion without anyvirtualization license implicationfor “only storage” expansion. "

Refer Corrigendum

20 1.1.8 Point

4

The proposed solution

should support all leading

Virtualization Software; viz.,

VMware ESXi, Microsoft

Hyper-V, Open KVM, and

XenServer. HCI solution must

support industry-leading

protocols NFS, iSCSI & SMB.

Please change the clause to "

The proposed HCI solutionshould support file services overNFS/CIFS/iSCSI/SMB and filereplication across across clusterand any additional 3rd partyapplication or OS should befactored

Refer Corrigendum

Page 166: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

21 1.18

Additional

recommen

dation, to

be added ,

for "HCI

availability

features"

HCI Availability features Please add the following "HCI

solution should support livemigration of running virtualmachines from one physicalnode toanother with zero downtime,continuous service availability,and complete transactionintegrity transparent to users."

Refer Corrigendum

21 1.18

Additional

recommen

dation, to

be added ,

for "HCI

availability

features"

HCI Availability features Please add the following "Solution

offers active-active data center,

synchronous and asynchronous

replication solutions, including

zero RPO replication options"

Refer Corrigendum

21 1.18

Additional

recommen

dation, to

be added ,

for "HCI

availability

features"

HCI Availability features Please add the following "

Solution has the capacity to

replicate virtual machines to an

external system based on the same

hypervisor. The external system

may or may not be hyper-

converged, made by the same

manufacturer or a third party /

Meity approved cloud provider.

Refer Corrigendum

104 5.5What Process do we Have to Follow in

order to avail the Survey Report. Successful bidder duirng implementation will

be provided

107Detail about Connectivity from

TNSWAN to EB Station Successful bidder duirng implementation will

be provided

62 2.10 Mesh type filters. Stainless

steel perforated sheet with 4

mm hole diameter with fine

holes punching type with

necessary framework to

prevent dust and insects as

per site window size (1200

mm*1300 mm). In each PoP

two mesh type filters to be

installed at two to maintain

the Ambient temperature

and remaining two windows

must be closed.

Since, The Product has to prevent

"Dust" as well - We strongly

recommend usage of G3 Filters along

with SS perfortated structure. Please

confirm.

Tender clasue remians the same

Page 167: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

29 12 Features: Standard fibre

count 24 F. Universal type i.e.

suitable for all type of cable

(ADSS OFC, Armoured and

metal free cable). Provide

scope for straight / branch

joints. Resistant to chemicals

and corrosive atmosphere.

Easy re-entry and closing

with mechanical plastic

clamp. Shall be water and air

proof. Ribs on the body for

extra strength. 6 Cable entry

port & 1 oval port. Suitable

for cable size upto-30mm.

Mounting Bracket for

erecting on pole vertically

straight. Dome type.

Dimensions: Length-395mm

±5%. Outer diameter-273mm

±5%

This clause contradicts with clause III

at Page 48 of Annexure A of RFP :

(Technical Specifications (TEC GR))

wherein it states that Splice Closure

for Optical Fibre Cable as per TEC GR

No. TEC/GR/TX/OJC002/03/APR-2010.

We would request you to kindly

confirm whether the Straight Joint

Closure/Branch Joint Closure can be

supplied under TEC GR No.

TEC/GR/TX/OJC-002/03/APR-2010

with latest amendments.

Tender clasue remians the same

Note 48 All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR

or as per the approval

procedure of BBNL for which

TEC GR not there.

It is evident from the RFP that the

Bidder has to submit valid TSEC

approval certifcate of the OEM of

respective proudcts on the date of

submission of bid for items mentioned

at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03

and 4.05 of BoQ. Pls confirm whether

valid TSEC approval certificate by the

respective OEM has to be submitted

by the lead bidder on the date of

submission of bids.

Refer Corrigendum

Page 168: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Note 48 All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR

or as per the approval

procedure of BBNL for which

TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a

must for equitable comparison and

uniform supplies. To meet this

objective in tenders of BBNL made it

obligatory and imperative to procure

only UL Listed Server and Network

racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can

be furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

TEC GR not required for RACK

Note 48 All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR

or as per the approval

procedure of BBNL for which

TEC GR not there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching

type with necessary framework to

prevent dust and insects as per site

window size (1200 mm*1300 mm). We

request to issue some detailed

speciafiactions and QAP- so as to

have a unifom supplies from various

suppliers.

Tender clause remains the same

4.1.5-

Form 16-

MAF

MAF/OFC OEM- (To

submitted during before

implementation by SI

MAF by respective OEMs needs to be

submitted along with bid submission

or later during implementation?

Please confirm.

Refer Corrigendum

4.1.5-

Form 16-

MAF

MAF/OFC OEM- (To

submitted during before

implementation by SI

MAF needs to be submitted Only for

OFC or other BoQ items also. Please

confirm.Refer Corrigendum

4.1.5-

Form 16-

MAF

MAF/OFC OEM- (To

submitted during before

implementation by SI

Does the Lead Bidder need to submit

MAF for 42 U ; 27 U and 9 U Racks?

Please confirm.Refer Corrigendum

4.1.5-

Form 16-

MAF

MAF/OFC OEM- (To

submitted during before

implementation by SI

Does the Lead Bidder need to submit

MAF for Window Mesh as well ?

Please confirm.Refer Corrigendum

Page 169: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

11 1.1.3 1. 42 U Network Rack of

Dimension (800W X 1000D).

Modular cabinet Networking

Rack-42U 800W -1000D -

Block Fine Tex.

We presume that " Block " is a typo

error. It should be "Black Fine

Texture" Please confirm

Refer Corrigendum

11 1.1.3 2. Modular cabinet Honey

comb Flat Plain Door -42U -

800W-Block Fine Tex-

Assembly front and Back

door.

" Honey Comb" - is a double layered

structure with flutes in between. We

presume that the Racks here are

required to have Hexogonal

Perforations in a dense pattern on

Front Door and Rear Door . This

perforation is on a flat sheet only and

there are no layers as such .

Because the RFP is also using term

"Flat:. Please confirm

Tender clasue remain the same

11 1.1.3 26. The systems should be

Retrofitted on server racks of

different OEM rack

manufacturers

There is a quantity of 3 Racks of 42 U

height mentioned in the BoQ . Do we

need to supply Rack Access Control

Requiremnets software for Racks

already installed in TAFINET network

?

Tender clasue remains the same

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D

I. Aerial and Underground Cable

1. Aerial OF Cable (ADSS

Cable): 24 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

2. Aerial OF Cable (ADSS

Cable): 48 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

3. Underground (OFC Cable):

96 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

4. Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

Kindly arrange to clarify that in case

any of the quoted material does not

have TAC/ TSEC then it should be

applied for TSEC to Quality Assurance

Circle, BSNL, Bengaluru or to TEC,

New Delhi for the model against the

technical specifications, at least one

day before the actual date of technical

bid opening. The registration number

allotted for the TSEC purpose by

Quality Assurance Circle, BSNL,

Bengaluru or for TAC purpose by

TEC, New Delhi shall be submitted

along with the bid. However, only

type approved products as per above

specifications shall be accepted which

shall have to be obtained before

issuing Notification of Award by the

Employer.

Bidder who has obtained QF 103 for a

product having same specification for

other tender or holds TSEC / TAC

issued in last 3 years is valid for

eligibility to bid/ participate. But for

supply, he shall obtain valid TSEC as

specified in the tender.Refer Corrigendum

Page 170: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

It is evident from the RFP that the

Bidder has to submit valid TSEC

approval certifcate of the OEM of

respective proudcts on the date of

submission of bid for items mentioned

at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03

and 4.05 of BoQ. Pls confirm whether

valid TSEC approval certificate by the

respective OEM has to be submitted

by the lead bidder on the date of

submission of bids.

Refer Corrigendum

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a

must for equitable comparison and

uniform supplies. To meet this

objective in tenders of BBNL made it

obligatory and imperative to procure

only UL Listed Server and Network

racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can

be furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

Refer Corrigendum

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching

type with necessary framework to

prevent dust and insects as per site

window size (1200 mm*1300 mm). We

request to issue some detailed

speciafiactions and QAP- so as to

have a unifom supplies from various

suppliers.

Refer Corrigendum

49

2.1 24F

Rack

Mountable

FDMS

24F S & P Module - 19-inch

Rack Mountable, 1U height,

with 1 nos of 12F Splicing

Tray…...

Please arrange to clarify that it should

be with 2 Nos of splicing trays

As per BBNL TSEC requirement

Page 171: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

49

2.1 24F

Rack

Mountable

FDMS

Type of Fibre - Individual Fibre

As per specification it is “Individual

Fibre” where as TEC GR is with

Ribbon. Please arrange to clarify.

As per BBNL TSEC requirement

52

2.3

Technical

Specification

for Radio

Link

c.

Tower/Pole

Specification

(9 m pole

and 15 m

tower)

a. Radio Modem:

Reference: TEC/GR/R/ISM-

MOD-001/04.MAR2016

c. Tower/Pole Specification (9

m pole and 15 m tower)

Kindly arrange to clarify that

Connectivity through radio to connect

a GP is under the scope of MSI for

package-A and not under the scope of

SI under package B, C & D.

Refer Corrigendum

622.10 Mesh

type filters

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes

punching type with necessary

framework to prevent dust and

insects as per site window size

(1200 mm*1300 mm). In each

PoP two mesh type filters to be

installed at two to maintain the

Ambient temperature and

remaining two windows must be

closed.

Since, The Product has to prevent

"Dust" as well - We strongly

recommend usage of G3 Filters along

with SS perfortated structure. Please

confirm.

Tender clasue remains the same

14

Annexure A

- Technical

specificatio

ns - 1.1.4

NOC and

Internet

Router

Specificatio

ns

BRAS and CGNAT - Router

should be able to support

distributed BRAS

functionality with min 64K

subscribers as and when

required. Besides, the Router

should have hardware based

CGNAT capabilities with a

minimum of 10 Million

sessions, 15 Gbps of

Throughput and scalable by

100% in future. This is to be

provided in the Router with a

hardware module or as an

additional device.

CGNAT is already a part of Firewall.

Hence, request you to remove the

CGNAT functionality from the router

requirement as you can't have two

place for NAT in the network.

Revised Clause -

BRAS and CGNAT - Router should be

able to support distributed BRAS

functionality with min 64K subscribers

as and when required.

Tender clasue remains the same

19

Annexure A

- Technical

specificatio

ns - 1.1.7

Ports &

Performanc

e

Requireme

nt

Total Number of Ports

64

We understand that these ports and

performance requirements are for Core

switch as there are no ports and

performance requirement given in

1.1.5 Core switch specifications, while

clear ports and performance

requirement are mentioned in NOC

router and Firewall

Revised Clause -

Total Number of Ports required for

Core switch are - 64

Tender clasue remains the same

Page 172: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

53

Annexure A

- Technical

specificatio

ns - 2.5

Carrier

Ethernet

Switch

Carrier Ethernet Switch

conforming to Metro

Ethernet Forum (MEF)

standards will enable setting

up various Quality of Service

(QoS) parameters if the

bandwidth is to be

distributed among different

operators.

No qty in mentioned for these

switches in the BoQ. Pls confirm the

qty required

Refer Corrigendum

49

2.1 24F

Rack

Mountable

FDMS

1U 24F Rack Mountable

1x12F splicing trays

But for accommodating 24F, Rack

Mountable should have 2x12F Splicing

trays

Tender clause remains the same

49

2.1 24F

Rack

Mountable

FDMS

1U 24F Rack Mountable

loaded with Indiviudal Fibre

As per TEC GR it should be loaded

with Ribbon Fibre

Tender clause remains the same

49

2.2 48 F

Rack

Mountable

FDMS

2U 48F Rack Mountable

1x12F Splicing trays

But for accommodating 48F, Rack

Mountable should have 4x12F Splicing

trays

Tender clause remains the same

49

2.2 48 F

Rack

Mountable

FDMS

1U 48F Rack Mountable

loaded with Indiviudal Fibre

As per TEC GR it should be loaded

with Ribbon Fibre

Tender clause remains the same

61

2.8 Gram

Panchayat

Type 1 -

Modular

Network

Rack (27 U)

27U Rack Mountable

network Rack 800x1000

This product is not in any of TEC GR.

So there wont be any TEC certificate.

TEC GR not required for RACK

62

2.9 Gram

Panchayat

Type 2- 9U

RACK (Wall

Mount)

9U Rack Wall Mountable

600x500mm

This product is not in any of TEC GR.

So there wont be any TEC certificate.

TEC GR not required for RACK

99

Package B:

Survey,

Supply,

Installation,

Commissioni

ng and

Operation &

Maintenance

of Optical

Fibre

Network

(OFN) in

Tamil Nadu

Table A Sl

No. - B.5

Supply of Manhole, Joint

chambers & Loop chamber

Please arrange to provide the technical

details details of loop chamber and

separate quantities of Manhole, Joint

Chamber & Loop chambers for all

packages.

As BBNL engineering instruction

Page 173: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

102-103

Package B:

Survey,

Supply,

Installation,

Commissioni

ng and

Operation &

Maintenance

of Optical

Fibre

Network

(OFN) in

Tamil Nadu

Table A

D.1 - Pulling/laying / blowing of

optical Fibre Cable and PLB

pipe and at crossings(with

protection provided) (96 core

fiber), splicing, jointing,

commissioning, AT, ABD etc. -

kM - 1

E.1 - Slinging / Laying of ADSS

24 core OFC including fixing of

installation accessories and

fixtures etc., splicing, jointing,

commissioning, AT, ABD etc. -

kM - 1

E.2 - Slinging / Laying of ADSS

48 core OFC including fixing of

installation accessories and

fixtures etc., splicing, jointing,

commissioning, AT, ABD etc. -

kM - 1

Kindly arrange to clarify that rates to

be quoted against item numbers D.1,

E.1 and E.2 is only for 1 km each for

additional works if any. Please also

arrange to confirm the overall

evaluation/Contract management

process as overall BoQ does not cover

the complete installation scope and

value.

Refer Corrigendum

120

5.7.1

Package B,

C& D:

a) Survey Approach

1. The assessment for the fibre

requirement was carried out

using GIS maps by plotting the

locations of the point of

presence on the GIS maps and

identifying the best possible

route options for fibre laying as

evident from the graphical view

of the geography Tender clasue remains the same

119

5.7.1

Package B,

C& D:

Connectivity through radio to

connect a GP (depending upon

site survey only where Aerial

connectivity is not feasible)

Kindly arrange to clarify that

Connectivity through radio to connect

a GP is under the scope of MSI for

package-A and not under the scope of

SI under package B, C & D. Further,

there is no provision in price schedules

also for Radio connectivity

requirements.

Refer Corrigendum

120

5.7.1

Package B,

C& D:

i. Coordination with various

agencies like CPSU, Local

Administration, agencies

appointed by Purchaser

including TPA, PMA, BBNL

PMUs etc. for Site Access, RoW

and for end-to-end

implementation and submission

of documentations.

Please arrange to clarify that System

Integrator will coordinate with either

TANFINET or their appointed single

agency for all kind of coordination for

Site Access, RoW and for end-to-end

implementation and submission of

documentations to avoid any kind of

duplication/ambiguities.

Successful bidder duirng implementation will

be provided

134-140

5.14

Stakeholders

of the

Project &

their

Responsibilit

ies

Role of TANFINET/TPA/PMC

Successful bidder duirng implementation will

be provided

Page 174: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

120

5.7.1

Package B,

C& D:

h. For provisioning of Radio

connectivity as per the survey

report, the SI shall undertake the

following:

I. Supply of end-to-end

equipment required to establish

the Radio link along with

fittings and associated items as

per the approved survey report.

II. End-to-End installation of the

Radio equipment,

poles/antenna, related hardware

along with the civil work that

needs to be carried out for

installation of Radio

connectivity according to survey

report.

III. Link testing (with OTDR &

Power meter, etc.) and

commissioning.

IV. All design/ pre-installation

drawings should be

implemented, to be updated as

per the actuals/ post installation.

Kindly arrange to clarify that supply

& installation works for connectivity

through Radio to connect a GP is

under the scope of MSI for package-A

and not under the scope of SI under

package B, C & D. Further, no

provisioning done for radio

equipment supply and installation in

the price schedules under package B,

C & D. Please confirm.

Refer Corrigendum

131

5.7.1

Package B,

C& D:

j) RF Mode of Connectivity

1. As per initial GIS survey, 44

Gram Panchayat locations were

identified for connectivity by

Radio. On ground, while

undertaking site survey, laying

of optical fibre cable at GP level

may not be possible due to

various reasons such as hilly or

Rocky Mountains or presence of

forest area in between GPs, or

river flowing with no bridge or

road connectivity. Hence to

provide connectivity from the

GP to GP, wireless connectivity

over RF shall be established.

The number RF connectivity

would depend on the actual

survey and subject to approval

of Purchaser.

2. GPs may form a cluster

connecting on RF to the block.

3. SI to provide appropriate

design connecting the above

scenarios with proper

accessories including earthing

for end-to-end installation of the

pole, Radio equipment along

with the civil work that needs to

be carried out for installation of

Radio connectivity Tender clasue remains the same

134-140

5.14

Stakeholders

of the

Project &

their

Responsibilit

ies

MSI

Kindly arrange to bifurcate the roles

and responsibilities of MSI and SI to

avoid any ambiguities and confusions,

considering that MSI and SI are

different agencies. This is required as

in lot of instances the work sequence

of MSI and SI are inter-dependent or

sequential in nature.

Successful bidder duirng implementation will

be provided

Page 175: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

136 5.14

Stakeholders

of the

Project &

their

Responsibilit

ies

Strengthening of poles

Assessment of existing poles

and strengthening wherever

required

Please arrange to clarify that during

the strengthening/replacement of the

damaged poles, the existing conductor

reworks (supply & services) shall only

be in the scope of TANGEDCO/TNEB

and not in scope of SI.

Tender clasue remains the same

146

5.19 O&M

of Optical

Fibre

Infrastructur

e (SI)

b) Fault

Restoration

Services

In case of any breakdown in the

OFC network, SI shall be

responsible for obtaining

approval at his own cost from

statutory authorities like

Municipal Corporation,

Development Authorities,

RWS&S, Electricity

Department, NHAI and any

other concerned authority as

required for carrying out the

repair. Purchaser can assist in

getting permission for repair in

few cases where there is

urgency.

Kindly arrange to clarify that all the

cost incurred in obtaining RoW shall

be borne by Purchaser on actuals on

giving necessary/relevant documents

and no RoW cost is to be absorbed by

MSI/SI.

Tender clasue remains the same

148

5.19 O&M

of Optical

Fibre

Infrastructur

e (SI)

Note:

PIA shall obtain necessary Right

of Way (RoW) from

State/Central agencies

whichever applicable.

TANFINET shall facilitate the

PIA in obtaining the same. The

cost incurred in obtaining RoW

shall be reimbursed on actuals

on giving necessary/relevant

documents

Kindly arrange to clarify that all the

cost incurred in obtaining RoW shall

be borne by Purchaser on actuals on

giving necessary/relevant documents

and no RoW cost is to be absorbed by

MSI/SI.

Tender clasue remains the same

19

Annexure A

- Technical

specificatio

ns - 1.1.7

Ports &

Performanc

e

Requireme

nt

Total Number of Ports

64

We understand that these ports and

performance requirements are for Core

switch as there are no ports and

performance requirement given in 1.1.5

Core switch specifications, while clear

ports and performance requirement are

mentioned in NOC router and Firewall

Revised Clause -

Total Number of Ports required for

Core switch are - 64

Tender clasue remains the same

15

Annexure A

- Technical

specificatio

ns - 1.1.4.3

Routes and

Addresses

NOC router and Internet

Router scales

BoQ mentions only 2 NOC router.

However, technical specifications are

separately given for NOC router and

Internet router. Pls confirm the qty of

internet router required.

Tender clasue remains the same

Page 176: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

53

Annexure A

- Technical

specificatio

ns - 2.5

Carrier

Ethernet

Switch

Carrier Ethernet Switch

conforming to Metro

Ethernet Forum (MEF)

standards will enable setting

up various Quality of Service

(QoS) parameters if the

bandwidth is to be

distributed among different

operators.

No qty in mentioned for these switches

in the BoQ. Pls confirm the qty required

Refer Corrigendum

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D

I. Aerial and Underground Cable

1. Aerial OF Cable (ADSS

Cable): 24 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

2. Aerial OF Cable (ADSS

Cable): 48 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any. (Type 2A)

3. Underground (OFC Cable):

96 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

4. Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-022/02/MAR-

17 with latest amendments if

any.

Kindly arrange to clarify that in case

any of the quoted material does not

have TAC/ TSEC then it should be

applied for TSEC to Quality Assurance

Circle, BSNL, Bengaluru or to TEC, New

Delhi for the model against the

technical specifications, at least one day

before the actual date of technical bid

opening. The registration number

allotted for the TSEC purpose by Quality

Assurance Circle, BSNL, Bengaluru or

for TAC purpose by TEC, New Delhi

shall be submitted along with the bid.

However, only type approved products

as per above specifications shall be

accepted which shall have to be

obtained before issuing Notification of

Award by the Employer.

Bidder who has obtained QF 103 for a

product having same specification for

other tender or holds TSEC / TAC

issued in last 3 years is valid for

eligibility to bid/ participate. But for

supply, he shall obtain valid TSEC as

specified in the tender.

Refer Corrigendum

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

It is evident from the RFP that the

Bidder has to submit valid TSEC

approval certifcate of the OEM of

respective proudcts on the date of

submission of bid for items mentioned

at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03

and 4.05 of BoQ. Pls confirm whether

valid TSEC approval certificate by the

respective OEM has to be submitted by

the lead bidder on the date of

submission of bids.

Refer Corrigendum

Page 177: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a

must for equitable comparison and

uniform supplies. To meet this

objective in tenders of BBNL made it

obligatory and imperative to procure

only UL Listed Server and Network

racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can be

furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

TEC GR not required for RACK

48

2.

TECHNICA

L

SPECIFICA

TION -

PACKAGE

B, C & D -

Note

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching type

with necessary framework to prevent

dust and insects as per site window size

(1200 mm*1300 mm). We request to

issue some detailed speciafiactions and

QAP- so as to have a unifom supplies

from various suppliers.

Tender clasue remains the same

49

2.1 24F

Rack

Mountable

FDMS

24F S & P Module - 19-inch

Rack Mountable, 1U height,

with 1 nos of 12F Splicing

Tray…...

Please arrange to clarify that it should

be with 2 Nos of splicing traysAs per BBNL engineering instruction

49

2.1 24F

Rack

Mountable

FDMS

Type of Fibre - Individual Fibre

As per specification it is “Individual

Fibre” where as TEC GR is with Ribbon.

Please arrange to clarify.AS TSEC specification

52

2.3

Technical

Specification

for Radio

Link

c.

Tower/Pole

Specification

(9 m pole

and 15 m

tower)

a. Radio Modem:

Reference: TEC/GR/R/ISM-

MOD-001/04.MAR2016

c. Tower/Pole Specification (9

m pole and 15 m tower)

Kindly arrange to clarify that

Connectivity through radio to connect a

GP is under the scope of MSI for

package-A and not under the scope of SI

under package B, C & D.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.

TECHNICAL SPECIFICATION -

PACKAGE B, C & D

We undestand that either bidder shall

quote the product with valid TSEC as on

date of bid submission or have applied

for TSEC in BSNL QA against the said

GR. However, such bidder shall submit

the TSEC at the time of acceptance of

APO to Purchaser. Please confirm.

Refer Corrigendum

Page 178: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.

3.Underground (OFC Cable):

96 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

1. It is mentioned TEC GR

No.TEC/GR/TX/OFC-022/02/MAR-17

with latest amendments if any, only for

48F & 24F ADSS Type 2A,We

understand that this is the typoerror.

kindly mentioned Underground 96F

Ribbon as per BSNL Tender No.

CA/MMT/NOFN/selection of PIA/T-

610/2017 issued on 29.12.2017.

Kindly Confirm.

2. Please provide the printing details

to be printed on OFC.

3. We understand that MSI/SI can

supply short length also as per the

requirement. Please confirm.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

2.

4.Underground (OFC Cable):

144 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

This tender asked only 3 type of OFC i.e

24F ADSS(Type-2A),48F ADSS(Type-

2A) & 96F Ribbon type.

Request to delete this clause from

RFP.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

Note.

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval procedure

of BBNL for which TEC GR not

there.

It is evident from the RFP that the

Bidder has to submit valid TSEC

approval certifcate of the OEM of

respective proudcts on the date of

submission of bid for items mentioned

at S. No.3.06, 3.07, 3.08, 4.01, 4.02, 4.03

and 4.05 of BoQ. Pls confirm whether

valid TSEC approval certificate by the

respective OEM has to be submitted by

the lead bidder on the date of

submission of bids.

Refer Corrigendum

Page 179: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

Note.

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval procedure

of BBNL for which TEC GR not

there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a

must for equitable comparison and

uniform supplies. To meet this

objective in tenders of BBNL made it

obligatory and imperative to procure

only UL Listed Server and Network

racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can be

furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

TEC GR not required for RACK

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

Note.

All the materials as above

have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval procedure

of BBNL for which TEC GR not

there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching type

with necessary framework to prevent

dust and insects as per site window size

(1200 mm*1300 mm). We request to

issue some detailed speciafiactions and

QAP- so as to have a unifom supplies

from various suppliers.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICA

L

SPECIFICAT

ION -

PACKAGE B,

C & D)

5

Below mentioned accessories

for Aerial Cable (Wedge Type)

(As per TEC GR No.

TEC/GR/TX/OAF-

001/03/MAR-17) with latest

amendments if any.

1. Formed OFC Dead End &

Termination Fittings @ 5 per

Km (Wedge Type)

2. OFC Suspension Fittings @

12 per Km (Wedge Type)

3. De-mountable pulley @ 1

per 10 Km

4. Adjustable Cable Storage

Bracket @ 3 per Km (One loop

bracket 1.5m stainless steel

strap & 2 nos buckles) Wedge

Type - Type 3

Please clarify the cable size of Aerial

cable for the Wedge type.

As per technical specifiation of Annexure A

49 ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.1

1U 24F Rack Mountable 1x12F

splicing trays

in RACK, TEC should not required. Pls

confirm

TEC GR not required for RACK

Page 180: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

49 ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.2

2U 48F Rack Mountable 1x12F

Splicing trays

in RACK, TEC should not required. Pls

confirm

TEC GR not required for RACK

61 ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.7

42U Rack Mountable network

Rack dimensions : 800x1000

As per TEC GR Rack dimensions are

900x400/600mm. Please clarify

TEC GR not required for RACK

61

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.8

27U Rack Mountable network

Rack 800x1000

This product is not in any of TEC GR. So

there wont be any TEC certificate. Kindly

confirm acceptance

TEC GR not required for RACK

48

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

Note.

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

It is evident from the RFP that the Bidder

has to submit valid TSEC approval

certifcate of the OEM of respective

proudcts on the date of submission of bid

for items mentioned at S. No.3.06, 3.07,

3.08, 4.01, 4.02, 4.03 and 4.05 of BoQ. Pls

confirm whether valid TSEC approval

certificate by the respective OEM has to

be submitted by the lead bidder on the

date of submission of bids.

Refer Corrigendum

48

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

Note.

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ)are one of the most

crucial and critical components of the

network. Standardisation of these

products across various suppliers is a must

for equitable comparison and uniform

supplies. To meet this objective in tenders

of BBNL made it obligatory and imperative

to procure only UL Listed Server and

Network racks . Reference can be taken of

corrigendum no. 2 dated 26/07/2018 of

APSFL Tender No. APSFL/BBNL/73/2016

Dated: 13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can be

furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U Racks.

Please confirm.

TEC GR not required for RACK

Page 181: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

Note.

All the materials as above have

to be TSEC/Type approved by

BSNL QA/TEC against

mentioned TEC GR or as per the

approval procedure of BBNL for

which TEC GR not there.

Mesh type filters. Stainless steel

perforated sheet with 4 mm hole

diameter with fine holes punching type

with necessary framework to prevent dust

and insects as per site window size (1200

mm*1300 mm). We request to issue some

detailed speciafiactions and QAP- so as to

have a unifom supplies from various

suppliers.

Tender clasue remains the same

49 ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.1

1U 24F Rack Mountable 1x12F

splicing trays

in RACK, TEC should not required. Pls

confirm

TEC GR not required for RACK

49 ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.2

2U 48F Rack Mountable 1x12F

Splicing trays

in RACK, TEC should not required. Pls

confirm

TEC GR not required for RACK

61 ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.7

42U Rack Mountable network

Rack dimensions : 800x1000

As per TEC GR Rack dimensions are

900x400/600mm. Please clarify

TEC GR not required for RACK

61

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.8

27U Rack Mountable network

Rack 800x1000

This product is not in any of TEC GR. So

there wont be any TEC certificate. Kindly

confirm acceptance

TEC GR not required for RACK

62

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.10

Mesh type filters. Stainless steel

perforated sheet with 4 mm

hole diameter with fine holes

punching type with necessary

framework to prevent dust and

insects as per site window size

(1200 mm*1300 mm). In each

PoP two mesh type filters to be

installed at two to maintain the

Ambient temperature and

remaining two windows must

be closed.

Since, The Product has to prevent "Dust"

as well - We strongly recommend usage of

G3 Filters along with SS perfortated

structure. Please confirm.

Tender clasue remains the same

62

ANNEXURE

A

TEC

(TECHNICAL

SPECIFICATI

ON -

PACKAGE B,

C & D)

2.9

9U Rack Wall Mountable

600x500mm

This product is not in any of TEC GR. So

there wont be any TEC certificate. Kindly

confirm acceptance.

TEC GR not required for RACK

Annexures

TEC GR

N.A. No TEC GR given for Pole

Specifications & 96F OFC

Refer Corrigendum

Page 182: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

Clause No.

2 :

Annexures-

Technical

Specificatio

n-Package-

B, C, D

Aerial OF

Cable

(ADSS

Cable):

Aerial OF Cable (ADSS Cable):

24 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any. (Type

2A)

Aerial OF Cable (ADSS Cable):

48 pair ADSS on power lines:

As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any. (Type

2A)

Kindly allow QF-103 instead of TSEC

for participation in Tender.

Refer Corrigendum

48 2(iii)/Annex-

A/TEC GRs

Fibre Patch Cord - As per TEC

GR no. TEC/GR/TX/OFJ-

01/05/Nov-09, with latest

amendments if any.

1) Type of connector not mentioned

whether SCAPC/SCPC, Please clarify.

2) We understand that the bidders are

allowed to offer CACT approved Patch

Cords. Please confirm.

As per BBNL engineering instruction -

Annexure B

49 2.1/Annex-

A/TEC GRs

24 Port indoor FDMS port

rack mountable (TEC GR

Reference - GR/FDM-01/02

APR 2007.)

Type of connector is mentioned both

SCAPC/SCPC, Please clarify the exact

connector type

As per BBNL engineering instruction -

Annexure B

49 2.2/Annex-

A/TEC GRs

48 Port indoor FDMS port

rack mountable (TEC GR

Reference - GR/FDM-01/02

APR 2007.)

Type of connector is mentioned both

SCAPC/SCPC, Please clarify the exact

connector type

As per BBNL engineering instruction -

Annexure B

48 2(I)(3)/Ann

ex-A/TEC

GRs

Underground (OFC Cable): 96

pair ADSS on power lines: As

per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

TEC GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments is for ADSS cables. And

not for underground OFC Cable.

Please review and confirm the exact

type of cable with its specifications.

Refer Corrigendum

._ 1.01/BOQ Supply of 96 core optical

fibre cable ribbon type

TEC GR No. TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments is for ADSS cables and

not ribbon type. Please clarify type of

cable required & specification for the

same.

Refer Corrigendum

Page 183: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 2(4)/Annex-

A/TEC GRs

Underground (OFC Cable):

144 pair ADSS on power

lines: As per TEC GR No.

TEC/GR/TX/OFC-

022/02/MAR-17 with latest

amendments if any.

1)144 Pair on power lines As per TEC

GR No. TEC/GR/TX/OFC-022/02/MAR-

17 not belongs to Underground (OFC

Cables). Please review and clarify.

2)In the BOQ of Package B C & D, 144

pairUnderground OFC Cable not

Available.Please review and clarify.

Refer Corrigendum

48 Note/Anne

x-A/TEC

GRs

Note: All the materials as

above have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR as

per approval procedure of

BBNL for which TEC GR not

there.

Underground OFC Cable 96/144 pair -

Please Clarify whether required cable

type is Ribbon Fibre or Individual

Fibre. If it is Ribbon Cable ,we request

you to accept the TSEC certification

obtained for 288F Ribbon cable

Specification against BSNL tender vide

No. CA/MMT/NFON/Selection of PIA/T-

610/2017.

Please note that TSEC certification

obtained for 288F Ribbon Cable

against the above BSNL referred

tender is applicabe for lower count

(144F/96F/48F Ribbon) and it is

accepted by BBNL, BSNL and other

state governments in Bharatnet

tenders .We request you to accept the

same to avoid applying for new

certification against this tender which

is time consuming process.

Refer Corrigendum

48 Note/Anne

x-A/TEC

GRs

Note: All the materials as

above have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval

procedure of BBNL for which

TEC GR not there.

Please confirm whether valid TSEC

approval certificate for the offered

items (against the referred TEC GRs)

need to be submitted with the Bid or it

can be submitted before start of

supply.

Refer Corrigendum

Page 184: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

48 Note/Anne

x-A/TEC

GRs

Note: All the materials as

above have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval

procedure of BBNL for which

TEC GR not there.

42 U ; 27 U and 9 U Racks (S. No. 7.01,

7.02 & 7.03 of BoQ) are one of the

most crucial and critical components

of the network. Standardisation of

these products across various

suppliers is a must for equitable

comparison and uniform supplies. To

meet this objective in tenders of BBNL

made it obligatory and imperative to

procure only UL Listed Server and

Network racks . Reference can be

taken of corrigendum no. 2 dated

26/07/2018 of APSFL Tender No.

APSFL/BBNL/73/2016 Dated:

13/07/2018 -Annexure C - Racks

Speicfiactions. If required - copy can

be furnished by us . You are hereby

requested to add " UL Listed " in the

specifications of 42U ; 27 U and 9 U

Racks. Please confirm.

TEC GR not required for RACK

48 Note/Anne

x-A/TEC

GRs

Note: All the materials as

above have to be TSEC/Type

approved by BSNL QA/TEC

against mentioned TEC GR or

as per the approval

procedure of BBNL for which

TEC GR not there.

Reg. Mesh type filters -

Stainless steel perforated sheet with 4

mm hole diameter with fine holes

punching type with necessary

framework to prevent dust and insects

as per site window size (1200

mm*1300 mm). We request to issue

some detailed speciafiactions and QAP-

so as to have a unifom supplies from

various suppliers.

Tender clasue remains the same

62 2.10/Annex-

A/TEC GRs

Mesh type filters. Stainless

steel perforated sheet with 4

mm hole diameter with fine

holes punching type with

necessary framework to

prevent dust and insects as

per site window size (1200

mm*1300 mm). In each PoP

two mesh type filters to be

installed at two to maintain

the Ambient temperature

and remaining two windows

must be closed.

Since, The Product has to prevent

"Dust" as well - We strongly

recommend usage of G3 Filters along

with SS perfortated structure. Please

confirm.

Tender clasue remains the same

Page 185: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

18

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.6 Next

Gen

Firewall at

Data Center

and DMZ

4 x 100 Gig Ports and 8 x 10G

Ports

The appliance should support atleast 6

* 10G Gigabit ports and 4 * 40G and

should be scalable for additional

8*10G/4*40G for future scalability

Tender clasue remains the same

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed solution should

be in the leaders quadrant by

latest FY18/19 Gartner

Report for Hyper Converged

Infrastructure.

The proposed HCI solution should be in

the leaders quadrant in latest FY18/19

Gartner Report for Hyper Converged

Infrastructure. The solution

components quoted including HCI

system , hypervisor, server, network

switch should be listed as a leader in

Gartner’s Magic Quadrant for Hyper-

converged infrastructure, Hypervisor,

modular servers and Data Center

Networking respectively

Modified specs to have best of breed

& industry leading solution for all the

components of the HCI Solution

including Hypervisor, Switches and

Servers apart from HCI Solution

Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Each node in both the HCI

clusters must be configured

with Intel Skylake processor

with at least 20 cores useable

(without any HCI overhead).

Besides, each node should

have at least 192 GB useable

DDR4 memory (without any

HCI overhead).

Each node in both the HCI clusters

must be configured with Intel Xeon

Cascade Lake processor with at least

20 cores useable (without any HCI

overhead). Besides, each node should

have at least 216 GB useable DDR4

2933 MHZ memory (without any HCI

overhead).

Cascade Lake is the latest Intel CPU

providing new features & better

performance at similar cost of Skylake

CPU. Modified memory configuration

compatible with Cascade lake CPU

Refer Corrigendum

Page 186: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The management HCI cluster

must be configured with at

least 64 TB of usable capacity

(even after one node failure

scenario) in the HCI cluster,

after providing for not more

than 1:1.25 data efficiency

due to compression and de-

duplication. Erasure coding

should be deployed for cold

data not exceeding 40%. The

solution should be

provisioned with minimum

10% SSD.

Each HCI Cluster (Management &

Application) should be configured with

at least 64TB usable capacity (even

after one node failure). The capacity to

be configured with minimum data

protection of replication factor 2 or

equivalent or higher. The solution

should support de-duplication and

compression on day 1 with necessary

licenses. For storage sizing maximum

of 15 % de-duplication saving & 20 %

compression savings can be assumed.

The solution should be proposed using

Hybrid HCI Cluster nodes (which uses

SSD drives for caching & HDD for

Capacity Tier configured as per best

practices of the OEM. The HCI should

be proposed with 12G SAS 10K RPM

SFF (Small Form Factor) drives or

higher HDDs for capacity tier for all

server nodes. Any other capacity

required for meta data, host

maintenance mode, component

rebuilds etc. should be factored over

and above the capacity.

Modified the specs to vendor neutral.

The de-duplication and compression Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed solution should

support all leading

Virtualization Software; viz.,

VMware ESXi, Microsoft

Hyper-V, Open KVM, and

XenServer. HCI solution must

support industry-leading

protocols NFS, iSCSI & SMB.

The proposed HCI Solution should

support leading Virtualisation software

viz- VmWare ESXi & Microsoft Hyper-V.

The HCI Nodes need to be licensed

with Virtualization software.

Virtualization layer shall be deployed

directly on the bare metal server

hardware with no dependence on a

general purpose OS for greater

reliability and security. It should be

Industry Standard software and no

proprietary software is allowed.

Modified the specs for vendor neutral

at the same time finetuned for best in

class Virtualisation software

Refer Corrigendum

Page 187: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI solution for

both management and

application cluster should use

Erasure Coding for cold data.

Please remove this line as it is vendor

specific

Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed solution should

independently scale storage

and compute as and when

needed without any

downtime. HCI should

support storage expansion

without any virtualization

license implication for “only

storage” expansion.

The proposed solution should

independently scale storage and

compute as and when needed without

any downtime. The HCI solution should

support scaling hyperconverged node

(compute + storage), compute-only,

storage-only(HDDs) independent of

each other under a single cluster.

Modified to make it vendor neutral &

to benefit the customer for

independent scale as needed

Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI solution

must have metadata

distributed on all nodes in a

cluster i.e. each node in the

cluster should carry

information about data lying

across every other node in

the cluster (including its

own), while maintaining the

capacity utilization /and

distribution across all nodes

uniform at all times.

The HCI software should pool all HDDs

from all the nodes in the cluster to

present a single storage resource pool

to all server nodes in the cluster.

Similarly, the HCI software should pool

all SSDs from all the nodes in the

cluster to present a single storage

cache pool across the HCI nodes. The

capacity utilisation / and distribution

should be uniform across all nodes in

the cluster

Modified spec for better utilisation of

cluster resources for data storage as

well (not just metadata), providing true

distributed architecture of HCI

Refer Corrigendum

Page 188: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI solution

should be able to create

multiple logical unit (LUN's)

for storage, with the ability to

support different policy for

de-duplication and

compression, across LUNs.

The proposed HCI solution should be

able to create multiple logical unit

(LUN's) / data store for storage, which

can be used for different purposes as

per organisation requirements

Modified to make it vendor neutral.

Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI solution

must support Hybrid and All

flash nodes in same cluster

without impacting any

functionality

The proposed solution should support

either hybrid or all flash nodes in same

cluster for future scalability, so that

performance of the cluster is not

impacted.

Modified to make it vendor neutral.

Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed solution must

have capability to support

HCI nodes with different

models (same OEM) /

different CPU and Memory /

Disks configurations in the

same cluster without any

impact on storage

services/functionalities.

The proposed solution must have

capability to support nodes with

same/different CPU & Memory

configurations in the same cluster

Modified to make it vendor neutral.

Refer Corrigendum

20

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

All the required Hypervisor

Licenses and the associated

Hypervisor Management

should be included in the

solution. Besides, all the

required software and

associated licenses to

protected east-west traffic by

leveraging VM-based

attributes such as VM names,

Security tags, OS type, port

number etc. should be

included

All the required Hypervisor Licenses

and the associated Hypervisor

Management should be included in the

solution.

Modified to make it vendor neutral.

Refer Corrigendum

Page 189: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

21

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI solution

must provide logging,

analysis, and reporting

facilities related to

operations, performance,

storage, CPU utilization

management on a per VM

basis.

The proposed HCI Solution should have

a dashboard to monitor & manage

virtual machines, network, storage,

monitor performance and manage

events & alerts. HCI solution should

provide enhanced visibility into storage

throughput and latency and IOPS that

can help in troubleshooting storage

performance issues.

Fine tuned to suite to benefit customer

with Single dashboard & made vendor

neutral

Refer Corrigendum

21

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed solution should

support multi-site (One-to-

Many and Many-to-One)

replication of data.

The proposed HCI Solution should

support replication to another HCI

cluster

Modified to make it vendor neutral.

Refer Corrigendum

21

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Proposed solution should

integrate with L2/L3 network

device. Each HCI node must

be configured with at least 4

x 10G Ethernet ports.

Proposed solution should include 2

Nos of 48 port 25 Gbps switch to

connect HCI Nodes. Each Node should

have 4 x 25 Gbps Ethernet ports

configured with necessary cables and

SFP transceivers to connect to

respective ports on the HCI Switch. The

proposed switch should be non

blocking architecture, offering line rate

speed of 25 Gbps per port. The switch

should be able to connect to uplink

network at 10 Gbps / 25 Gbps / 40

Gbps or 100 Gbps and minimum 4

uplink ports should be available per

switch. The switch should have a

throughput of 3.2 Tbps or higer and

the switch latency should be 1 micro

seconds or less.

25 Gbps is the most widely used HCI

interface now & is supported by all the

leading HCI Solution providers. This

ensures that the solution gives very

good performance with out additional

cost.

Refer Corrigendum

Page 190: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

21

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI should

support native (without any

third party software) File

Services over NFS, CIFS, and

SMB and file replication

across clusters and data

centres.

The proposed HCI should be able to

provide File Services over NFS,

CIFS/SMB.

This may be removed . If this feature is

required for the solution, request to

modify as requested to accommodate

different vendors. Replication between

HCI Clusters / data centers is already

mentioned in another line above

Refer Corrigendum

21

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

The proposed HCI solution

should support data at rest

encryption without using any

specialized hardware.

Request to remove this line, as it is

proprietary for certain OEM

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

The network switch should support

QoS to streamline HCI network traffic

to improve traffic filtering,

segmentation and performance.

Network QoS should be configured on

the switch during the Cluster setup

Network QoS configuration ensures

that different traffic running through

the HCI Switch such as storage

replication, HCI Management,

Hypervisor management, VM Traffic,

Vmotion etc are given with network

bandwidth / priority etc as per best

practices. By ensuring QoS is setup

during cluster setup, we can ensure

that the network is fine tuned for best

performance at cluster setup time

itself

Refer Corrigendum

Page 191: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

Every HCI Node should be a factory

integrated HCI APPLIANCE

This ensures that the solution should

be a factory shipped engineered &

integrated appliance . All the

components of HCI such as compute

nodes, hypervisor OS, storage disks,

management software should be

factory installed and shipped ready for

fast deployment.

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

HCI solution should support for

increasing capacity by adding CPU,

Memory or any other devices to virtual

machines on an as needed basis

without any disruption in working VMs

running windows and Linux operating

system.

General HCI feature

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

The solution should support

Compression & De-duplication,

snapshots, cloning and replication

features from day one & the same

should be licensed for entire cluster

including any other licenses required

for the HCI Cluster

Ensures all the features can be used

from day one

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

Proposed HCI solution should support

GPUs, as required.

Considered the Futuristic requirement

Refer Corrigendum

Page 192: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

It should be possible to upgrade all the

major components - Server Firmware,

Virtualisation & HyperConverged

Software from a Single pane of glass. It

should also support the capability to

upgrade them on an individual basis as

needed - for example, update only

HyperConverged Software with out

updating the Virtualisation software ;

or update only the Server Firmware

with out updating the Hypervisor

software etc.

General HCI feature

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

Virtualization layer should support live

migration of running virtual machines

from one physical node to another

with zero downtime, continuous

service availability, and complete

transaction integrity transparent to

users.

General HCI feature

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

All servers together should be fully

manageable remotely through a single

graphical interface–including access to

the console and remote media, over a

TCP/IP network. Any

software/hardware/ licenses for this

are to be provided.

General HCI feature

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

The proposed solution should support

integration with NAS, FC, FCoE and

iSCSI SAN Storage from leading

vendors for greater manageability,

flexibility and availability

Benefits by integrating exiting Storage

with HCI Solution.

Refer Corrigendum

Page 193: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

The solution should have multiple

vSwitches for network traffic

segregation. Various network traffics

such as management, storage, virtual

machine, vMotion etc. in the HCI

should be segregated on to

independent virtual switch for

improved traffic management and

scaling. The procedure must be fully

automated in the HCI installation. Any

license required should be provided on

day 1. Virtualization software should

provide a virtual switch which can span

across a virtual datacenter and

multiple hosts should be able to

connect to it. This in turn will simplify

and enhance virtual-machine

networking in virtualized environments

and enables those environments to

use third- party distributed virtual

switches.

Refer Corrigendum

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

1.1.8 Hyper

Converged

Infrastructu

re

Additional points - Request to

add to RFP

Server hardware should comply to the

below security management features

- HW root of trust

- System lock down

- HW policy based security

- Anti-Counterfeit

- Secure BIOS recovery

- Digitally Signed Firmware

Refer Corrigendum

42

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

D- Block &

Gram

Panchayat –

Technical

Specificatio

n

1.5 GP Type

II, GP Type

I, and Block

Router

Specificatio

n

Router Specification Wire

Speed : GP Router Type II : FD

= 10 Gbps ,HD=20 Gbps

Router Specification Wire Speed : GP

Router Type II : FD = 60 Gbps ,HD=120

Gbps

Since with increase in Ports in GP TYPE

II, we request you to make it the same

as GP TYPE 1, 60 Gbps FD & 120 Gbps

HD

No change in the RfP specification

Page 194: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

42

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

D- Block &

Gram

Panchayat –

Technical

Specificatio

n

1.5 GP Type

II, GP Type

I, and Block

Router

Specificatio

n

GP Type II Router Ports

Specifications

8 x 1G Copper, 2 x 1G

(Optical)

kindly change as 6 x Copper, 6x SFP

and 2 x 10G day 1 with 2 x 10G Future.

Since GP would have minimum 4x 1G

ports local connectivity for Govt.

offices like PHC, Govt. School, CSC etc.,

they would need another 6 x1G ports

for Service providers / MSO/ LCO etc.,

2 x 1G additional ports for future

expansion. Hence, we should have

minimum 12 x 1G ports support in GP

Type 2 router.

The uplink ports should be 10Gig only,

as this will allow the flexibility to have

GP Type 2 being part of GP Type 1 ring

also, TANFINET proposes to have 15

GP’s between Blocks, in linear having 1

G link will reduce the bandwidth

allowed for GP Type 2 to around only

60Mbps, in this bandwidth GP type 2

cannot run any kind of services.

Enabling 2 x 10G day1, will ensure

minimum 1 Gbps drop being

provisioned for GP Type2, hence will

allow multiple services to grow over a

period of time, having additional 2 x

10Gbps scalability will ensure that we

have scalability in terms of increase in No change in the RfP specification

42

1.

ANNEXURE

A -

TECHNICAL

SPECIFICATI

ONS

D- Block &

Gram

Panchayat –

Technical

Specificatio

n

1.5 GP Type

II, GP Type

I, and Block

Router

Specificatio

n

GP Type II Router Ports

Specifications

6 (4,2) x 1G Copper, 6 (2,4) x

1G Optical, 4 (2,2) x 10G

Optical and total ports are 16;

Total Capacity is 52 Gbps

GP Type II Router Ports Specifications

12 (8,4) x 1G Copper, 12 (6,6) x 1G

Optical, 6 (2,4) x 10G Optical and total

ports are 30; Total Capacity is 64 Gbps.

Since in GP Type 1, there would be a

higher population density, having

15nos. of GP Type I between two

blocks , will mean per GP minimum

600Mbps, as per the calculations

minimum 200 SD TV channels will

consume around 400Mbps, to ensure

that capacity overrun does not

happen, we need to provision for 2 x

10GE ports to increase the ring

capacity.

Hence, we request you to consider the

scalability of 4 x 10G ports in future.

No change in the RfP specification

Page 195: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

BOQ 1.01 Supply of 96 core opticalfibre cable ribbon type

GR No. TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments is for ADSS cables &not ribbon type. Please clarify typeof cable required & specificationfor the same.

Refer Corrigendum

48 ofDocument OFC

TEC GRNO

2.I.3. Underground (OFCCable): 96 pair ADSS onpower lines: As per TECGR No. TEC/GR/TX/OFC-022/02/MAR-17 withlatest amendments if any.

GR No. TEC/GR/TX/OFC-022/02/MAR-17 with latestamendments is for ADSS cables &not underground cable. Pleaseclarify type of cable required &specification for the same.

Refer Corrigendum

43

Annexure

A

1.5 GP Type I/ Multicast: 4k

As per TN-Fiber architecture, GP-1

Routers are going to be access routers.

Multicast services like IPTV, E-

education, Telemedicine are not going

to consume max 1 route/multicast

service. Moreover, all new

applications like internet TV (Netflix,

Prime Video), interactive gaming,

YouTube, real-time video streaming,

etc. run on unicast based services.

Hence, IPv4 and MAC scale for GP-1

should be higher infact.

4K mulitcast routes scale request on

GP-1 is very high and would push

OEMs to quote a bigger box which will

increase the overall cost of project.

We therefore request you to kindly

change to following:

GP Type 1/ Multicast: 1K

Kindly read as " GP Type I/ Multicast: 2k".

Page 196: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

43

Annexure

A

1.5 GP Type I/ PseudoWire: 2K

As per TN-Fiber architecture, GP-1

Routers are going to be access routers.

Hence one pseudowire per service is

required.

2K PW scale request on GP-1 is very

high and would push OEMs to quote a

bigger box which will increase the

overall cost of project. We therefore

request you to kindly change to

following:

GP Type 1/ Pseudowire: 512

Kindly read as " GP Type I/ PseudoWire: 512".

43

Annexure

A

1.5 GP Type I/ MAC: 15k

GP Type 1 router is going to host

multiple L2 services like GPON, WiFi

etc. Moreover, MAC scale must be

inline with IPv4 route requirement

which is 20K. We therefore request

you to kindly change to following:

GP Type 1/ MAC:20K

No change in the RfP requirement

41

Annexure

A

1.5

Block Router: The Router

should be Standalone /

modular and 19" rack

mountable

As per TN-Fiber network architecture,

mutiple GPs are going to be connected

on uplink Block routers for

connectivity with critical

services/networks like SWAN, NOC,

Internet, Future CORE etc.

Block Routers are going to act as PE in

the network and should have max

uptime.

Hence, we would recommend

following changes:

Block Router should be modular and

should have redundant controller and

19" rack mountable.

Kindly read as "Block Router: The Router

should be modular and 19" rack mountable".

Page 197: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

43

Annexure

A

1.5

GP Type II/ IPv4:10k/

IPv6:2k/ PW: 512/ RSVP TE:

512

GP Type-II is a spur router which is

configured as stub and just needs few

IPv4/ IPv4 Routes as infact only

default route will always configured

towards the uplink router.

Requesting such high IP scale will push

OEMs to position higher configuration

boxes (Qty of Spur route is approx

5900),which will escalate the overall

project cost.

We recommend to change the scale of

GP II router as per below:

IPv4: 400/ IPv6: 400 /PW: 100 / RSVP

TE: 100

No change in the RfP requirement

43

Annexure

A

1.5GP Type II: Wire Speed:

10Gbps

As GP Type II will be a spur router and

will be connected to uplink over

1Gbps Fiber Link, hence wire speed on

all ports will not be needed. We

recommened to change this as per

following to optimise overall cost of

the project

GP Type II: Wire Speed: 8Gbps

No change in the RfP requirement

Page 198: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

42

Annexure

A

1.5 Block Router: 100GO (2,0)

As per TN-Fiber network architecture,

Block routers are going to get

connected using 100G ports on east

and west side.

And in future, block routers are also

going to be connected to either TN-

Fiber own core network or on leased

bw from SPs (to connect to critical

networks like NOC, Internet router at

DC, etc).

Only 2 x 100G ports will only meet

current block-block connectivity. And

for uplink additional 2 x 100G ports

are required.

Hence, we would recommend

following changes:

Block Router: 100GO (2,2)

Block Router:

100GO- (2,2)

10GO- (8,8)

1GO- (4,4)

1GE- (4,2)

SI should propose the router with 700Gbps

capacity considering the scalability

requirement. No change in the GP router

ports.

14

Annexure

A

1.1.4 BRAS and CGNAT

Please clarify this feature is required

on NOC Router or Internet Router, as

per solution this will be required on

either one of them.

Hence, we would recommend

following changes:

BRAS and CGNAT on Internet Router

BRAS is for NOC router and CGNAT is for the

Internet router/ Firewall.

15

Annexure

A

1.1.4.1Router Specifications Wire

Speed (Internet Router)

Internet Router throughput

requirement is not mentioned.

Considering TN-Fiber architecture and

services, we would recommend:

We suggest Internet & NOC Router

functionality can be combined into

NOC Router. This will save overall

project cost.

Internet and NOC router should be separate.

Internet Gateway should have minimum

12x10G and 8x1G SFP interfaces and the

router should support Minimum 400 Gbps FD.

Page 199: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

15

Annexure

A

1.1.4.2Router Ports Specifications

(Internet Router)

Internet Router interface requirement

is not mentioned.

We suggest Internet & NOC Router

functionality can be combined into

NOC Router. This will save overall

project cost.

No change in the RfP requirement

16

Annexure

A

1.1.5 Core Switch

1.1.5 Section doesn't have Throughput

and Interface Requirement of Core

Switch, Please clarify if section 1.1.7

(Ports & Performance Requirement)

on page 19 is the scaling numbers of

Core Switch.

Incase 1.1.7 table is refering to Core

Switch Ports & Performance

Requirement it is on much higher side

considering core switch function.

All the services are going to terminate

either on NOC Router or Block Router.

Core Switch is just going to be used for

termination to different network

elements. Hence, we recommend

following changes:

IPv4: 350K IPv6: 150K Multicast: 10K,

MAC: 250K

Kindly read as for core switch "Routes and

Addresses

IPv4 256k

IPv6 80k

Multicast 10k

MAC 256k"

BoQBoQ_18091

0.xlsInternet Router

Internet Router Specification which is

mentioned in Annexure-A doesn't

have any Qty in BoQ.

We suggest Internet & NOC Router

functionality can be combined into

NOC Router. This will save overall

project cost.

1. Internet router qty- 2 Nos.

2. Internet and NOC router should be

separate.

3. Internet Gateway should have minimum

12x10G and 8x1G SFP interfaces and the

router should support Minimum 400 Gbps FD.

53

Annexure

A

2.5 Carrier Ethernet Switch

Carrier Ethernet Switch specifications

are given in clause 2.5 but the

requirement is not mentioned in BoQ

or otherwise, Please clarify if this is in

addition to GP routers.

RfP Clause stands deleted

Is there any brownfield network and

services available? Or it is a complete

greenfield deployment?

It is a complete greenfield deployment

Page 200: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

A sample network and OSS

architecture would be required to

understand Customer expectations?

Please refer RfP for Network architecture.

OSS is required as Active-Active Single

site HA with or without GR?NOC will be co-located at the SDC and there

is no DR scope as per the RfP.

Details regarding expected service

order volumes per service per day and

peak hour?

No change in the RfP requirement

Any virtualized network/service in

scope or complete network/service

would be physical?

No change in the RfP requirement

Alarm volumes per day across

domains/vendors?No change in the RfP requirement

Expected performance counters and

KPI’s to be monitored?No change in the RfP requirement

Only Network level KPI’s or service

level KPI’s in scope?No change in the RfP requirement

OSS -

Fullfilmen

t

For OSS pls state following

dimensioning data

•Number of Subscribers

•Number of Orders/day

•Number of days to keep data request

in Order Management.

•Number and types of Nodes to be

integrated.

As per the current scope of the RfP it is

only IP MPLS transport network. Please

provide solution to meet the

requirement.

OSS -

Assuranc

e

Need Data for technology covered:

- Number of NEs [ e.g. IP/MPLS, # of

routers, etc ],

- Granularity to collect the data [ 15

min, 30 min]

- Number of Counters Please refer RfP BOQ

OSS -

Assuranc

e

The Data Retention for PM data ( # of

days for each category) :

Raw

Hourly

Daily

Daily BH

Weekly

Weekly BH

Monthly

Bidder to consider the data retension to

meet the functional and technical

requirement of the RfP and the industry

standard practise.

33 -38 1.2.3

Page 201: Queries Received from prospective bidders in Pre-Bid ... · 17, FY 2017-18, FY 2018-19) 1) We Understand that as the technology asked is IPMPLS, the executed work experience should

OSS-

Assuranc

e

Dimensioning input for Fault

Management:

Number of Alarms / day

Online Storage

Concurrent Users

Number of EMS to be integrated

The Umbrella NMS to integrate with all

the Element Management system, BSS

and OSS, GIS, FMS, PMS etc.

OSS-

Assuranc

e

Inventory [ input data for each NE ]

- NE Type

-Supported Technology

-Count

Bidder to consider the inventory solution

to meet the functional and technical

requirement of the RfP and the industry

standard practise.