0% found this document useful (0 votes)
285 views167 pages

RFP No Mpsedcmpswan2007-0801

This document invites bids from eligible bidders for the Madhya Pradesh State Wide Area Network (MPSWAN) project. MPSWAN will provide connectivity between government offices across all levels in Madhya Pradesh, with the goal of enabling e-governance applications. The network will link offices at the state, divisional, district and block levels using appropriate technologies. Bidders are invited to supply equipment, install the network, and then provide facility management services for five years, excluding the commissioning period. The bid process will be conducted according to the terms outlined in the tender documents.

Uploaded by

harminder ratra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
285 views167 pages

RFP No Mpsedcmpswan2007-0801

This document invites bids from eligible bidders for the Madhya Pradesh State Wide Area Network (MPSWAN) project. MPSWAN will provide connectivity between government offices across all levels in Madhya Pradesh, with the goal of enabling e-governance applications. The network will link offices at the state, divisional, district and block levels using appropriate technologies. Bidders are invited to supply equipment, install the network, and then provide facility management services for five years, excluding the commissioning period. The bid process will be conducted according to the terms outlined in the tender documents.

Uploaded by

harminder ratra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 167

RFP NO MPSEDC/MPSWAN/2007-08/01

SEAL & SIGNATURE OF BIDDER 1


RFP NO MPSEDC/MPSWAN/2007-08/01

SEAL & SIGNATURE OF BIDDER 2


RFP NO MPSEDC/MPSWAN/2007-08/01

INDEX

Chapter-1: Definitions.
Chapter-2: Project Profile.
Chapter-3: Invitation of Bids.
Chapter-4: Letter of submission of bid
Chapter-5: Scope of work and deliverables
5.1 Introduction.
5.2 Scope of work
5.3 Network Topology.
5.4 Training
5.5 Deliverables.
Chapter-6: Bidding Processes.
6.1 Introduction.
6.2 Bid Security
6.3 Bid Submission and Validity.
6.4 Eligibility Criteria
6.5 Bid Evaluation Process
6.6 Technical Bid Format
6.7 Financial Bid Evaluation
6.8 Disqualification.
Chapter-7: General Terms & Conditions
7.1 Commercial and Legal Conditions.
7.2 Special Conditions.
7.3 Implementation Schedule:
7.4 Network availability (Up-Time):
7.5 Acceptance testing procedure.
7.6 Deviations.
7.7 Exit Management.
7.8 Buy Back Policy
Chapter-8: Technical Solution and Bill of Materials.
8.1 Introduction.
8.2 Network Architecture.
8.3 State NMC Architecture:
8.4 Divisional POP Architecture
8.5 District POP Architecture
8.6 Block POP Architecture:
8.7 IP Network Design Considerations
8.8 Network Management Software Considerations
8.9 IP Telephony/ Telephony Solution
8.10 Network Security Design Considerations
8.11 Horizontal Office Connectivity
8.12 POPs Configuration.
8.13 Service Level Agreement:
Chapter-9: Technical Specifications
Chapter-10: Forms
Chapter-11: List of POPs with address.
Chapter-12: Interoperability Guidelines
Chapter-13: Financial Bid and Payment Terms.

SEAL & SIGNATURE OF BIDDER 3


RFP NO MPSEDC/MPSWAN/2007-08/01

TECHNICAL BID

SEAL & SIGNATURE OF BIDDER 4


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-1:
DEFINITIONS

APNIC :- Asia Pacific Network Information Center


AS :- Autonomous System Number
BGP :- Boarder Gateway Protocol
BHQ :- Block Head Quarters
BIDDER :- Tender participant
BOOT :- Build Own Operate and Transfer
BRI :- Binary Rate Interface
CHQ :- Commissioner Head Quarters
Consultant :- STPI
CUG :- Close user groups
DHQ :- District Head Quarters
DMZ :- De Militarized Zone
DNS :- Domain Name Server
E1 :- 2 Mbps
EGP :- Exterior Gateway Protocol
ESH :- Extended Service Hour
GOI :- Government Of India
GOMP :- Government of Madhya Pradesh
HA :- High Availability
HQ :- Head Quarter
IP :- Internet Protocol
IPS :- Intrusion Prevention System
ISDN :- Integrated Services Digital Network
ISP :- Internet Service Provider
LLSP :- Leased Line Service Provider
LOI :- Letter of Intend to be issued to successful bidder
Mbps :- Mega Bits Per Seconds
MCU :- Multi Conferencing Unit
MPSEDC :- Madhya Pradesh State Electronics Dev. Corporation
MPSWAN :- Madhya Pradesh State Wide Area Network
MZ :- Militarized Zone
NeGP :- National e-governance program
NIT :- Notice Inviting Tenders
NLDO :- National Long Distance Operator
NMC :- Network Management Centre
NMS :- Network Management Server(State Head Quarter)
N-PBH :- Non Prime Business Hours (8PM to 8AM)
OEM :- Original Equipment Manufacturer

SEAL & SIGNATURE OF BIDDER 5


RFP NO MPSEDC/MPSWAN/2007-08/01

OSPF :- Open Shortest Path First Protocol


PBH :- Prime Business Hours (8AM to 8PM)
POP :- Point of Presence
PRI :- Primary Rate Interface
PURCHASER :- MPSEDC
QCBS :- Quality and Cost base selection
QGR :- Quarterly Guaranteed Revenue
QoS :- Quality of Service
RFP :- Request for Proposal
SI :- System Integrator (Selected Bidder)
SLA :- Service Level Agreement
STM1 :- 155 Mbps
STPI :- Software Technology Parks Of India
SWAN :- State Wide Area Network
VoIP :- Voice over IP
VC :- Video Conferencing
WAN :- Wide Area Network

SEAL & SIGNATURE OF BIDDER 6


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-2:
PROJECT PROFILE

SWAN a core infrastructure project under NeGP of GOI is a joined venture project of GOI
and GOMP.

Under SWAN minimum 2Mbps connectivity is to be provided upto Block level of Madhya
Pradesh.

All capital cost including O&M cost for 05 years will be born by GOI and all recurring costs
on account of Leased line, Electricity etc will be born by GOMP thru their financial
resources including site preparations of POPs. However MPSEDC will be responsible for
settlement of all bills related to SWAN activity and required funds for said purpose from
GOI and GOMP will transferred to MPSEDC.

GOMP has nominated MPSEDC (Registered Office-Bhopal) as the nodal agency for the
implementation of SWAN in the state of Madhya Pradesh.

MPSEDC has engaged STPI (Registered Office-New Delhi) as Consultant for the said
project.

GOMP thru MPSEDC intend to implement SWAN on BOOT basis.


SI for the purpose will be selected thru open tendering and will be engaged by MPSEDC
for commissioning and O&M of SWAN for 05 Years (w.e.f commissioning of complete
network).

MPSEDC intend to accomplish the said project by engaging SI and LLSP separately,
however overall responsibility for the up time of the network lies with the SI.

SI has to provide training to GOMP official for O&M of the network created free of cost.

SI will be transferring the said network to GOMP/MPSEDC free of cost after five years OR
after the extended period (If Any).

MPSWAN is being implemented to provide connectivity up to Block level having a


converged network with an integration of Voice, Data & Video. The network will help to
the perceptive department of Govt. of M.P. to use as a common infrastructure for
integrating there offices thus help in effective means of communication. This will improve
the means of communication in the state administration and will also bring government
closure to the public, which will certainly help in effective administration & reduction in
the telecom / Traveling cost. In summary this infrastructure will prove as a major
initiative for e-governance for the Govt. Of M.P.

SEAL & SIGNATURE OF BIDDER 7


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-3
INVITATION OF BIDS

The Government of Madhya Pradesh wishes to establish a State Wide Area Network
(MPSWAN). The WAN is envisaged as the backbone network for data, video and voice
communications throughout the State. MPSWAN would act as the vehicle for effective
implementation of Electronic Governance (e-Governance) across the state.

MPSWAN will link all Government offices in the State of Madhya Pradesh. The SWAN
POP at state capital will be called as the NMC. The SWAN POP at Commissioner Head
Quarter will be called as CHQ, The SWAN POP at District Head Quarters will be called as
DHQ and the SWAN POP at Block Head Quarters will be called as BHQ. MPSWAN will
use a suitable topology, state-of-art technologies and flexibility to expand/upgrade to
cover all parts of the state. All e-Governance Applications, Communication and IT
infrastructure would be linked to MPSWAN.

MPSWAN will be based on open standards, scalable with high capacity network to carry
data, video and voice traffic between different offices of Government at State capital,
Divisional, District and Block level. The connectivity to end-user is based on standard
leased circuits, fiber optic, wireless, dial up circuits or using Ethernet ports as
appropriate for the individual offices. The network will have a single point gateway of
adequate capacity to Internet and other existing Networks.

The State Govt is looking towards this project as the converged network for data, voice
and video as well. The Network equipment, wired / wireless connectivity equipments,
LAN cabling, Voice Gateway, IP EPABX (Soft-switch), IP Phones, Hardware, System
Software, NMS etc. are required to be procured & installed including operation and
maintenance of the same.

Madhya Pradesh State Electronics Development Corporation (MPSEDC), which is the


main trustee of this project, now invites bids from eligible bidders who have the
necessary qualifications for supplying of voice and network equipments, hardware,
software etc., carry out installation, commissioning and thereafter provide Facility
Management Service (FMS) for complete MPSWAN for a period of five years (excluding
commissioning period.)

Tenders would be considered in the prescribed tender form/document only. A complete


set of Bid Documents may be purchased by any interested bidder on the submission of a
written application from the office of the tendering authority during office hours on
any working day on payment of Rs. 20,000 /- (non refundable) in cash or demand draft
(DD) in favour of the MPSEDC. In case the tender form is sought by post Rs. 500 /-
towards postal charges will be charged extra. Tenders not submitted in prescribed form
will be rejected.

The complete bid document has also been published at the Department websites of
MPSEDC (http://www.mpsedc.com), MP Govt. (www.mp.nic.in/dit) and STPI
(www.stpi.in). The complete application form is available on the web site for the
purpose of downloading and application made on such form shall be
considered valid for participating in the tender process & Pre-Bid meeting only
after depositing the required tender fees i.e. Rs. 20,000/- (In the form of separate
DD) along with the bid.

A pre-bid conference of prospective bidders will be held at 2.30 PM on 10th May 2007.
The objective of this conference is to address queries of the prospective bidders related
to the MPSWAN Project. Bidders may forward their queries to MPSEDC or
mpswan2007@yahoo.com before the date of pre bid conference, which shall be

SEAL & SIGNATURE OF BIDDER 8


RFP NO MPSEDC/MPSWAN/2007-08/01

addressed in pre bid conference. The minutes of pre-bid conference or any


changes/corrigendum in the tender document shall be posted only on the website
(www.mpsedc.com).

The amendments in any of the terms and conditions including technical specifications of
this TENDER document will be notified on the website (www.mpsedc.com) and will be
binding on them.

Bids can be submitted up to 3.00 PM on 31st May 2007. EMD & Pre-Qualification Bids will
be opened on 31st May 2007 at 4.00 PM in the presence of the representatives of the
bidder who choose to attend the opening of the bids. Pre-qualified bids will be taken up
for further processing and the Technical Bids of pre-qualified bidders will be opened
in the presence of the qualified bidders / representatives on separate date and time
which will be notified separately. Further discussion / interface will NOT be held with the
bidders whose bids have been Disqualified / Rejected. MPSEDC reserves the right to
accept or reject in part or full any or all the offers without assigning any reasons
whatsoever.

Interested bidders may obtain further information from the office of MD,
MPSEDC, Bhopal on any working day between office hours from 28th April 2007 to 30th
May 2007.

Date: 27/04/2007
Managing Director

SEAL & SIGNATURE OF BIDDER 9


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-4

Letter of submission of bid (To be submitted along with EMD and Pre-qualification
documents in Envelope-1 on company’s letter head)

Date: ……………
Ref: …………

To,
The Managing Director,
MPSEDC Ltd.
147, Zone – 1, M.P.Nagar
Bhopal

Reference: Tender Number MPSEDC/MPSWAN/2007-08/01 Dated 27.04.07

Sir,
We hereby declare that:

We are the authorized agents of the manufacturers of the networking equipment proposed in our
solution.

That we are equipped with adequate maintenance and service facilities within India for supporting
the offered equipment. Our maintenance and service facilities are open for inspection by authorized
representatives of MPSEDC.

We hereby offer to supply the equipment and provide the services at the prices and rates
mentioned in the attached commercial/ financial bid.

In the event of acceptance of our bid, we do hereby undertake:

To supply the equipment and commence services as stipulated in the approved schedule of
implementation forming a part of the attached technical bid.

To undertake the project on BOOT basis for a period of 5 years w.e.f commissioning of complete
network, on quarterly guaranteed revenue basis as mentioned in the financial bid.

We affirm that the prices quoted are inclusive of delivery, installation, and commissioning charges
and inclusive of all taxes. Octroi and any local levies will be charged on actual on submission of
proof of remittance.

We enclose herewith the complete Tender document as required by you. This includes:

• Tender document duly signed on each page.


• Detailed documents required as per the tender
• Proposed Network architecture, detailed technical solution, details of equipment and services
offered
• Proposed Project Plan and Implementation Schedule
• Statement of deviation from requirements/specifications
• Statement of deviation from tender terms and conditions
• Warranty
• Manufacturer’s authorization form(s).
• Supporting documents for pre qualification requirements and technical competence

SEAL & SIGNATURE OF BIDDER 10


RFP NO MPSEDC/MPSWAN/2007-08/01

We agree to abide by our offer for a period of 180 days from the last date of submission of tender
as prescribed by MPSEDC/GOMP and that we shall remain bound by a communication of acceptance
within that time. We also agree to extend the bid validity period beyond 180 days subject to
maximum of 90 days if requested by MPSEDC.

We have carefully read and understood the terms and conditions of the tender and the conditions of
the contract applicable to the tender. We do hereby undertake to provision as per these terms and
conditions.

The deviations from the requirement specifications of tendered items and schedule of requirements
are only those mentioned in the deviation statement.

OR (Strike out whatever is not applicable)

There are no deviations from the requirement specifications of tendered items and schedule of
requirements.

We hereby certify that we as a company and products quoted by us have not been blacklisted by
any government departments/agencies.

We are fully satisfied with reply given by MPSEDC against our queries raised by us in pre bid
meeting and NO queries are pending.

We hereby certify that the Bidder is a Directorate and the person signing the tender is the
constituted attorney.

Bid Security in the form of a Bank Draft/ BG issued by ______________ (bank), dated
___/___/_____ (dd/mm/yyyy), for an amount of Rupees 250 Lacs along with pre-qualification
documents are enclosed in the “Envelop-1” as required.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid, together
with your written acceptance thereof and notification of award of contract, shall constitute a binding
contract between us.

I/We hereby declare that the information provided by us in this document are correct and agree
that at any point of time if it is found that any information given is incorrect, my/our bid is liable to
be summarily rejected and MPSEDC will have full right to forfeit our bid security.
In case information provided in the tender document found to be incorrect during contract period
(If selected) contract will be liable to be terminated and MPSEDC will have full right to forfeit our
performance guarantee.

Signature of Bidder (with official seal)


Date
Name
Designation
Address
Telephone
Fax
E-mail address

SEAL & SIGNATURE OF BIDDER 11


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-5

SCOPE OF WORK & DELIVERABLES

5.1 INTRODUCTION
Government Of India while formulating guidelines for extending Technical and Financial
support to various State Government for State Area Network (SWAN), entrusted upon
augmenting present infrastructure available (If any) with State Governments for the
purpose of achieving desired objective of providing seamless flow of information
amongst various government departments offices located all over the states.

Government Of Madhya Pradesh intends to implement SWAN in the state of Madhya


Pradesh thru its undertaking Madhya Pradesh State Electronics Development
Corporation Ltd (MPSEDC).

MPSEDC Ltd has appointed Software Technology Parks Of India (STPI), an autonomous
society under Ministry of Communication and Information Technology, Government Of
India as Consultant for SWAN project in the state of Madhya Pradesh.

There are tentatively 51 Numbers of State Government Departments, 09 Public


enterprises and 41 Organizations in Madhya Pradesh and which may use SWAN for their
e-Governance projects.

Presently, Departments/Offices who have started implementing computerization are


using separate network for their requirements.
For the purpose of connectivity departments are using combinations of VSAT, Leased
Line and Dial ups.

Individual departments from the budget allocated to them by the state government are
meeting expenses for connectivity and also ownership of hardware used for the same
lies with respective departments. In some cases ownership is with the operator who is
actually providing the connectivity.

Presently there is no common network, which is being used by all departments for their
connectivity requirements.

All the eligible departments may use SWAN provided it is cost effective and meets
security issues.

For the purpose of establishing maturity level of computerization in a given


department/office for calculating there immediate and future bandwidth requirement, a
study was carried out in selective departments in consultation with MPSEDC officials

Provision for connecting MPSWAN with NIC gateway, State Data center and SWAN of
other state should be made at NMC.

5.2 Scope of Work:

The Scope of work includes Supply, Installation & Commissioning, of the MPSWAN as
per the specifications given in this document, and operation & maintenance of the
network for five years as per service levels & deliverables defined in this document w.e.f
commissioning of complete MPSWAN network.
A summary of the network topology & deliverables are given below. The detailed
technical specifications & deliverables are given at appropriate places in the tender:

SEAL & SIGNATURE OF BIDDER 12


RFP NO MPSEDC/MPSWAN/2007-08/01

5.3 Network Topology.

5.3.1 Factfile:

Number of Divisions : 09
Number of Districts : 48
Number of Blocks/Tehsils : 340
Number of POPs: 339+01(NMC)=340

5.3.2 Network Architecture:

Proposed SWAN will be an IP based Network (All services will be IP based) and will
be Hierarchical 04 layer Architecture namely:
Multiple Core routers at State NMC at Bhopal will form the Tier-I i.e. Core
layer.
Routers at Divisional HQ will form the Tier-II i.e. Critical Distribution/Access
layer.
Router at District HQ will form the Tier III i.e. Distribution / Access layer.
Blocks routers will reside at Tier-IV i.e. Access layer.
As per the proposed Network Architecture of SWAN, POPs are divided into four
groups:

Tier-1 POP--NMC at Bhopal.: 01


Tier-2 POP -- all Divisional HQ: 07 (Excluding State HQ)
Tier-3 POP -- all District HQ: 40
Tier-4 POP -- at Block/Tehsil HQ: 292

5.3.4 MPSWAN backbone:

From Block POPs (Tier-4) to District POPs (Tier-3): Initially 2Mbps and expandable
up to 4Mbps (in 05 years).
From District POPs (Tier-3) to Commissioner POPs (Tier-2): Initially 2Mbps and
expandable up to 6 Mbps (in 05 years).
From Commissioner POPs (Tier-2) to NMC (Tier-1): Initially 2Mbps and expandable
up to 16Mbps (in 05 years).
Estimated number of user departments i.e. Number of circuits terminating at the POPs
(Horizontal connectivity).
At Block level (Tier-4): 30 and expandable up to 100 (in 05 years).
At District level (Tier-3): 30 and expandable up to 100 (in 05 years).
At Commissioner level (Tier-2): 30 and expandable up to 100 (in 05 years).
At NMC (Tier-1): 30 and expandable up to 150 (in 05 years).
Estimated bandwidth per user departments.
At Block level (Tier-4): 8Kbps and expandable up to 64Kbps per circuit.
At District level (Tier-3): 32Kbps and expandable up to 128Kbps per circuit.
At Commissioner level (Tier-2): 64Kbps and expandable up to 256Kbps per circuit.
At NMC (Tier-1): 64Kbps and expandable up to 2Mbps per circuit.

NOTE: At some POPs at Tier3 thru Tier-1 some circuits may be above 2Mbps.

In the state of MP the Head quarter for Sales Tax/ Commercial Tax is at Indore. The
HQ’s for transport dep’t, land records dep’t and provident fund dept are at Gwalior. The
High Court and HQ for State electricity board is at Jabalpur.
The operations of Commercial tax and transport dept are already computerized.
Computerization of Land records and MPSEB is in advance stage.

In view of the above there may be higher bandwidth requirement between SHQ and
Head quarters of these departments.

SEAL & SIGNATURE OF BIDDER 13


RFP NO MPSEDC/MPSWAN/2007-08/01

All MPSWAN POPs will be protected against all types of virus attacks.

All MPSWAN POPs will be equipped with VoIP Phone and VC equipment (Desktop
Camera) with central controlling at NMC.

5.3.5 Responsibilities of SI:

Supply, Installation, and Commissioning of all active and passive equipments as per
specifications given in the tender document.

Planning, Provisioning and commissioning of circuits for the MPSWAN backbone (Vertical
Connectivity) including liaising with Leased line service provider for the same.

Planning, Provisioning and commissioning of circuits for the user departments


(Horizontal Connectivity)including liaising with Leased line service provider for the same
and CUG creations for individual departments (CUG may vary from one to 500 circuits)

Internet requirement of CUG created on MPSWAN will be met thru Internet connectivity
at NMC and Internet bandwidth per CUG and also per circuit in a given CUG should be
done at NMC including billing of internet connection (CUG/individual circuit wise)

Complete Operation and maintenance of MPSWAN including SWAN backbone and


connectivity up to user departments at each level for 05 years from date of
commissioning of complete MPSWAN network.

Common Services to be offered are intra-office and inter-office communication of Data,


Voice, and Video.

For VoIP service capacity planned is of minimum 5000 users and maximum of 25,000
users plus with min. 1000 simultaneous sessions.

Mail Server/Services for 5000 users with min. 500 simultaneous logins.

Video Conferencing (minimum 5 sessions with minimum 20 users)

DNS Server/services.

Web server/services.

Internet.

Training to GOMP nominees.

It is the responsibility of SI to maintain a “Hindrance Register” for MPSWAN project for


documenting hindrances (If any) duly signed by SI, MPSEDC and consultant/third party
agency officials for each and every event.

O&M has to be done for 05 years (up to extension period if any) w.e.f date of
commissioning of complete MPSWAN network as per SLA defined.
NMC (Tier-1) operation will be 365*24 manned.
Tier-2 POPs and Tier-3 will be manned during office hours i.e. 365*12 (0800 to
2000 hrs)
Tier-4 POPs may be unmanned.
Persons posted at Tier-2/Tier-3 will be responsible for O&M of corresponding Tier-4.
Dedicated transports should be available at Tier-1 and Tier-2/Tier-3 POPs.

SEAL & SIGNATURE OF BIDDER 14


RFP NO MPSEDC/MPSWAN/2007-08/01

All the field staff should be equipped with mobile phones from BSNL/any other
service provider who has got good coverage in the respective area.

The SI will deploy required manpower at his own cost for operation and
maintenance of network, and meet SLA requirements
Minimum manpower deployment for O&M will be as per details given below:

5.3.6 Manpower deployment at Tier-1 (Minimum):

T-1 Quantity
1 Project Manager 1
2 Shift In-Charge 3
3 Technical Staff 10

Manpower deployment at all Tier-2/ Tier-3 PoPs (Minimum):

T-2 and T-3 Quantity


1 In-Charge 7
2 Technical Staff 94

Above mentioned man power will be suitably divided at all Division/District


POP’s. Facilities for conveyance/ transportation of staff and equipments,
communication facilities (mobile phones etc) shall also be provided by the SI.
Adequate staff for leave replacement should be provided by the SI at all levels.

Qualifications and Experience of manpower to be deployed:

Project Manager:

B E / B Tech with 15 Years of experience out of which at least 5 years should be in


the field of Network Management or facility management.

Shift In-charge/In-Charge:

B E / B Tech / MCA with 5 Years of experience out of which at least 2 years should
be in the field of Network Management or facility management.

Technical staff:

Engineering Diploma or Higher with at least two years experience in operation &
maintenance of relevant equipments being used in MPSWAN

Suitable NMS at Tier-1 for monitoring, detection, rectification, log generation and
verification of QGR bills as per the SLA and Penalty clauses.

SI will be advising MPSEDC regarding schedule of hiring leased lines from service
providers as per requirement.

SLA with LLSP will be done by MPSEDC, however SI will advise for addition/deletion of
terms and conditions in order to maintain overall uptime of MPSWAN by SI.

Provision for connecting MPSWAN with NIC gateway, State Data center and SWAN of
other states should be made at NMC.

NOTE: Installation and Commissioning of all the equipment should be done as


per laid down procedures of respective OEMs and by authorized persons only.

SEAL & SIGNATURE OF BIDDER 15


RFP NO MPSEDC/MPSWAN/2007-08/01

5.4
Training

During commissioning and after commissioning of MPSWAN, successful Bidder shall


provide training free of cost to the personnel identified for the state. The numbers
of personnel required to be trained are 100. The training should cover system
design, installation, configuration, set-up, upgrade, administration, testing,
management, and maintenance of all the equipment (hardware and software)
supplied. This Training shall be held at the location (s) identified by MPSEDC.
Separate training modules for the following components must be provided:

- Routers, WAN setup, configuration & documentation


- Switch, other LAN components in POP, configuration & documentation
- Firewall, IDS, their configuration & documentation
- Interconnection details of attached hardware
- Capabilities and technologies involved and configuration and
troubleshooting of the equipment.
- UPS, Structured Cabling, Power Cabling & documentation
- Servers and system software configuration & documentation
- Other supplied equipment.

This training should cover the day-to-day maintenance, management, and


operations related aspects of the Routers, Switches, Servers, related system
software, and UPS etc.
The training modules and their duration shall be finalized in consultation with
MPSEDC/Consultant.
The Successful Bidder shall also supply detailed training material to MPSEDC, to
enable them to train more number of officers independently.

5.5 Deliverables:
Supply, Installation & Commissioning of the MPSWAN network as per technical
specifications & Approved Implementation schedule given in the tender.

Operate & Maintain the network at a service level, as per the SLA conditions during
the period of operation of five years or up to extension period if any.

Hand over the network in good working condition at the end of the contract period
and as per exit management clause.

SEAL & SIGNATURE OF BIDDER 16


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER 6:

BIDDING PROCESS

6.1 INTRODUCTION
Complete bidding process is being divide into following parts, namely
Issuing of NIT
Sale of tender document.
Submission of written pre-bid querries by bidders.
Pre-Bid discussion & issue of corrigendum if any
Submission of bids.
Opening of bids.
Demonstration of equipments & presentation by bidders.
Opening of Financial Bids
LOI & Work order placement.
Bidding Process would be “Three Envelope” type as per details given below:

“Envelope-1” bearing heading “EMD” will be for the EMD & Pre-qualification
documents along with a letter of submission of bid as per chapter 4, mentioning the
name and signatures of authorized signatory, signed by head of the
organization/CEO.

“Envelope-2” bearing heading “Technical Bid” will be for Technical information and
have all pages of Chapter 1 to 12 (except for pre-qualification documents and
chapter 4) of tender document duly signed and stamped by authorized signatory.
The bidder will also enclose the following documents in this envelope:

Supporting document as a proof of fulfillment of Eligibility Criteria.


All other documents mentioned in various chapters of the Tender Document along
with the attachments.
All support documents required for various parameters of technical evaluation.
Any additional information, which the bidder wishes to provide.
CD dully sealed in an envelop containing Technical bid content dully sealed &
signed.
If the bidder quotes an alternate design along with the design asked for, then
envelope 2 in such case should have two separate envelopes, one each for the
design asked for and alternate design offered and should be named as option I &
option II respectively. ( It is mandatory to quote for the design asked for)
“Envelope-3” bearing heading “Financial Bid” will be for financial offer and have all
pages of Chapter-13 of tender document duly signed/seal by authorized signatory.

CD dully sealed in an envelop containing Financial bid content dully sealed &
signed.
If the bidder quotes an alternate design along with the design asked for, then
envelope 3 in such case should have two separate envelopes, one each for the
design asked for and alternate design offered and should be named as option I &
option II respectively. ( It is mandatory to quote for the design asked for)

All the proposals will have to be submitted in hard bound form with all pages
numbered. It should also have an index giving page wise information of above
documents. Incomplete proposal will summarily be rejected.

All the above-mentioned envelopes will be sealed in one envelop bearing heading
“Offer for MPSWAN against NIT number MPSEDC/MPSWAN/2007-08/01 due on 31st
May 2007.

SEAL & SIGNATURE OF BIDDER 17


RFP NO MPSEDC/MPSWAN/2007-08/01

Order of opening of envelops will be “Envelope-1” will be opened first,


“Envelope-2” will be opened second and finally “Envelope-3”.

“Envelope-2” will be opened only of those bidders who have submitted required
EMD & Tender cost and fulfill the pre-qualification requirements.

“Envelope-3” will be opened only of those bidders who qualify technically as per
technical bid submitted thru “Envelope-2”.

System Integrator (SI) will be the bidder who will quote lowest project cost as per
the financial bid

SI has to submit following documents within 15 days from the date of issue of LOI
to MPSEDC for approval:

Implementation Schedule

Roadmap for hiring leased line from service provider i.e. BSNL.

Documents regarding procedure for Implementation, Operation & Maintenance


(including manpower deployment and spare parts inventory management),
Helpdesk, Training GOMP officials, Provisioning & Planning of vertical/Horizontal
circuits.

SI has to sign legal agreement with in 15 days from the date of issue of LOI for
Supply, Commissioning and Operation & Maintenance of MPSWAN on BOOT basis
with MPSEDC and submit Performance Guarantee equivalent to 10% of Part 1
amount valid for 06 years with in 15 days from the date of issue of LOI.

6.2 Bid Security i.e. Earnest Money Deposit (EMD)

The Bid security shall be in Indian rupees (INR) and shall be a Demand Draft
or Bank Guarantee (BG) issued by a nationalized bank in India and shall be
valid for at least six months. No interest shall be payable on Bid Security
under any circumstance.

The bidder shall furnish, as part of his bid, a bid security in the form of
Demand Draft/BG of Rs. 250 Lacs in favour of MPSEDC Ltd payable at Bhopal

Unsuccessful Bidder's Bid security shall be discharged or returned within sixty


(60) days after the expiry of the period of Bid validity prescribed by MPSEDC.

The successful Bidder's Bid security shall be discharged upon the Bidder
signing the Agreement and submitting performance guarantee equivalent to
10% of Part 1 amount.

The Bid security can be forfeited at the discretion of MPSEDC on account of one or
more of the following reasons:

The Bidder withdraws their Bid during the period of Bid validity.

Bidder does not respond to requests for clarification of their Bid

Bidder fails to co-operate in the Bid evaluation process, Bidder providing false
information and

SEAL & SIGNATURE OF BIDDER 18


RFP NO MPSEDC/MPSWAN/2007-08/01

In case of a successful Bidder, the said Bidder fails :

To furnish Implementation Guarantee; or

To sign the Agreement in time

6.3 BID SUBMISSION AND VALIDITY

Bids for MPSWAN is to be submitted at the following address


Managing Director,
M.P.S.E.D.C Ltd.,
147, Zone-1, M.P.Nagar,
Bhopal.-11

Bids submitted should be valid for 06 (Six) months from the date of submission of
bids. Bid validity can be extended for a further period of 90 days if required.

Any bid received by the Tenderer after the time and due date for receipt of bids
prescribed in the Tender document will NOT be accepted.

6.4 ELIGIBILITY CRITERIA

The bid can be submitted by an organization/company or a consortium.

In case of consortium the prime bidder must be specified.

The prime bidder can not be a partner in more than one consortium.

In case of a consortium, applicant consortia shall have a valid Memorandum of


Understanding (MoU)/ agreement (duly registered) among all the members signed
by the Chief Executives/ Authorized Signatories of the companies dated prior to the
submission of the bid. The MoU/ agreement shall clearly specify the stake of each
member and outline the roles and responsibilities of each member. The MoU/
agreement shall be exclusively for this project and shall be responsible in case of
failure by any member.

If the bidder (All members of consortium) is a national bidder it should be registered


under company’s act 1956. Partnership and Proprietor firm are not allowed.

If the bidder is an international bidder, the bidder should attach proof of


registration/incorporation as per the jurisdiction of their headquarter office. The
international bidder should also have a registered office in India as per companies
act.

The bidder (Each member of the Consortium) shall have company registration
certificate, registration under labor laws & contract act, valid sales tax registration
certificate, valid Service tax registration certificate and Permanent Account Number
(PAN) issued by income Tax department. (Copy of each registration should be
provided)

The bidder or the prime bidder in case of consortium must have a minimum
a v e r a g e turnover from System Integration and facility management services to
the tune of Rs 100 Crores annually during the last three financial years and a
profit making company. Attested & audited copy of the company’s annual report
has to be attached along with the bid. In case turnover from SI and FMS services

SEAL & SIGNATURE OF BIDDER 19


RFP NO MPSEDC/MPSWAN/2007-08/01

are not available in the balance sheet separately, a certificate from the Chartered
Accountant for the same should be enclosed.

The bidder or the prime bidder in case of consortium must have a paid up share
st
capital of at least Rs. 10.00 Crores as on 31 March 2007. Attested copy of the
company’s annual report has to be attached along with the bid.

The bidder or any member of the consortium should have bank certificate of
solvency for Rs. 150 crore.

Bidder should submit an undertaking that Bidder (or any member of the
consortium) is as a company/consortium and product quoted are not Black Listed
by any Govt. dept./agency in India.

The Bidder (or any member of the consortium) in the last 5 years should have
successfully executed at least two large WAN projects (each should be of at
least 50 locations WAN for a single client) with each project value not less
than Rs. 5.00 Crores. The projects executed for bidder’s own group of companies
or JV companies will not be considered.

The Bidder (or any member of the consortium) should have been in the business of
voice and data implementation / integration related activities for at least the past 5
years. The Network Installation & Integration and Project Management services
should not be sub-contracted and should be executed only by the
employees of the Bidder Company who are on its payrolls. The Bidder
shall submit the declaration duly signed and stamped by Bidder’s authorized
signatory regarding these along with the bid.

The bidder (or any member of the consortium) should have at least 2
years of proven experience of providing Facilities Management Services of
similar scope in India. The bidder may be performing presently or should have
executed at least one Facilities Management Service contracts where contract
value FMS project is minimum Rs.50 lacs. Proof for the same should be attached.

The Bidder (or any member of the consortium) should have Manufacturers’
authorization and a direct back-to-back support agreement with the Original
Equipment Manufactures for the equipment bidder intends to install in
MPSWAN, which includes the pre & post-sales support activities also (like
Integration support, Technical Assistance support, spares support, Software Up
gradation support etc.). The authorization as per Performa enclosed in Chapter
10 should be attached.

The networking components (routers, switches, firewalls etc.) of the OEM


should have been successfully installed in India for at least 3 customers, who’s
Wide Area Network (WAN) consists of at least 100 locations individually.
Or
The networking components (routers, switches, firewalls etc.) of the OEM
should have been successfully installed in India for at least 1 customer, who’s
Wide Area Network (WAN), consists of at least 100 locations individually, and
worldwide for at least 2 0 d i s t i n c t l y v e r i f i a b l e customers, who’s Wide Area
Network (WAN) consists of at least 100 locations individually.

The OEM of the critical network equipments like routers, switches, firewall, IDS
should have ISO international quality certification for manufacturing networking
products. The Bidder shall attach the copy of the OEM’s ISO Certificate along with
the bid.

SEAL & SIGNATURE OF BIDDER 20


RFP NO MPSEDC/MPSWAN/2007-08/01

The OEM vendor for the core networking components, i.e. Routers and Switches
should be globally listed company.

The OEM vendor for the core networking products, i.e. Routers and Switches should
be profitable as on 31st March 2007. Auditors report should be furnished.

The OEM of the networking equipment should be in the top three in terms of market
share in Routers and Switches as per internationally reputed third party reports.

The bidding company should have 5 support centers in MP. In case bidding
firm/company does not have support center in MP, bidder should set up the
support centers within a month in case the contract is awarded to it and the same
should be functional till the period of performance warranty/support and Facility
Management of the MP SWAN which ever is later. The bidder will submit an
undertaking in this regard along with the Bid.

This Tender is open to all companies both from within and outside India, who are
eligible to do business in India under relevant Indian laws as in force at the time of
bidding.

Documentary evidence in support of all the above mentioned eligibility


criteria should be furnished with EMD & Pre-Qualification Bid in Envelope
1. The same documents and details thereof will also be used in the process
of technical evaluation.

6.5 BID EVALUATION PROCESS:

Evaluation of bids receive against the NIT for MPSWAN will be evaluated by the
Tender Committee constituted by MPSEDC.

Conditional bids shall be summarily rejected.

Tender Committee will examine the bids to determine whether they are complete,
whether any computational errors have been made, and whether the bids are
generally in order.

Arithmetical errors will be rectified on the following basis: If there is a discrepancy


between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price shall be corrected.
If the Bidder does not accept the correction of the errors, his bid will be rejected. If
there is a discrepancy between words and figures, the amount in words will prevail.

The Tender Committee may conduct clarification meetings with each or any bidder
to discuss any matters, technical or otherwise.

Bid document shall be evaluated as per the following steps:

6.5.1 Preliminary Examination and Pre-qualification:

The submitted documents will be examined to determine whether the bidder


meets the eligibility criteria, completeness of the bid, whether the documents
have been properly signed by the authorized signatory and whether the bids
are generally in order. Any bids found to be non-responsive for any reason or
not meeting the minimum levels of the performance or eligibility criteria
specified in the various sections of this Tender Document will be rejected and

SEAL & SIGNATURE OF BIDDER 21


RFP NO MPSEDC/MPSWAN/2007-08/01

not included for further consideration

6.5.2 Evaluation of Technical Bids:

Technical documents will be examined for compliance of all specifications,


terms and conditions of the Tender Document. All support documents against
claims made by the bidder will be examined along with its verifications.

Technical deviation sheet should also be submitted if there is non-compliance


to some of the features. If the bidder does not submit technical deviation
sheet, it will be taken as bidders acceptance and compliance to all technical
specifications mentioned in Tender Document. Decision of the committee on
accepting or rejecting the deviation will be final.

Demonstrations can be taken for any quoted product / products as per


the decision of the Tender Committee. The bidder has to provide
necessary help and free of cost demonstration of the quoted
equipments. Failure to do so may lead to disqualification of the bidder

Bidders not meeting the technical specifications mentioned in TENDER


will be rejected and will not be considered for further evaluation.
Technical Evaluation Score Matrix:

S.N. Description and its evaluation Max.


Marks
1 Wide Area Network Projects 40
Supply, Installation and Commissioning

Number of WAN Projects with minimum 50 15


Nodes/Locations:

(There will be one mark for one project of minimum 50


nodes. More than 15 projects will be given maximum 15
marks)

Single largest WAN project in terms of number of nodes 15


/Locations:

[> 500 Nodes – 15 marks, 400 to 500 nodes – 12 marks,


300 – 399 nodes – 9 marks, 200 to 299 nodes – 6 marks
100 to 199 nodes – 3 marks, <100 nodes – zero marks]

Number of WAN Projects with minimum 50 Nodes/ 5


Locations for Central/State Governments/ PSUs /Govt
Organizations:

(There will be one mark for one project of minimum 50


nodes. More than 5 projects will be given maximum 5
marks)

Single largest WAN project in terms of number of nodes 5


/Locations for Central/State Governments/ PSUs /Govt
Organizations:

[> 500 Nodes – 5 marks, 400 to 500 nodes – 4 marks,


300 – 399 nodes – 3 marks, 200 to 299 nodes – 2 marks

SEAL & SIGNATURE OF BIDDER 22


RFP NO MPSEDC/MPSWAN/2007-08/01

100 to 199 nodes – 1 mark, <100 nodes – zero marks]

2 Experience* in implementing projects on BOO/BOOT basis 10


Number of Projects with a minimum value of Rs 10 5
Crores on BOO/BOOT basis:

(The Bidder having experience in maximum number of


projects will be awarded 5 marks all others will be
awarded marks proportionately.)

Value of Projects executed on BOO/BOOT basis: 5

(The Bidder having executed the largest project in terms


of value will be awarded 5 marks all others will be
awarded marks proportionately.)

3 Professionals in the field of system integration, 5


networking and facility management on payroll of bidder:

(The Bidder having maximum number professionals on its


pay rolls in India, will be awarded 5 marks all others will
be awarded marks proportionately.)

4 Turnover: 10

(The Bidder having Rs 1000 Crores or more average


turnover in last three years, in System Integration and
facility management services will be awarded 10 marks.
For lesser turnover one mark will be awarded per Rs 100
Crores of turnover)

5 Experience in O&M of NMC of minimum 50 nodes WAN 5


project.

(One mark per completed year of above experience


subject to maximum of 05 marks )

6 Experience in dealing with BSNL 5

(The Bidder having maximum experience in dealing with


BSNL will be awarded 5 marks all others will be awarded
marks proportionately. Only specific experience related to
hiring BSNL leased lines will be considered )

7 Number of locations in MP** 5


(One mark per location subject to maximum of 05 marks.
The location will qualify only if the office is in existence
for at least one year)

8 Technical Proposal 20
Value addition in the project 5
Proposed work plan 5
Methodology for implementation of the proposed project 5
Presentation to the concerned authority 5
Total Marks 100
Bidder getting scores above 55 marks will be considered as technically
qualified for opening the financial bids.

SEAL & SIGNATURE OF BIDDER 23


RFP NO MPSEDC/MPSWAN/2007-08/01

Note:
* BOO/BOOT Experience is not a pre qualification criteria but any bidder having the
experience will be given weightage.

** The bidders who do not have their working offices in MP will be required to setup
their offices but the Bidders having their presence already in MP will be given
weightage. This is also not a pre qualification criterion.

Any calculation of time period will be done as on the date of submission of Bid

Supporting documents for technical evaluation parameters should be necessarily


submitted.

6.6 Technical Bid Format:


The following information, as per the formats provided or in the form of attachments
wherever necessary, should be provided by the bidder:-

ATTACHMENT # 1

Detailed Technical Proposal meeting the bid requirements covering detailed


specifications of

Networking architecture
Component selection
Network and data security of the solution
System integration plan
Network Management scheme
Network monitoring scheme
WAN establishment
Last mile connectivity solutions
Open standards/ Interoperability
Scalability and upgradeability
Civil and electrical works
It should also include
Make, model and part no. of items and sub items quoted.
Detailed Description of Technical specifications
Detailed brochure with specifications for the offered items with model & part nos.
highlighted.
Relevant test certificates/performance certificate/End-user acceptance certificate
of the offered components/ systems
Details of licenses offered for the bought out software’s
ATTACHMENT # 2
Any proposed deliverable/ functional aspects/ technical aspects/ terms/ conditions
or any other item NOT IN compliance to Tender Requirement as per format given
in Chapter 10.
ATTACHMENT # 3
Detailed Project Schedule and Project Implementation / Management Plan with
manpower, other resources and logistics planning.

ATTACHMENT # 4
Details of documentation
ATTACHMENT # 5
Training plan for Operation, maintenance, monitoring and management of
Network should be provided to the persons nominated by MPSEDC.
Details of training to be imparted should be provided.
ATTACHMENT # 6

SEAL & SIGNATURE OF BIDDER 24


RFP NO MPSEDC/MPSWAN/2007-08/01

Comprehensive operation/ maintenance / management plan for the whole facility


for five years. Specifically the details of the following to be included,
Managing the network including the passives like racks, cabling, patch panel
Network administration
Network management
Network monitoring
Supporting the provision of last mile access from NOC/ CHQ/DHQ/ BHQ
Supporting integration of any applications to run on top of MPSWAN
Managing and maintaining the electrical system - Generator, UPS, AC,
lighting, earthing etc.
Maintenance plan
Preventive maintenance
Corrective maintenance
Disaster management
Manpower positioning / deployment at MPSWAN POPs with role of each
person.
Stationery items management
Insurance coverage for all the items commissioned
Spare Policy, List of spares and where they would be positioned.
Fault reporting including Helpdesk scheme and management plan
ATTACHMENT # 7
Copies of warranty certification from the principals (OEM) in case of third party
components. Also a letter of warranty and management services support from the
bidder for 6 years.
ATTACHMENT # 8
Facilities sought from TENDERER
ATTACHMENT # 9
Power-of-attorney granting the person signing the bid the right to bind the bidder
as the ‘Constituted attorney of the Directorate’.
ATTACHMENT # 10
Any other relevant matters.
Bidder’s Profile:

Description
Name of the Organization
Registered Office address

Telephone Number
Fax Number
e-mail
website
Correspondence/ contact address
Details of Contact person
(Name, designation, address etc.)

Telephone Number:
Fax Number:

e-mail:

Is the Organization a registered company?


If yes, submit documentary proof. Year and Place of

SEAL & SIGNATURE OF BIDDER 25


RFP NO MPSEDC/MPSWAN/2007-08/01

the establishment of the Company

Former name of the company, if any.

Is the Organization Government/ Public Sector


Undertaking limited company or limited corporation.

Member of a group of companies (if yes, give name and


address, and description of other companies)

Is the Organization a Subsidiary of a large corporation


(if yes give the name and address of the parent
organization)

If the Organization is subsidiary, state what involvement


if any, will the parent company have in the project. Joint
venture consortia (if yes, give name and address of
each partner)

Is the Organization registered with sales/commercial tax


department? If yes, submit valid sales tax registration
certificate.

Is the Organization registered for service tax with


Central Excise Department (Service Tax Cell)? If yes,
Submit valid service tax registration certificate.

Is the Organization registered under Labor Laws


Contract Act? If yes, submit valid registration certificate.

Attach the organizational chart showing the structure of


the organization including the names of the Directors
and the position of the officers.

Total number of employees

Number of Project executed as a prime contractor in a


joint venture/ Consortium.

Are you registered with any Government/Department/


Public Sector Undertaking (if yes, give details).

How many years has your organization been in business


under your present name? What were your fields when
you established your organization? When did you add
new fields (if any)?

What type best describes your Organization?


(Documentary proof to be submitted)
— Manufacturer
— Supplier
— System Integrator
— Consultant
— Service Provider (pl. specify details)
— Software Development
— Total solution provider (Design, Supply, Integration,

SEAL & SIGNATURE OF BIDDER 26


RFP NO MPSEDC/MPSWAN/2007-08/01

O&M)
— IT Company

Number of Offices / Project Locations

Do you have a local representation /office in Madhya


Pradesh? If so, please give the address and the details
of staff, infrastructure etc in the office and no. of years
of operation of the local office

Please give details of Key Technical and Administrative


staff that will be involved in this project, their role in the
project, their Qualifications & experience and the
certification attained from network product vendor.
(Documentary proof to be submitted)

Is your organization has SEI –CMM / ISO 9000


certificates? If so, attach copies of the certificates. State
details, if certified by bodies, other than that stated.

List the major clients with whom your organization has


been/ is currently associated and provide the complete
details of Top three projects undertaken of similar
nature.

Were you ever required to suspend a project for a


period of more than three months continuously after
you started? If so, give the names of project and
reasons for the same.

Have you in any capacity not completed any work


awarded to you? (If so, give the name of project and
reason for not completing the work)

In how many projects you were imposed penalties for


delay? Please give details.

The bidder shall disclose details pertaining to all


contingent liabilities, claims, disputes, matters in appeal
& in court and any pending litigation against the bidder.
If nil, an undertaking from the bidder mentioning the
same.

Whether your organization has Bank’s certificate of


solvency. If yes, submit documentary proof.

Have you ever been denied tendering facilities by any


Government/ Department/ Public sector Undertaking?
(Give details)
Note- Separate sheets may be attached wherever necessary.

SEAL & SIGNATURE OF BIDDER 27


RFP NO MPSEDC/MPSWAN/2007-08/01

Team Composition and Task Assignments Summary

Name Qualifications Year of Area of Task & Position


& Experience Expertise Assigned
certifications

Curriculum Vitae for available key Staff :

Proposed Position
Name of Organization [Insert name of Organization proposing the staff]:
Name of Staff [Insert full name]:
Date of Birth:
Nationality:
Education [Indicate college/university and other specialized education of staff
member, giving names of institutions, degrees obtained, and dates of
obtainment]:
Membership of Professional Associations:
Other Training [Indicate significant training since degrees under 6 – Education
were obtained]:
Countries of Work Experience: [List countries where staff has worked in the
last ten years]:
Languages [For each language indicate proficiency: good, fair, or poor in
speaking, reading, and writing]:
Employment Record [Starting with present position, list in reverse order every
employment held by staff member since graduation, giving for each
employment (see format here below): dates of employment, name of
employing organization, positions held.]:
From [Year]: To [Year]:
Employer:
Positions held:
Detailed Tasks Assigned Work Undertaken that Best Illustrates
[List all tasks to be Capability to Handle the Tasks Assigned
performed under this [Among the assignments in which the staff has
assignment] been involved, indicate the following
information for those assignments that best
illustrate staff capability to handle the tasks
listed under point 11.]
Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:
Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes my qualifications, my experience, and myself. I understand that
any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.

SEAL & SIGNATURE OF BIDDER 28


RFP NO MPSEDC/MPSWAN/2007-08/01

Day/Month/Year [Signature of staff member or authorized


representative of the staff]

Full name of authorized representative:

6.7 Evaluation of Financial Bid: Financial bid will be having 02 parts, namely:

PART 1: DIT Funded Part.


PART 2: STATE Govt Funded Part.

SI will be the bidder who will quote lowest TOTAL Project cost and it will be
calculated as:

TOTAL PROJECT COST: TOTAL PART 1 + TOTAL PART 2

PART 1:

Part 1A.1, Part 1B.1 and Part 1C.1:

Price quoted against various items should be FOR destination and should NOT include
margin of any kind of SI except that of the expenditure of installation and
commissioning.

Quantities mentioned are tentative and may vary, however payment will be made as per
actual quantities used.

Part 1A.2, Part 1B.2 and Part 1C.2

Prices quoted in these parts should necessarily be quoted as percentage (%) of sub
totals of Part 1A.1, Part 1B.1 and Part 1C.1 respectively as given in the format.

PART 2:

Part 2A.1, Part 2B.1 and Part 2C.1:

Price quoted against various items should be FOR destination and should NOT include
margin of any kind of SI except that of installation and commissioning.

Quantities mentioned are tentative and may vary, however payment will be made as per
actual quantities used.

Part 2A.2, Part 2B.2 and Part 2C.2:


Prices quoted against these parts should be quoted on per horizontal connectivity circuit
per year excluding the cost of connectivity (Lease line/ISDN/WPC charges etc.) &
equipment but including cost of O&M of the respective equipments installed in the circuit
(Leased Line Modems, ISDN Equipments, Wireless equipments like CPE/Antenna and
related equipments.)

Part 2D:
Prices quoted against this part should be inclusive of supply of material at site,
erection/installation, commissioning and making good any damages caused during the
said work.

SEAL & SIGNATURE OF BIDDER 29


RFP NO MPSEDC/MPSWAN/2007-08/01

6.8 DISQUALIFICATION.

The bidder may be disqualified during the bid process for any of the following
reasons:
Submitted Tender document, which is not accompanied by Earnest Money
Deposit (EMD)

Submitted Tender document without tender cost in case of tender document


downloaded from the site.

The bidder does not meet the eligibility criteria

The bidder does not meet the technical requirements

MPSEDC may in its sole discretion and at any time during the processing of
Tender, disqualify any bidder from the Tendering process if the bidder has:

Submitted the Tender after the prescribed date and time of submission of bids.

Made misleading or false representations in the forms, statements and


attachments submitted in proof of the eligibility requirements.

If found to have a record of poor performance such as abandoning works, not


properly completing the contract, inordinately delaying completion, being
involved in litigation or financial failures, etc.

Submitted Tender document, which is not accompanied by required


documentation or is non-responsive.

Failed to provide clarifications related thereto, when sought.

Submitted more than one bid. This will cause disqualification of all bids
submitted by such applicants except the last bid received.

Not quoted/provided products in accordance with Specifications specified.

Not provided Proposed Manpower as per given specifications.

Applicants who are found to canvass, influence or attempt to influence in any


manner the qualification or selection process, including without limitation, by
offering bribes or other illegal gratification, shall be disqualified from the
process at any stage.

A Bid not valid for at least 180 days shall be considered as non-responsive and
would be disqualified.

SEAL & SIGNATURE OF BIDDER 30


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-7
GENERAL TERMS & CONDITIONS

7.1 COMMERCIAL AND LEGAL CONDITIONS.

Bidder is expected to examine all instructions, forms, terms, and requirements in


the bid document. Failure to furnish all information required by the bid document or
submit a Bid not substantially responsive to the bid document in every respect may
result in the rejection of the Bid

The Bidder shall bear all costs associated with the preparation and submission of its
Proposal, including the cost of presentation for the purposes of clarification of the
bid, if so desired by the Purchaser. The Purchaser will in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the bid process.

Discount, if any, should be merged with the quoted prices. Discount of any type,
indicated separately, will not be taken into account for evaluation purposes.

All the proposals will have to be submitted in hard bound form with all pages
numbered. It should also have an index giving page wise information of above
documents. Incomplete proposal will summarily be rejected.

No bid will be considered unless and until each page of the bid document is duly
signed with seal by the authorized signatory

The bidder shall also submit the soft copy of Pre-qualification, technical and
commercial bids on separate CDs duly packed in the respective envelopes.

The Bids and all correspondence and documents relating to the bids, shall be
written in the English language.

Any bid received by the Tenderer after the time and date for receipt of bids
prescribed in the TENDER document will NOT be accepted.

The Bidder is allowed to modify or withdraw its submitted bid any time prior to the
last date prescribed for receipt of bids, by giving a written notice to the Tenderer.

7.1.1 Confidentiality:

As used herein, the term “Confidential Information” means any information,


including information created by or for the other party, whether written or oral,
which relates to internal controls, computer or data processing programs,
algorithms, electronic data processing applications, routines, subroutines,
techniques or systems, or information concerning the business or financial affairs
and methods of operation or proposed methods of operation, accounts,
transactions, proposed transactions or security procedures of either party or any of
its affiliates, or any client of either party, except such information which is in the
public domain at the time of its disclosure or thereafter enters the public domain
other than as a result of a breach of duty on the part of the party receiving such
information. It is the express intent of the parties that all the business process and
methods used by the Bidder in rendering the services hereunder are the
Confidential Information of the Bidder.

The Bidder shall keep confidential any information related to this tender with the
same degree of care as it would treat its own confidential information. The Bidders
shall note that the confidential information will be used only for the purposes of this
tender and shall not be disclosed to any third party for any reason whatsoever.

SEAL & SIGNATURE OF BIDDER 31


RFP NO MPSEDC/MPSWAN/2007-08/01

At all times during the performance of the Services, the Bidder shall abide by all
applicable security rules, policies, standards, guidelines and procedures. The Bidder
should note that before any of its employees or assignees is given access to the
Confidential Information, each such employee and assignees shall agree to be
bound by the term of this tender and such rules, policies, standards, guidelines and
procedures by its employees or agents.

The Bidder should not disclose to any other party and keep confidential the terms
and conditions of this Contract agreement, any amendment hereof, and any
Attachment or Annexure hereof.

The obligations of confidentiality under this section shall survive rejection of the
contract.

7.1.2 Publicity:
Any publicity by the bidder in which the name of MP SWAN is to be used, should be
done only with the explicit written permission from MPSEDC.

7.1.3 Insurance:
The equipment and services supplied under the contract shall be fully insured by the
bidder against loss or damage incidental to manufacture or acquisition,
transportation, storage, delivery and installation. The period of insurance shall be
up to the date the supplies are accepted and the rights of the property are
transferred to MPSEDC. The copies of insurance policies should be submitted to
MPSEDC.

Contractors All Risk (CAR) policy Or any other equivalent policy covering safety of
the deputed employees for the MPSWAN project should be taken by SI. Purchaser
will not be responsible for any kind of claim arising due to any accident during the
period of contract. The policy should be valid for the complete contract period
including installation & commissioning period.

7.1.4 Arbitration:
MPSEDC and the selected bidder SI shall make every effort to resolve amicably by
direct informal negotiation any disagreement or dispute arising between them under
or in connection with the Contract. If, after thirty (30) days from the
commencement of such informal negotiations, MPSEDC/GOMP and the selected
Bidder have been unable to amicably resolve dispute, either party may require that
the dispute be referred for resolution to the formal mechanisms, which may include,
but are not restricted to, conciliation mediated by a third party acceptable to both,
or in accordance with the Arbitration and Conciliation Act, 1996.All Arbitration
proceedings shall be held at Madhya Pradesh State and the language of the
arbitration proceedings and that of all documents and communications between the
parties shall be in English.
7.1.5 Local Conditions

Each Bidder is expected to fully get acquainted with the local laws, conditions and
factors, which would have any effect on the performance of the contract and /or the
cost.

The Bidder is expected to know all conditions and factors, which may have any
effect on the execution of the contract after issue of letter of Award as described in
the bidding documents. The tenderer shall not entertain any request for clarification
from the Bidder regarding such local conditions.

It is the Bidder’s responsibility that such factors have properly been investigated

SEAL & SIGNATURE OF BIDDER 32


RFP NO MPSEDC/MPSWAN/2007-08/01

and considered while submitting the bid proposals and no claim whatsoever
including those for financial adjustment to the contract awarded under the bidding
documents will be entertained by the Tenderer. Neither any change in the time
schedule of the contract nor any financial adjustments arising thereof shall be
permitted by the Tenderer on account of failure of the Bidder to know the local laws
/ conditions.

The Bidder is expected to visit and examine the location of State offices/POP
locations and its surroundings and obtain all information that may be necessary for
preparing the bid at their own interest and cost.

7.1.6 Contacting the Tenderer

Any effort by a Bidder influencing the Tenderer’s bid evaluation, bid comparison or
contract award decisions may result in the rejection of the bid.

Bidder shall not approach MPSEDC/GOMP and Consultant officers after office hour’s
and/ or out side office premises of respective officials, from the time of the bid
opening till the time the Contract is awarded.

7.1.7 Bid Forms

Wherever a specific form is prescribed in the Bid document, the Bidder shall use the
form to provide relevant information. If the form does not provide space for any
required information, space at the end of the form or additional sheets shall be used
to convey the said information.

For all other cases, the Bidder shall design a form to hold the required information.

Any printed conditions or provisions in the Bidder’s Bid Forms shall not bind
MPSEDC/GOMP.

7.1.8 Modification and withdrawal of Bids.

The Bidder is allowed to modify or withdraw its submitted bid any time prior to the
last date prescribed for receipt of bids, by giving a written notice to the Tenderer.

Subsequent to the last date & time for receipt of bids, no modification of bids shall
be allowed.

The Bidders cannot withdraw the bid in the interval between the last date for receipt
of bids and the expiry of the bid validity period specified in the Bid. Such withdrawal
may result in the forfeiture of its EMD from the Bidder.

7.2 SPECIAL CONDITIONS:

Within 15 days of the issuance of LoI the Bidder shall furnish Performance
Guarantee, as provided, to MPSEDC for an amount equal to 10% of the Total cost of
PART 1 ONLY.

(Format for the Bank guarantee given in Chapter 10.)

Performance Guarantee should be valid for entire contract period including


commissioning period.

The MPSEDC may forfeit the Performance Guarantee for any failure on part of
Bidder to complete its obligations under the Agreement. The Performance

SEAL & SIGNATURE OF BIDDER 33


RFP NO MPSEDC/MPSWAN/2007-08/01

Guarantee shall be denominated in Indian Rupees and shall be in the form of a


Bank Guarantee issued by a Nationalized bank located in India with at least one
branch office in BHOPAL. The Performance Guarantee shall be returned to the
Bidder within 180 days from the date of successful discharge of all contractual
obligations at the end of the period of the Agreement by MPSEDC. In the event of
any amendments to Agreement, the Bidder shall within 15 days of receipt of such
amendment furnish the amendment to the Performance Guarantee as required.

7.3 IMPLEMENTATION SCHEDULE:


MPSWAN Project is to be completed within 09 Months from the date of issue of
Work Order.

The selected SI will prepare a detailed implementation plan based on the


above time line of nine months and submit the same to MPSEDC/STPI for
approval within 15 days of the award of contract. The SI will implement the
project as per the approved detailed schedule.

NO certificate will be issued for PARTIAL COMPELITION of work.


( Please refer Clause No 7.5.1 also)
Competition certificate will be issued after successful completion of complete work
as per specification.
Approved Implementation schedule will be the base document for future references
for calculating delays/penalties etc.

7.3.1 Penalties for delay in implementation

Failure to complete the Final Acceptance Test as specified in the approved


implementation plan, MPSEDC may, without prejudice to its other remedies under
the Agreement, levy as Penalties, a sum equivalent to 0.25 % of the capital cost of
each incomplete PoPs payable under the Agreement, for each week or part thereof
of delay, until actual delivery of performance. The maximum penalty for delay shall
not exceed 5% of the project cost payable under the agreement. If the delay
continues beyond 20 weeks, MPSEDC may terminate the Agreement.

7.3.2 Force Majeure


Neither party shall be responsible to the other for any delay or failure in
performance of its obligations due to any occurrence commonly known as Force
Majeure which is beyond the control of any of the parties, including, but without
limited to, fire, flood, explosion, acts of God or any Governmental body, public
disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes,
lockouts or other labour disputes, insurrections, civil commotion, war, enemy
actions. If a Force Majeure arises, the Bidder shall promptly notify Tenderer in
writing of such condition and the cause thereof. Unless otherwise directed by
Tenderer, the successful bidder shall continue to perform his obligations under the
contract as far as is reasonably practical, and shall seek all reasonable alternative
means for performance not prevented by the Force Majeure event. The successful
bidder shall be excused from performance of his obligations in whole or part as long
as such causes, circumstances or events shall continue to prevent or delay such
performance.

7.4 NETWORK AVAILABILITY (UP-TIME):

During the period of operation and maintenance i.e. after the SWAN is
commissioned the SI will maintain network availability of 99.5 % as explained
below:

Network availability is defined as {Total time in a quarter (in minutes) less

SEAL & SIGNATURE OF BIDDER 34


RFP NO MPSEDC/MPSWAN/2007-08/01

total down time (in minutes)} as a percentage of total time in the quarter.
The network is considered available when all the services mentioned in the
requirement section in full capacity are available. Bandwidth downtime will
not be considered as part of network downtime. BOOT Operator will take at
least 5 days prior approval from MPSEDC for the network maintenance i.e.
Planned downtime and it will be allowed only during Saturday or Sunday
night between 12 mid night to 4 am. Total planned downtime allowed in a
month will be 4 hrs ONLY. Planned downtime of more than 4 hrs in a given
month will be considered as network downtime and penalties will be levied
as per the penalty clause.

Additional down time can be allowed only in special circumstances with prior
approval.

7.4.1 Penalties for downtime (Operational Penalties) :

The following penalties shall be imposed in case of non-availability of network:

SWAN network Uptime Penalty


99.5 % or better Nil
Less than 99.5 % up to 99 % One % of QGR
Less than 99 % up to 98 % Two % of QGR
Less than 98 % up to 97 % Three % of QGR
Less than 97 % up to 96 % Five % of QGR
Less than 96 % up to 95 % Ten % of QGR
Less than 95 % No Payment

The details of calculation of downtime etc are given in the technical specifications
chapter

In the event the uptime is less than 90 % in one quarter OR less


than 95 % in two quarters in a year OR less than 95 % in five
quarters during the five years of the contract, MPSEDC reserves the
right to terminate the contract.

Penalties for deterioration of services:


The following penalties shall be imposed in case of deterioration of services:

Latency of more than 120 ms for continuously more than one hour in one
day in any section of SWAN will be taken as one incident and will attract
penalty of Rs. 1000 per incident

Virus Attack (more than 15 in a quarter) Rs 10,000


Denial of Service Attack Rs 10,000 per attack

Compromise/ Defacement of Website Rs 1,00,000 per incident

Data Theft (Compromise of any kind of data hosted by MP SWAN Rs 50,000


per incident.

Intrusion Rs 1,00,000 per incident.

Spam: Spam will be calculated on per day basis and penalty will be as given
below:

SEAL & SIGNATURE OF BIDDER 35


RFP NO MPSEDC/MPSWAN/2007-08/01

>=5% Nil
>=10 and <5 % Rs 10,000
>=20% and < 10 % Rs 20,000
>=30% and < 20% Rs 30,000
> 30 % Rs 50,000

If any perfromance management issue as mentioned above remains un reported


for more than one month that will attract a panelity of Rs. 5000 per incident.
Manpower not provided:

If the minimum required manpower as mentioned in the TENDER is not provided


at specified locations and the short fall continues for more then seven days there
will be a penalty of Rs 100000/- for every incident subject to maximum of Rs
300000/- in one quarter.

7.4.2 Penalties for misuse

In case of misuse of bandwidth/ Internet at the instance of BOOT Operator,


the penalty imposed on the BOOT Operator, without prejudice to MPSEDC
other remedies under the Agreement shall be 100% of the quarterly
guaranteed revenue for one quarter under the Agreement for all the centers.
In addition action will be initiated as per prevailing law of the land. If the
misuse continues for two quarters, MPSEDC may terminate the Agreement.

7.4.3 Site Preparation and Site Survey

As per the approved implementation plan, MPSEDC shall arrange the


necessary minimum constructed rooms/ space permanent construction for
locating MPSWAN POPs and co-located & remote offices for operation of the
SWAN. The space cannot be used for any purpose other than for delivering
the services contracted under the Agreement. MPSEDC shall arrange for
necessary clearances, which shall enable the Bidder to undertake work as
defined in the Tender Document. MPSEDC may decide at its discretion to
change the location of MPSWAN POPs during implementation or after
implementation but during the Agreement period cost for the same (If any)
will be born by MPSEDC and will be decided by the consultant/third party
monitoring agency. The entry and exit to the site for the equipment and
personnel of the Bidder shall be in accordance with Security Rules and
Regulations that may apply to the Government Campus where the site is
located.
MPSEDC shall provide site readiness roadmap at the time of signing the
contract. The Bidder will be responsible for site survey to identify the exact
situation of the site and for ensuring site readiness for the implementation of
the SWAN infrastructure. The Bidder would prepare a detailed report
detailing status of each site.

MPSEDC's Responsibilities in Site Preparation:


MPSEDC will provide bare room with door/window with electrical connection
up to energy meter ONLY.
SI's Responsibilities in Site Preparation:
All internal electrification work required for the smooth commissioning of the
Pops. Minor repair work if required for making the site suitable for
commissioning of SWAN POP.

Provision for the above mentioned work has been made in BOM and Financial
Bid. SI will be paid as per the actual work executed.

SEAL & SIGNATURE OF BIDDER 36


RFP NO MPSEDC/MPSWAN/2007-08/01

Readiness of POP Locations:

As on January 2007 approximately 80 % (270 sites) are ready. It is


expected that by the time of awarding the contract 90% of the total sites will
be ready. Remaining sites will be made ready with in three months of
awarding the contract.
In case 100% sites are not handed over to SI with in specified time
provisions of Clause 7.5.1 shall be applicable.

7.4.4 Security of the Installations:

The SI will be responsible for security of all equipments installed at various


POPs including electrical installation, ACs, DGs, and UPS etc. Since most of
the POPS are in government buildings, the security already available at the
building shall also be available for SWAN POPs. However the responsibility
shall rest with SI during the period of Contract. The SI shall also make
arrangements for insurance of all the MPSWAN components.

7.4.5 Representations and Warranties by the Bidder

It is a company duly organized and validly existing under the laws of India
and has all requisite legal power and authority and corporate authorizations
to execute the Agreement and carry out the terms, conditions and provisions
hereof;

It has in full force and effects all requisite clearances, approvals and permits
necessary to enter into the Agreement and perform its obligations hereof;

It will have the legally valid and enforceable title to all Equipment as may be
necessary for proper functioning and it will be free from all encumbrances,
liens, charges, any security interest and adverse claims of any description;

The Agreement and the transactions and obligations hereof do not


contravene its constitutional documents or any law, regulation or
government directive and will not contravene any provisions of, or constitute
a default under, any other Agreement or instrument to which it is a party or
by which it or its property may be bound or any of its obligations or
undertakings by which it or any of its assets are bound or cause a limitation
on its powers or cause it to exceed its authorized powers;

There is no pending or threatened actions, suits or proceedings affecting the


Bidder or its affiliates or any of their respective assets before a court,
governmental agency, commission or arbitrator or administrative tribunal
which affects the Bidder’s ability to perform its obligations under the
Agreement; and neither Bidder nor any of its affiliates have immunity from
the jurisdiction of a court or from legal process (whether through service of
notice, attachment prior to judgment, attachment in aid of execution or
otherwise);

The Bidder confirms that all representations and warranties of the Bidder set
forth in the Agreement are true, complete and correct in all respects;

No information given by the Bidder in relation to the Agreement, project


documents or any document comprising security contains any material mis-
statement of fact or omits to state as fact which would be materially adverse
to the enforcement of the rights and remedies of GOMP or which would be

SEAL & SIGNATURE OF BIDDER 37


RFP NO MPSEDC/MPSWAN/2007-08/01

necessary to make any statement, representation or warranty contained


herein or therein true and correct;

“No equipment in SWAN network should be declared end of life by its OEM
with in One years of its installation in MP SWAN network and no equipment
in SWAN network should be declared end of support by its OEM with in Six
years of its installation in MP SWAN network. In case it happens SI will have
to replace that equipment with an equivalent new equipment of same make,
free of cost”

7.4.6 Representations and Warranties by MPSEDC

It has full legal right; power and authority to execute the SWAN project and
to enter into and perform its obligations under the Agreement and there are
no proceedings pending.

The Agreement has been duly authorized executed and delivered by MPSEDC
and constitutes valid, legal and binding obligation of MPSEDC.

The execution and delivery of the Agreement with the Bidder does not
violate any statutory judgment, order, decree, regulation, right, obligation or
rule of any court, government authority or arbitrator of competent
jurisdiction applicable in relation to GOMP/MPSEDC, its assets or its
administration.

7.4.7 Each Day during the Agreement

The Parties agree that these representations and warranties are taken to be
made on each Day during the term of the Agreement.

7.4.8 Approval / Clearances

The Bidder shall obtain any service provider’s circuits, necessary approvals/
clearances from DOT/ TEC/ TRAI/ Concerned authorities/ BSNL/ any service
provider, for establishing the network and connecting different Network
elements/ ports to BSNL/.

The Bidder, as required, for fire protection, government duties/ taxes/ octroi,
shall obtain necessary approvals/ clearances from concerned authorities.

Necessary approvals/ clearances, from concerned authorities (like


Municipalities, Public Works Department (PWD), Department of Irrigation,
State Electricity Board etc. for “Right of way”), as required, shall be obtained
by the Bidder for laying their own cables to meet SWAN requirements

For use of Radio/ Microwave/ Wireless links in Intra city/ Intercity, the Bidder
for the range of frequencies that the equipment is going to use, as required,
shall obtain an approval from Wireless Planning Commission (WPC) wing and
Standing Advisory Committee for Frequency Allocation (SACFA) as required.

The Bidder, as required, shall obtain necessary approvals/ clearances from


concerned authorities.

Approvals for Leased Lines: To transmit data between computer and


electronic information devices, BSNL provides data communication services
to its subscribers, it offers a choice of High, Medium and low speed Leased
Data Circuits as well as Dial-up lines. Bandwidth is available on demand in

SEAL & SIGNATURE OF BIDDER 38


RFP NO MPSEDC/MPSWAN/2007-08/01

most of the places. Managed Leased Lines Network (MLLN) offers flexibility
of providing circuits with speeds of nx64 Kbps upto 2Mbps useful for internet
Leased Lines and international principle Leased Lines (IPLCs).

7.4.9 Agreement with the selected bidder (SI) format:

The selected bidder will be required to enter into an agreement as per


Agreement format given in Chapter 10 under “Agreement” heading) with
MPSEDC for a period of Five years + the installation and commissioning period
for MPSWAN.

Contract period may be extended further for two years on mutually agreed terms
and conditions.

SI has to sign the agreement within 15 days from the date of LOI, falling which
LOI issued will stand cancelled and L-2 bidder will be considered for award of
work and submit the required performance guarantee.

The selected bidder will also be required to enter into a Service Level
Agreement for the period of operation i.e. for five years over & above
installation and commissioning period as per the details given in SLA
requirements

SEAL & SIGNATURE OF BIDDER 39


RFP NO MPSEDC/MPSWAN/2007-08/01

7.4.10 Responsibility Matrix.


SrNo Activity MPSEDC STPI SI THIRD PARTY
1 Preparation of Tender Document for
the Selection of MPSWAN SI *
2 Tender Process for the Selection of
SWAN Operator * *
3 Approval for Appointment of MPSWAN
SI *
4 Review and suggestion on the Network
Architecture *
5 Site Identification *
6 Site Handover * *
7 Site Survey and Preparation *
8 Installation and
Commissioning of the SWAN *
9 Monitoring the Installation and
Commissioning of the SWAN * * *
10 Acceptance Tests (Final Acceptance) * * * *

11 Onsite Inspection and Verification of * * * *


Acceptance Tests
12 Trial Run * * * *
13 Witness of Trial Run * * * *
14 Issue of Final Acceptance Test * * *
Certificate
15 Operation, Management and
Maintenance of the SAWN *
16 Centralized Monitoring from NOC *
(24x7)
17 Supervision of the Monitoring of the *
SWAN
18 Periodical Generation of NMS report * *
19 Verification of the NMS Report *
20 Approval of NMS Report *
21 Periodical Auditing of the SWAN *
22 Submission of the Audited Report of * *
SWAN as advised by Consultant

7.4.11 Third Party Monitoring Agency:


MPSEDC shall appoint a Third Party Agency, which shall monitor the SWAN during
operation. Third Party Agency shall verify the services as mentioned in the tender, and
as per SLA requirements during the period of operation. The SI shall cooperate with
such Third Party Agency. Third Party Agency will be responsible for verification,
validation of all invoices under the terms & conditions of the Agreement and will
recommend on the eligible payment. Third party agency will be responsible for
performance audit and will recommend release of QGR.

7.5 Acceptance testing procedure (ATP).

All hardware and software items must be installed at particular site as per the
specification.

Availability of all the defined services shall be verified. The SI shall be required
to demonstrate all the features/facilities/functionalities as mentioned in the

SEAL & SIGNATURE OF BIDDER 40


RFP NO MPSEDC/MPSWAN/2007-08/01

Tender Document.

ATP will be submitted by the SI and will be approved by MPSEDC in


consultation with the consultant.

Successful bidder will arrange the test equipment required for performance
verification. Successful bidder will also provide documented test results.

7.5.1 NO Partial Acceptance Certificate will be issued.

Final Acceptance Certificate will be issued after successful installation of all


required equipments and services at all locations. After successful testing by
Tenderer / STPI Final Acceptance Test Certificate shall be issued by
MPSEDC/GOMP to the SI. The date on which Final Acceptance certificate is
issued shall be deemed to be the date of successful commissioning of the
SWAN.

In case the network cannot be commissioned within the timeline allowed


because the SI has not received the physical possession of POPs or the POP site
is not ready MPSEDC/STPI can issue Provisional Acceptance certificate provided
90% of the POPs including NMC are commissioned. In such a case as and when
the POP sites are made available the SI will complete the installation within one
month. Failure to do so will cause a penalty of 5% of capital cost of each
incomplete POP as per Part 1 of financial bid per week for each incomplete POP.
The QGR value to be paid to the SI in each quarter shall be paid for complete
and operational POPs only.

7.5.2 Final Acceptance Testing includes:

Testing of all hardware and software items installed at particular site as


per the specification.

Testing of availability of all the defined services. The successful bidder


shall be required to demonstrate all the features/ facilities/ functionalities
as mentioned in the Tender Document for each site.

ATP will be submitted by the SI and will be approved by MPSEDC in


consultation with the consultant.

Successful bidder will arrange the test equipment required for performance
verification. Successful bidder will also provide documented test results.

The successful bidder shall be responsible for the security audit of the
network to be carried out by a certified agency agreed by MPSEDC, other
than the successful bidder or any affiliated/JV company of SI.

All documentation as defined should be completed before the final


acceptance test.

Any delay by the Bidder in the Final Acceptance Testing shall render the Bidder
liable to the imposition of appropriate Penalties. In the event the Bidder is not
able to complete the installation linking all POPs and all co-located & remote
offices as defined by MPSEDC/GOMP due to non availability of bandwidth from
the bandwidth service providers, the SI and MPSEDC/GOMP may mutually
agree to redefine the Network so the Bidder can complete installation and
conduct the Final Acceptance Test within the specified time.

SEAL & SIGNATURE OF BIDDER 41


RFP NO MPSEDC/MPSWAN/2007-08/01

7.6 DEVIATIONS:

Deviation in quantities of items given in the tender shall be allowed with due
permission of MPSEDC/ STPI. SI has to submit a written request to MPSEDC for
any such change giving reason for the same.

7.6.1 Extra Items (Items not included in tender):


In case the SI is required to carry out extra work in terms of installation of
equipments as well as other works, which are not included in the tender SI will
do so as per instructions received from MPSEDC/ STPI. For arriving at the cost
of such extra items the SI shall submit a cost analysis to MPSEDC. MPSEDC in
consultation with STPI shall decide the rates payable for extra items.

7.7 Exit Management.

Upon completion of the contract period or upon termination of the agreement for
any reasons, the SI shall comply with the following:

Notify to the MPSEDC/GOMP forthwith the particulars of all Project Assets.

Deliver forthwith actual or constructive possession of the MPSWAN Project free and
clear of all Encumbrances and execute such deeds, writings and documents as may
be required by the MPSEDC/GOMP for fully and effectively divesting the SWAN
Bidder of all of the rights, title and interest of the SWAN Bidder in the SWAN Project
and conveying the SWAN Project.

Comply with the Divestment Requirements except in case if Termination of this


Agreement is due to MPSEDC/GOMP Event of Default, Indirect Political Event or
Political Event. In case of Termination due to MPSEDC/GOMP. Event of Default,
Indirect Political Event or Political Event, the SWAN Bidder shall have implemented
the maintenance schedule as well as any repairs pointed out by the Independent
Consultant in its Operations & Maintenance Inspection Report prior to date of
Termination Notice. In case of Termination due to Non-Political Force Majeure
Event, the Divestment Requirements shall be agreed between MPSEDC/GOMP and
the MPSWAN Bidder
Upon completion of the contract period or upon termination of the agreement, the SI
shall comply and conform to the following Divestment Requirements in respect of the
SWAN Project:
All Project Assets including the hardware, software, documentation and any other
infrastructure shall have been renewed and cured of all defects and deficiencies as
necessary so that the SWAN Project is compliant with the Specifications and
Standards set forth in the Tender Document, Agreement and any other
amendments made during the contract period.

The SWAN Bidder delivers relevant records and reports pertaining to the SWAN
Project and its design, engineering, operation, and maintenance including all
operation and maintenance records and manuals pertaining thereto and
complete as on the Divestment Date.
The SWAN Bidder executes such deeds of conveyance, documents and other
writings as the MPSEDC/GOMP may reasonably require to convey, divest and
assign all the rights, title and interest of the SI in the SWAN Project free from
all Encumbrances absolutely and free of any charge or tax unto the
MPSEDC/GOMP or its Nominee.
The SI complies with all other requirements as may be prescribed under
Applicable Laws to complete the divestment and assignment of all the rights,

SEAL & SIGNATURE OF BIDDER 42


RFP NO MPSEDC/MPSWAN/2007-08/01

title and interest of the SI in the SWAN Project free from all Encumbrances
absolutely and free of any charge or tax to MPSEDC/GOMP or its nominee.
Not earlier than 3 (three) months before the expiry of the contract Period but not later
than 30 (thirty) days before such expiry, or in the event of earlier Termination of the
contract, immediately upon but not later than 15 (fifteen) days from the date of issue of
Termination Notice, the Independent Consultant as nominated by the State Government
shall verify, in the presence of a representative of the SI, compliance by the SI with the
Divestment Requirements in relation to the MPSWAN Project and, if required, cause
appropriate tests to be carried out at the SI’s cost for determining the compliance
therewith. If either Party finds any shortcomings in the Divestment Requirements, it
shall notify the other of the same and the SI shall rectify the same at its cost.

Upon the SI conforming to all Divestment Requirements and handing over actual or
constructive possession of the SWAN Project to MPSEDC/GOMP or a person nominated
by MPSEDC/GOMP in this regard, MPSEDC/GOMP shall issue a certificate, which will
have the effect of constituting evidence of divestment of all rights, title and lien in the
SWAN Project by the SWAN Bidder and their vesting in SWAN Project pursuant hereto.
State Government shall not unreasonably withhold issue of such certificate. The
divestment of all rights, title and lien in the SWAN Project shall be deemed to be
complete on the date when all the Divestment Requirements have been fulfilled or the
Certificate has been issued, whichever is earlier, it being expressly agreed that any
defect or deficiency in any Divestment Requirement shall not in any manner be
construed or interpreted as restricting the exercise of any rights by State Government
or its nominee on or in respect of the SWAN Project on the footing as if all Divestment
Requirements have been complied with by the Concessionaire.

At the end of the contract, at the time of taking over of MPSWAN network by MPSEDC
any short coming of any nature will be compensated by MPSEDC from performance
guarantee money and due payments.

In case any equipment or software is not found in good working condition during
handing over of assets, the price quoted in this tender shall be the value of deduction
for any defective equipment /Software /Peripherals etc. Normal wear & tear shall be
excepted in case of items like electrical installation, DG, AC, furniture, antenna mast
etc.
7.7.1 Premature Termination of the Contract

Pre mature termination of the contract due to non fulfillment of contract obligation by SI
would lead to forfeiture of entire performance guarantee amount and MPSEDC will take
over complete SWAN network.
However if termination is due to non fulfillment of obligation on the part of the State
Govt. Then SI will be paid NPV of the capital equipment installed at that time. The NPV
will be worked out by the consultant appointed by the arbitrator referred in clause 7.1.4.
Charges of the consultant so appointed will be borne by MPSEDC/State govt.
7.8 Buy Back Policy:
In case of incorporation of new services or termination of any existing services, any of
the deployed MPSWAN network components may have to be discarded or be replaced.
In such a situation MPSEDC shall buy back all such equipments with the depreciated
price as per the straight line depreciation method. However, all such components should
be in full working condition. The status of component, estimated useful life of the asset
and the depreciated value of the asset shall be certified by third party monitoring
agency.

SEAL & SIGNATURE OF BIDDER 43


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-8
TECHNICAL SPECIFICATIONS & BILL OF MATERIALS

8.1 INTRODUCTION

The proposed SWAN network will be divided into two parts


namely:

SWAN Backbone

User Departments Connectivity.

SWAN Backbone will be thru conventional lease lines and all MPSWAN backbone lease
lines will be terminated on the Routers placed at every SWAN POPs.

Lease lines required for the SWAN network will be ordered directly by MPSEDC,
However coordination and commissioning schedule of the same have to be done by SI.

8.2 Network Architecture

Network is divided into 4 tiers i.e.Tier1, Tier2, Tier3 & Tier4 with each layer
representing following segments:

Tier1=State NMC having Core Routers, Switches & other G/w level devices

Tier2=Distribution/Access Routers & other devices at Divisional HQ POP’s.

Tier3=Distribution/Access Routers & other devices at District HQ POP’s.

Tier4=Access Routers & other devices at Block Level POP’s

The state NMC will be located at Bhopal the Madhya Pradesh state capital.

Tiered Network Architecture Design Motives

Establishing State wide inter-connectivity

Vertical Offices-State NMC, 7 Divisional HQ, 40 District HQ, 292 Blocks


Horizontal Offices-Various departments/offices at NMC, CHQ, DHQ, BHQ.
Creating a multi-service network for Voice, Video and Data
High-availability and resiliency of network is essential
Integrated network security for all layers including horizontal offices
Scalable and High-performance network solution
Efficient Network management

SEAL & SIGNATURE OF BIDDER 44


RFP NO MPSEDC/MPSWAN/2007-08/01

8.2.1 MPSWAN Architecture

The overall schematic network diagram of MPSWAN is shown in the figure below:-

The above diagram shows the schematic connectivity of various Tiers in MPSWAN.
The Internet connectivity for the MPSWAN will be taken at NMC and terminated on
the Gateway Router which can be any mid-level router capable of handling 4-8
Mbps data transfer rate and supports BGP configuration. Whole Internal MPSWAN
traffic will converge at the core router/switch at State NMC.

Leased lines of variable capacity to be used for connectivity between various Tiers
as per the details below:-

Connectivity from Divisional POP to NMC will be of 2Mbps Initially and will be
up gradable to 16 Mbps
Connectivity from District to Divisional POP will be of 2 Mbps initially and will
be up gradable to 6 Mbps.
Connectivity from Block to District POP will be of 2 Mbps initially and will be up
gradable to 4 Mbps.
PRI/BRI connectivity at all levels for RAS.

8.3 State NMC Architecture:


As per the diagram shown below whole of the NMC setup will be divided into 4 DMZ’s
which will be segregated depending upon the applications criticality and security levels
required to maintained for them. A gateway level IPS/Firewall will be filtering the traffic

SEAL & SIGNATURE OF BIDDER 45


RFP NO MPSEDC/MPSWAN/2007-08/01

going to and fro from Internet to MPSWAN, based on the security requirements of
different applications. (The design of DMZ’s is tentative. SI can design DMZ's as per the
Technical and Operational requirements.)

The NMC LAN consisting of Central Application servers and Voice and Video Gateways
would be terminated on a high end Layer 3 switch.
The design of DMZ’s shown in the network diagram is tentative only.

The entire bundle of Leased lines coming from various Divisions, Districts and Blocks
aggregating into STM1 will be terminating onto the high end router capable of handling
million packets per second (pps) data transfer rate. It will have redundant power supply
and should also be modular in order to provide scalability keeping in mind future
upgrades.

In addition to above router, a mid-level router will also be located at State NMC for
terminating the Internet bandwidth and running BGP as the inter-domain routing
protocol.

In addition to this a Central Call Manager/ Call server catering to entire MPSWAN
VoIP traffic will also be located here forming a Hub and Spoke topology. Also a central
Video Conferencing MCU will also be located at State NMC catering to the entire
MPSWAN Video Conferencing traffic forming a Hub and Spoke topology.

An Intrusion Prevention System (IPS) will be located at State NMC taking care of

SEAL & SIGNATURE OF BIDDER 46


RFP NO MPSEDC/MPSWAN/2007-08/01

securing the entire traffic to and fro from Internet to MPSWAN.

The Central Servers to be located at State NMC are:-

Their will be Five servers in NMC.


For following applications one server each will be used:

AAA Server
Web Server
DNS Server
Proxy server
Email Server
NMS/ EMS

Overview of different applications to be run:

Proxy Servers – Proxy Server shall provide high performance web caching, application
layer inspection firewall solution allowing for controlled and monitored web access as
well as advanced protection network protection firewall

AAA Server – The Remote Authentication Dial-in User Service (RADIUS) server should
support managing user authentication and authorization. It should support
authentication, authorization, and accounting for network access.

Web Server –The Web Server should accept http/https requests. The Web Server
should deliver delivers high reliability and performance. The web server should be
configured for maximum security by default.

Email Server: Email server will be used for providing email services to users. It is
planned that users will be able to access this using WWW as well as POP3. A mail server
with capacity to handle mail traffic of 5000 users via POP3 / IMAP / HTTP access, of
which concurrent user load may be of 500 users

DNS server: Domain Name resolution Server (DNS) will be available for all internet
users in the SWAN network.

NMS Server: Central NMS servers will be located at state NMC for NMS, monitoring al
the SNMP Supporting devices deployed in MPSWAN including Servers Routers, Switches,
Power Supplies, Call Manager, Leased line CSU/DSU’s, Wireless Broadband Base
Stations and CPE’s etc.

SEAL & SIGNATURE OF BIDDER 47


RFP NO MPSEDC/MPSWAN/2007-08/01

8.4 Divisional POP Architecture

As shown in the above diagram each divisional POP will have one E1 coming from
state NMC, it will be up gradable to 16 Mbps.

Also the horizontal connectivity to various departments and offices will be provided
via copper/optical cables and broadband wireless radio on unlicensed band,
depending on the feasibility w.r.t. distance and bandwidth requirements

In addition to this VoIP phone and Desktop camera for Video conferencing will also
be kept at Divisional level POP’s

8.5 District POP Architecture

As shown in the diagram below each district POP will have one E1’ coming from
Divisional HQ POP’s.

PRI/BRI connectivity for RAS. In addition to this multiple serial links would be going
to different blocks.

Also the horizontal connectivity to various departments and offices will be provided
via copper/optical cables and broadband wireless radio on unlicensed band,
depending on the feasibility w.r.t. distance and bandwidth requirements

In addition to this VoIP phone and Desktop camera for Video conferencing will also
be kept at District level POP’s

SEAL & SIGNATURE OF BIDDER 48


RFP NO MPSEDC/MPSWAN/2007-08/01

8.6 Block POP Architecture:

As shown in the above diagram each block level POP will have one E1’s link coming
from respective district POP.

PRI/BRI connectivity for RAS.

SEAL & SIGNATURE OF BIDDER 49


RFP NO MPSEDC/MPSWAN/2007-08/01

Also the horizontal connectivity to various departments and offices will be provided
via copper/optical cables and broadband wireless radio on unlicensed band,
depending on the feasibility w.r.t. distance and bandwidth requirements

In addition to this VoIP phone and Desktop camera for Video conferencing will also
be kept at all block level POP’s.

8.7 IP Network Design Considerations

It is proposed to take IP connectivity from two different ISP’s.

One Class C IP block to be taken from APNIC for assigning to all Internet Servers in
NMC.

One AS number for running BGP will be taken from APNIC.

“Very Small” membership will be required to be taken from APNIC for these. Annual
cost of membership will be approx. US $1250.

Private IP address ranges to be used for the rest of the inter-network.

BGP to use as the EGP at the gateway router for peering with 2 ISP’s for Internet
route exchanges.

8.7.1 Routing Protocol Considerations

The following points should be taken into account while implementing routing
protocol in the network.

Hierarchy
Scalability
Optimization
Simplicity and Low Overhead
Robustness and Stability,
Rapid Convergence,
Flexibility and Scalability.
Standards based
Keeping in view the above discussed features and parameters in a routing
protocol it is recommended to choose hierarchically scalable hybrid open
standard-based OSPF (Open Shortest Path First – Standards Based) for Madhya
Pradesh State Wide Area Network (MPSWAN).

8.7.2 OSPF Design Considerations

For better scalability of the network, SI will design and implement hierarchical IP
Schema with scope for future growth.

OSPF will be limited to Distribution layer.

Core routers and Router VLAN formed on Core switches will form Area 0.
All Divisional HQ with respective districts will form independent areas other than
area zero.

All links between State HQ, Division and Districts connected to that division will
form independent non zero area.

Access Layer (Tehsil/Block level) routers will have default static routes pointing

SEAL & SIGNATURE OF BIDDER 50


RFP NO MPSEDC/MPSWAN/2007-08/01

towards Distribution router (District).

Redistribution of static networks for Tehsil’s will take place at Distribution Routers
(District Routers).

Route summarization will happen at Distribution layer. District routers will do route
summarization for all connected Tehsil networks.

All Routers at Division and District level should behave as Area Border Routers.

Redundant links will be utilized to load balance the traffic towards the Core.

8.8 Network Management Software Considerations

The Network Management software being an integral part of the NMC must provide
following capabilities:-
To give accurate report of Hardware & Software deployed on the network.
To give comprehensive report of Hardware & Software configuration of network
equipments.
To view the details of the response time, availability, reloads, protocols and
interface status.
To isolate the network error condition and suggest probable cause.
To monitor traffic utilization w.r.t. hourly/daily/monthly/yearly graphs.
To provide Downtime/ Uptime reports w.r.t various Network elements as per
SLA.
To provide one Interface to state monitoring agency for monitoring all SLA’s
and network status.

8.9 IP Telephony/ Telephony Solution

The centralized architecture based solution is proposed for MPSWAN. This model
consists of call processing engine or Soft Switch or Call Manager at the central site,
IP telephone users spread across the network. The IP telephones should be
connected to the Soft Switch either using LAN if the user is located in the LAN or
WAN if the users are located remotely. The WAN network to be built for Data traffic
can be used to connect the IP phones located in the remote sites. The same IP
WAN can also carry call control signaling between the central site and the remote
sites. Centralized system will also support termination of PSTN lines, call processing
of both PSTN and VoIP calls will be done using call manger.

The centralized Soft Switch will control the entire IP telephony network. It will
perform the major tasks such as Call Processing, Controlling, Switching, etc. In this
model the remote sites rely on the centralized Soft Switch to handle their call
processing. Routers that reside at the WAN edges require quality of service (QoS)
mechanisms, such as priority queuing and traffic shaping, to protect the voice traffic
from the bursty data traffic across the WAN. The primary advantage of this model is
Centralized call processing that reduces the equipment required at the remote sites
and facilitates to have Unified Dial plan across the network.

SEAL & SIGNATURE OF BIDDER 51


RFP NO MPSEDC/MPSWAN/2007-08/01

8.9.1 Solution Description:

The above diagram depicts the IP telephony setup for MPSWAN. The
Proposed architecture is centralized in nature. All the call processing engine
& Soft Switch is located at the State Center , while IP telephone users are
spread across the LAN and WAN.
Call server/ call manager will be used as IP PBX and will do the Call
processing and Call control Functionality.
IP Phone is proposed for the Office communication.
For VoIP service capacity planned is of minimum 5000 users and maximum
of 25,000 users plus with min. 1000 simultaneous sessions.
For Unified messaging solution the capacity planned is maximum of 500
users with min. 20 simultaneous sessions.
8.9.2 Remote Site IP Telephony Details:

The above diagram shows MPSWAN IP Telephony setup at remote offices. IP


phones will be connected to the Ethernet switch. External power
adapter/PoE switches will be used to supply the power to the Phone each IP
phones will be assigned unique IP address. And all these phones will be
registered with IP PBX at the Central office. Remote offices will be
connecting to the Central office through IPWAN. And each phone will be
assigned Unique Directory Number (DN) for identifying the phone in the IP
telephony network.

8.9.3 Unified Messaging System overview:

Unified messaging enables the people occupying critical positions to be


contacted to their phones all the time, it make sure that all the critical calls
are answered in time avoiding, time loss & delayed follow ups. Other
benefits are email to interface, text to speech conversions, and voice mail
and fax retrievals.

8.9.4 Voice Gateway overview:


The State Head quarter need to connect to the outside voice telephone
network and the voice gateway router should supports the widest range of

SEAL & SIGNATURE OF BIDDER 52


RFP NO MPSEDC/MPSWAN/2007-08/01

packet telephony-based voice interfaces and signaling protocols within the


industry, providing connectivity to public switched telephone network
(PSTN) and PBX.

The voice gateway router enables users to immediately deploy an end-to-


end IP telephony network architecture or gradually shift voice traffic from
traditional circuit-switched networks to a single infrastructure carrying data,
voice, and video over packet networks.
8.9.5 Remote Access Services (RAS)
The SWAN network will be used by some remote offices/ villages, where
these locations may be used infrequently and wireless connection is not
feasible, in such cases they will get connected using either normal telephone
(analog) or ISDN services, depends on the availability of services in those
locations. This option can also be used as redundancy measure for some
offices for avoiding blackout of the service.
At state NMC (T1) one dedicated RAS equipment with 30 async. And 30 PRI
ports will be taken supported by a RADIUS/TACACS Server for AAA
(Authentication, Authorization and Accounting) requirement.
At Divisions (T2), district (T3) and blocks (T4) BRI and Async. Ports will be
taken in the available router. For AAA requirement RADIUS/TACACS server
in NMC will be used.
8.9.6 Helpdesk
Their will be helpdesk at state NMC for providing support services to entire
SWAN network users. Helpdesk will have following components:

• Helpdesk management module of NMS.


• Ten desktop machines.
• Two 50” LCD Monitors.
• One Laser printer.
8.10 Network Security Design Considerations

Following security features have been considered in the network:

URL filtering
Gateway Antivirus
Intrusion Prevention and Detection System
Firewall
Firewall Services module is to be implemented either internally or
externally alongwith L3 Switch for managing MZ’s and DMZ’s at NMC

The SI has to follow the Security/Interoperability Guidelines given


in Chapter 12. In addition the SI has to comply with the security and
other guidelines issued by DIT/NIC from time to time

8.10.1 Passive component/ Cabling Setup


Passive cabling at all locations will be as shown in the diagram shown below
and should be as per accepted international standards:
The SWAN network also involves the passive cabling at NMC, Div HQ,
District HQ and Block level.
All the passive components will be of the same make across the entire
network to ensure standardization and ease of Certification from the
manufacturers.
Network Operator will get certification of cabling from the
manufacturer.

SEAL & SIGNATURE OF BIDDER 53


RFP NO MPSEDC/MPSWAN/2007-08/01

UTP Cable

UTP Cable

UTP Cable Crimped on Patch Panel Jack Pane

3 Fts Patch Cord


Switch

UTP Cable Crimped on I/O

I/O Box I/O Box


Rack
7 Fts Patch Cord 7 Fts Patch Cord

PC PC

UTP Cabling Details

8.11 Horizontal Office Connectivity

The user deptt. Can use low-end router with/without modem at department with
24/128 Kbps link at departments and 2 Mbps channelized link will be procured at
the SWAN POP. Please refer the diagram shown.
Single 2 Mbps link will be able to take care of 30 nos of 64 kbps links. In this case
a single modem is required at the Block/DHQ/Div site which increases the ease of
management.
Dynamic routing can be enabled effectively as the Block/DHQ/Div routers are
already configured for dynamic routing. This improves the performance of the total
routing in the network.
The security policies can be deployed effectively because when the user from the
department tries to access any application or server at DHQ/DIV he has to pass
through Perimeter security device ( FW+IPS) and when he tries to access the
application at State NMC the Core firewall and IPS will check its authenticity

State
NMC

64/128
Kbps

2 mbps

BSNL

Modem District/
Div Router with
Channelised E-1
Port

Perimeter Security
SEAL & SIGNATURE OF BIDDER 64/128 Device FW+IPS 54
Kbps

DHQ Switch
RFP NO MPSEDC/MPSWAN/2007-08/01

8.12 POPs CONFIGURATION:

8.12.1 Tier-1 POP at Bhopal (NMC)


Routers and Switches as per specifications.

Ethernet terminations for Servers, VC, VoIP, NMC, LAN and wireless.

UPS and DG as per specifications.

As majority government departments have HQs at Bhopal, connectivity from user


departments thru Leased line/wireless etc should be present. Estimated users at
Bhopal NMC, which like to take connectivity, could be 200 in next 05 years.
Extending connectivity to these locations can be combination of wired, wireless and
dial-ups as the case may be.

Interconnectivity between SWAN POPs will be terminated directly on Routers and


user department connectivity to SWAN will be thru layer-3 switch i.e. Ethernet (user
department connected thru wireless point to multipoint system will give us Ethernet
connectivity which can be directly connected to switch and connectivity thru cu wire
will be converted to router through channelised E1.
Point-to-Multipoint wireless system
HDSL Modems.
Remote Access Server
Firewall, IP Exchange, Master VC equipment.
DNS, Mail server.
Network Management Software (NMS).
Fire Protection.
Network security.
VoIP Phone – Type 1
Provision for connecting MPSWAN with NIC gateway, State Data center and SWAN
of other state should be made at NMC.
Call server for call centre with 10 PSTN connections
RAS

8.12.2 Tier-2 POP at Divisional HQs

Routers and Switches as per specifications.

Ethernet connectivity for LAN and wireless

UPS and DG as per specifications

AC as per specifications
Some of the government departments have HQ at these divisional HQ like
Commercial Tax, Land records etc, connectivity from these departments thru Leased
line/wireless should be present. We may take 150 user departments in next 05
years. Extending connectivity to these locations can be combination of wired and
wireless.
Interconnectivity between SWAN POPs will be terminated directly on Routers and

SEAL & SIGNATURE OF BIDDER 55


RFP NO MPSEDC/MPSWAN/2007-08/01

user department connectivity to SWAN will be thru layer-3 switch i.e. Ethernet (user
department connected thru wireless point to multipoint system will give us Ethernet
connectivity which can be directly connected to switch and connectivity thru cu wire
will be converted to router through channelised E1.
Point-to-Multipoint wireless system
HDSL Modems.
Fire Protection.
Network security.
VoIP Phone – Type 1
01 PSTN connection

8.12.3 Tier-3 POP at District HQs

Routers and Switches as per specifications.

Ethernet connectivity for LAN and wireless.

UPS and DG as per specifications

AC as per specifications
District offices of government would like to take connectivity and we may take 150
user departments in next 05 years. Extending connectivity to these locations can be
combination of wired and wireless.
Interconnectivity between SWAN POPs will be terminated directly on Routers and
user department connectivity to SWAN will be thru layer-3 switch i.e. Ethernet (user
department connected thru wireless point to multipoint system will give us Ethernet
connectivity which can be directly connected to switch and connectivity thru cu wire
will be converted to router through channelised E1.
Point-to-Multipoint wireless system
HDSL Modems.
G703/V.35 Converter
Fire Protection.
Network security.
VoIP Phone – Type 1

8.12.4 Tier-4 POP at Block/Tehsil

Routers and Switches as per specifications

Ethernet connectivity for LAN and wireless.

UPS and DG as per specifications

AC as per specifications
Solar system.
Majority of government offices in a given block would be connected to SWAN thru
wireless and numbered up to 150 in next 05 years.
Interconnectivity between SWAN POPs will be terminated directly on Routers and
user department connectivity to SWAN will be thru layer-3 switch i.e. Ethernet (user
department connected thru wireless point to multipoint system will give us Ethernet
connectivity which can be directly connected to switch and connectivity thru cu wire
will be converted to router through channelised E1.
Point-to-Multipoint wireless system
HDSL Modems.
Network security.
VoIP Phone. – Type 1

SEAL & SIGNATURE OF BIDDER 56


RFP NO MPSEDC/MPSWAN/2007-08/01

8.13 Service Level Agreement:

For MPSWAN Network (EXCLUDING LEASED LINES DOWNTIME AND PLANNED


DOWNTIME OF 4 HRS IN A MONTH):

8.13.1 MPSWAN Vertical Network is divided into following groups/levels

Group-1: Hardware, Software and Services at Tier-1 POP.


Group-2: Hardware, Software and Services at Tier-2 & Tier-3 POPs.
Group-3: Hardware, Software and Services at Tier-4 POP.

8.13.2 Severity Level for the faults


Faults occurring in the Group-1: Severity level-1.
Faults occurring in the Group-2: Severity level-2.
Faults occurring in the Group-3: Severity level-3.

8.13.3 Response and Rectification times of faults

S.No Severity Level Response Time Rectification Time (Including


Response Time.)
01 1 15 Minute. 30 Minute.
02 2 15 Minute. 90 Minute.
03 3 30 Minute. 240 Minute.

This matrix shall be used for escalation of fault.


Fault at a given severity level will move to higher level if not rectified in the
allowed rectification time.
Fault crossing the allowed rectification time at severity level-1 will move to
severity level-0.

8.13.4 Downtime Calculations for calculating the penalties

PBH (0800 to 2000 hrs) N-PBH (2000 to 0800


Monday to Saturday Hrs) 07 days a week
Including Sundays full
time.
Severity level-0 Every Minute will be qualified Every Minute will be
for 02 Minute. of downtime. qualified for 01 Minute. of
downtime.
Severity level-1 Every Minute will be qualified Every 03 Minute will be
for 01 Minute of downtime. qualified for 01 Minute of
downtime.
Severity level-2 Every 02 Minute will be Every 06 Minute will be
qualified for 01 Minute of qualified for 01 Minute. of
downtime. downtime.
Severity level-3 Every 08 Minute will be Every 16 Minute will be
qualified for 01 Minute. of qualified for 01 Minute. of
downtime. downtime.
8.13.5 Penalties for downtime.
Up time Penalty

99.5% or better NIL


Less than 99.5 % up to 99 % 1% of QGR
Less than 99 % up to 98 % 2% of QGR
Less than 98 % up to 97 % 3% of QGR
Less than 97 % up to 96 % 5% of QGR
Less than 96 % up to 95 % 10% of QGR

SEAL & SIGNATURE OF BIDDER 57


RFP NO MPSEDC/MPSWAN/2007-08/01

Less than 95 % No Payment

NOTE: Deterioration in Quality of service will attract additional penalties in


addition to the penalties given above (as per point No 8.13.5) as detailed in
point no 8.13.8 below.

8.13.6 Definition of Hardware, Software and Services:

Hardware:
Hardware is the physical aspect of the network, the term is as a way to distinguish the
electronic circuitry and components of a computer or electronic devices from the
program. The hardware used for the network includes Desktops, Servers, Router,
Switch/Hubs, IDS/IPS/Firewalls, Modems, Cables, connectors, power supply units etc.

Software:
Software, or program, enables to perform specific tasks, as opposed to the physical
components of the system (hardware). This includes application software such as a
word processor, which enables a user to perform a task, and system software such as
an operating system, which enables other software to run properly, by interfacing with
hardware and with other software or custom software made to perform specific tasks
related to specific equipments. The software includes system software and application
software required for optimum performance of SWAN.

Services:
The services covered under the scope of the SLA include all services which are required
to be delivered by the MPSWAN. This includes providing effective communication
between all terminals of SWAN for Data, Video, VoIP, Video Conferencing, Internet and
E-mail etc. and any other applications etc. at all locations where the SI has installed the
equipments

NOTE: MPSEDC will give list of VVIP offices (End users) across the state of M.P
at the time of signing of agreement which are to be put under severity level 1
irrespective of locations. Number of such offices will be 100.

Severity level of fault at remaining user departments will be considered as per


their locations as defined.

8.13.7 Quality of service Parameters:

The quality of service shall be determined by the following parameters.

Packet Loss:
Packet loss between two connected SWAN POPs should be less then OR equal to 1%
across MPSWAN network.

Latency:

Latency between connected SWAN POPs should be less then OR equal to 120 ms across
MPSWAN network.

Virus Attack:

SWAN network (All POPs) should be protected against all kinds of virus attacks.

Denial of Service Attack:

Denial of Service (DoS) is the most common form of attack on the Network, which leads

SEAL & SIGNATURE OF BIDDER 58


RFP NO MPSEDC/MPSWAN/2007-08/01

to network unavailability for the genuine network users. The operator shall respond to
Denial of Service attacks reported by departments/SWAN users or SWAN maintenance
personnel within 15 minutes of intimation to the helpdesk. The Denial of Service attack
can be defined as sudden burst of network traffic leading to more than 90-95%
utilization of the SWAN bandwidth in any segment or complete network. In such a
scenario operator shall perform an analysis of the issue, verify whether the network
utilization is due to genuine user requirements or it is a denial of service attack. In case
it is identified as DoS attack, operator shall identify the source of Denial of Service
attack, and shall disconnect the source or network from SWAN backbone and resolve
the issue to ensure availability and performance of the backbone.

Capacity and Performance Management

The SWAN operator shall provide capacity planning services through network base
lining and trending, to determine the resources required for SWAN and to plan and
complete network upgrades before a capacity problem causes SWAN down time or
performance problems. In addition to availability, latency and packet loss, SWAN
operator shall monitor the network and dependent infrastructure (resource) utilization
during successive time periods (hour, day, week, month, and year) and shall provide
recommendations to State government on SWAN infrastructure up gradation. SWAN
operator shall perform the planned network upgrades with prior notification to the
departments/users in the network segment (s) affected by the planned outages. SWAN
operator should ensure that all the planned outages are performed only in the Extended
SLA Hours and only the emergency upgrades are performed in the Prime Business
Hours.

The overall responsibility of ensuring the SWAN performance rests with the SWAN
operator and the following are critical areas in performance management which shall be
monitored by the SWAN operator on a constant basis.

- CPU utilization
- Backplane or I/O
- Memory and buffers
- Link Utilization
CPU Utilization

CPU is used by both the control plane and data plane on any network device. In
capacity and performance management, SWAN operator must ensure that the device
and network have sufficient CPU capacity to function at all times. SWAN operator shall
configure the NMS to monitor the CPU utilization of the critical network devices
implemented in PoP’s. In case the average CPU utilization is above 80 % on a
continuous basis, SWAN operator shall perform the diagnostic review of the device and
provide recommendations on addressing the issue. SWAN operator shall own the overall
responsibility of the performance and shall accordingly escalate any performance
related issues to the state government.
Backplane or I/O

Backplane or I/O refers to the total amount of traffic that a device can handle, usually
described in terms of BUS size or backplane capability. Any issues with backplane or I/O
need to be monitored and recommendations need to be provided to address the
performance issues.

Memory and buffers

SEAL & SIGNATURE OF BIDDER 59


RFP NO MPSEDC/MPSWAN/2007-08/01

Memory is another resource that has data plane and control plane requirements. When
devices run out of memory, operations on the device can fail. In case the average
memory utilization is above 70 % on a continuous basis, SWAN operator shall perform
the diagnostic review of the device and provide recommendations on addressing the
issue. SWAN operator shall own the overall responsibility of the performance and shall
accordingly escalate any performance related issues to the state government.

Link Utilization

SWAN operator shall monitor the utilization of SWAN links across the segments to verify
the current utilization and the trends to ensure that enough bandwidth is made
available for the applications and services to function with out performance issues.
SWAN operator shall provide fortnightly reports on the link utilization and in case the
link utilization on a constant basis is exceeding 70 %, SWAN operator shall provide
recommendations to the State government on procurement of additional bandwidth.

Provision of Adequate manpower in terms of numbers and skill sets


8.13.8
Penalties for Deterioration in Quality of service:

Latency of more than 120 ms for continuously more than one hour in one day in any
section of SWAN will be taken as one incident and will attract penalty of Rs. 1000
per incident

Virus Attack (more than 15 in a quarter) Rs 10,000

Denial of Service Attack Rs 10,000 per attack

Compromise/ Defacement of Website Rs 1,00,000 per incident

Data Theft (Compromise of any kind of data hosted by MPSWAN Rs 50,000 per
incident.

Intrusion Rs 1,00,000 per incident.

Spam: Spam will be calculated on per day basis and penalty will be as given below:

>=5% Nil
>=10 and <5 % Rs 10,000
>=20% and < 10 % Rs 20,000
>=30% and < 20% Rs 30,000
> 30 % Rs 50,000

If any perfromance management issue as mentioned above remains un reported for


more than one month that wil attract a panelity of Rs. 5000 per incident.

Manpower not provided:

If the required manpower is not provided at specified locations and the short fall
continues for more then seven days there will be a penalty of Rs 100000/- for
every incident subject to maximum of Rs 300000/- in one quarter.

SEAL & SIGNATURE OF BIDDER 60


RFP NO MPSEDC/MPSWAN/2007-08/01

Note: The panelties mentioned in this category will be over and above any panelty due
to down time given in Clause no 8.13.5.

Downtime because of leased lines will not be considered for calculating the effective
downtime however SI has to submit reason for the same (RFO) dully signed by
concerned BSNL officials if such outage is more than 30 min. at T-1 POP, more than 60
min. at T-2 POPs, more than 120 min. at T-3 POPs and more than 240 min. at T-4
POPs. If SI failed to submit such document the entire downtime will be considered as
hardware downtime and penelties as applicable will be levied. Severirty level considered
for calculating the effective downtime in such case will be the level of higher POP
amongst two given POPs.

8.13.9 Guidance for calculating the Downtime:

In case of failure of link between Two POP locations (failure of link due to bandwidth
provider not included) the downtime will be attributed to the PoP where equipment
failure has occurred. This will include failure of leased line modems or any other
equipment (at PoP site as well as bandwidth provider’s exchange) installed by SI. In
case it is not possible to establish definitely which PoP equipment has failed, the
downtime shall be attributed to the higher category. In case of dispute the decision of
the MPSEDC shall be final and binding.

Same procedure will be adopted for a given POP and connected user departments.

In case the failure of link between any two POPs is due to bandwidth provider and the
failure is for more than Two hours between SHQ & CHQ, Three hours between CHQ &
DHQ, and Five hours between DHQ & BHQ POPs, the SI has to get a written reason for
outage (RFO) from the bandwidth provider. In case SI fails to get written RFO he should
try to get at least written confirmation that Outage was due to Service provider fault,
failing this concerned outage will be considered as Lease line outage due to N/w
component failure in MPSWAN (SI responsibility) and downtime will be calculated as per
above procedure.

Same procedure will be adopted for a given POP and connected user departments.

Any failure in VoIP, Video Conferencing, Internet E-mail, VPN and any other service
controlled through SHQ, will qualify for failure at SHQ (Severity level 1) The total time
for the purpose of calculation of QGR for a given quarter shall be as follows:

Total time of one quarter = (90 x 24 X 60) Minutes


Total qualifying time of all POPs = (90 x 24 X 60) Minutes X Number of Commissioned /
working POPs in the referred quarter

8.13.10 An example of calculation of downtime on the basis of the above is given below:

Suppose in a given quarter following faults occur at levels as detailed below:

Hardware Failure at T-1

Time: 10 am to 10.45 am (45 min) PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 1: 30 min


Severity Level 0: 15 min

SEAL & SIGNATURE OF BIDDER 61


RFP NO MPSEDC/MPSWAN/2007-08/01

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 1: 30 min


Severity Level 0: 15 X 2= 30 min
Total downtime: 60 min.

Hardware Failure at T-1

Time: 10 pm to 10.18 pm (18 min) N-PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 1: 18 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 1: 18/3=6 min


Total downtime: 6 min

Hardware Failure at T-2

Time: 11 pm to 11.24 pm (24 min) N-PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 2: 24 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 2: 24/6=4 min


Total downtime: 4 min

Hardware Failure at T-2

Time: 11 pm to 1 am (120 min) N-PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 2: 90 min


Severity Level 1: 30 min
Severity Level 0: 30 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 2: 90/6=15 min


Severity Level 1: 30/3=10 min
Severity Level 0: 30 min
Total downtime: 45 min

Hardware Failure at T-2

SEAL & SIGNATURE OF BIDDER 62


RFP NO MPSEDC/MPSWAN/2007-08/01

Time: 7 am to 9 am (120 min) N-PBH & PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 2: 60 min (N-PBH)


Severity Level 2: 30 min (PBH)
Severity Level 1: 30 min
Severity Level 0: 30 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 2: 60/6=10 min (N-PBH)


Severity Level 2: 30/2=15 min (PBH)
Severity Level 1: 30 min
Severity Level 0: 30 X 2=60 min
Total downtime: 104 min

Hardware Failure at T-3

Time: 10 pm to 4.40 am (400 min) N-PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 3: 240 min


Severity Level 2: 90 min
Severity Level 1: 30 min
Severity Level 0: 40 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 3: 240/16=15 min


Severity Level 2: 90/6=15 min
Severity Level 1: 30/3=10 min
Severity Level 0: 40 min
Total downtime: 80 min

Hardware Failure at T-3

Time: 9 am to 2 am (300 min) PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 3: 240 min


Severity Level 2: 60 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 3: 240/8=30 min


Severity Level 2: 60/2=30 min
Total downtime: 60 min.

SEAL & SIGNATURE OF BIDDER 63


RFP NO MPSEDC/MPSWAN/2007-08/01

Hardware Failure at T-3

Time: 10 am to 1.20 pm (200 min) PBH

As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:

Severity Level 3: 200 min

As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:

Severity Level 3: 200/8=25 min


Total downtime: 25 min.

TOTAL QUALIFYING DOWNTIME:


60+6+4+45+104+80+60+25 = 384 min.------- (B)

TOTAL TIME IN A QUARTER :( Considering all SWAN POPs are working i.e. 340)

90 days X 24 hrs X 60 min X 340 = 44064000 min----- (A)

MPSWAN Up Time (In %):

{(A)-(B) X 100}/ (A)

{(44064000 – 384) X 100}/ 44064000 = 99.99 %

As per Clause 8.13.5 NO Penalty will be levied on QGR payable to SI for the above
mentioned faults.

8.13.11
SLA Manpower Requirements

SI shall deploy sufficient manpower in shifts to meet out the SLA. Minimum
personnel’s required to be deployed are as under.
Details of skill set required for Vertical connectivity
Manpower deployment at Tier-1 (Minimum):
T-1 Quantity
1 Project Manager 1
2 Shift In-Charge 3
3 Technical Staff 10

Manpower deployment at all Tier-2/ Tier-3 POP’s

T-2 and T-3 Quantity


1 In-Charge 7
2 Technical Staff 94

Above mentioned man power will be suitably divided at all


Division/District PoP’s. Facilities for conveyance/ transportation of
staff and equipments, communication facilities (mobile phones etc)
shall also be provided by the SI

SEAL & SIGNATURE OF BIDDER 64


RFP NO MPSEDC/MPSWAN/2007-08/01

Qualifications and Experience of manpower to be deployed:

Project Manager:

B E / B Tech with 15 Years of experience out of which at least 5 years should be in


the field of Network Management or facility management.

Shift In-charge/In-Charge:

B E / B Tech / MCA with 5 Years of experience out of which at least 2 years should
be in the field of Network Management or facility management.

Technical staff:

Engineering Diploma or Higher with at least two years experience in operation &
maintenance of relevant equipments being used in MPSWAN

NOTE: Installation and Commissioning of all the equipment should be done as


per laid down procedures of respective OEMs and by authorized persons only.

Boot Operator will deploy the required additional man power to meet the SLA
requirements.
The SI shall post an on-site Project Manager to look after the entire operation of
SWAN with his/her on-site team, with no other responsibility to it. The project
manager shall coordinate with the designated officer’s of MPSEDC/STPI/Third part
monitoring agency

To manage the infrastructure the SI shall deploy minimum 115 persons. The
support team must be capable of managing/handling Network components, IP
telephony infrastructure, NMS, IPS, Firewall, Application Switch etc.

SI shall appoint as many team members, over and above the manpower specified,
as deemed fit by them, to meet out the time Schedule and SLA requirements.
Purchaser would not be liable to pay any additional cost for this.

SI shall always maintain above minimum manpower on-site throughout the period
of the contract.
Tie up with OEM/ Manufacture
The SI should have back-to-back arrangements with OEM/Manufacturer for
warranty support for entire contract period. Proof of the same must be submitted
to the purchaser within one month of commissioning of the project

It is the responsibility of the SI to provide certification of OEM/Manufacture for


complete support for entire contract period in case of product upgrade or
discontinue of product and has sufficient provision for spares.
SLA with NLD Service provider and ISP
The SI shall take all necessary steps for restoration of bandwidth in case of
any problem and shall report to MPSEDC in writing regarding the action taken.
The Bidder shall arrange to obtain all relevant consents/ approvals from BSNL
or alternate basic service provider if required for operation of MPSWAN.

It is responsibility of the bidder to highlight to MPSEDC, if the bandwidth usage


is more then 70% of the time. The Bidder is responsible for coordination and
maintenance of the bandwidth during the period of the Agreement

SEAL & SIGNATURE OF BIDDER 65


RFP NO MPSEDC/MPSWAN/2007-08/01

8.14.1 Technical Specifications:


General Guidelines
All network components positioned in the NMC, CHQ, DHQ and BHQ should
support AAA authentication for access to the device using a telnet session.

All equipments should be SNMP enabled, so that they can be monitored


remotely.

All networking equipments (Routers, switches, firewall etc.) should support


IPV6. If the equipment do not support IPv6 from day 1, OEM and BOOT
Operator (both) will give in writing that the same equipment will be made
IPv6 enabled before the end of Year 2008, without any additional cost,
without effecting running network and without causing any considerable
downtime in the network at that time.

All wireless equipments /installations in this tender are envisaged to


be in the free band. However in case, before the start of the
installation the free band is changed or extended to a different
frequency the bidder will have to provide equipments working in the
new frequency range, if / where ever asked by the tenderer. In case
the equipments can not be provided at the same cost, the Bidder
should quote rates for such equipments which can be considered in
case of such eventuality.

It will be the responsibility of the bidder to provide the LAN cabling for the
equipments. All the passive cable should be as per CAT 6 Standard. All the
passive components need to be of the same make across the entire network
to ensure standardization and ease of Certification from the manufacturers.
Bidder shall provide an undertaking for providing the warranty certification of
all passive components 20 years as the case may be from the manufacturer
of the equipment.

All active network components offered shall preferably be from minimal


number of manufacturers for easy management of the installation and
integration. In case of more than one brand being offered, NMS and required
hardware for management for each to be quoted separately. Integration of
these NMS to the existing EMS/ new system being supplied by the bidder
should be possible and shall be in the scope of the vendor. For each
item/product quoted should be from one OEM only throughout the entire
network.

Bidder shall maintain necessary inventory of spares at appropriate locations


for smooth, uninterrupted operation. In case of failure of any network
component during operation, replacement will be of the same specifications
and OEM.
OEM/ Vendor should preferably have a local spares depot in India.
24*7 Technical Support should be available from the Networking equipment
manufacturer in India or his distributor in India.
The Bidder should provide the patches and upgrades of OS (in the same
version) free of cost for contract period for the quoted Router, Access router,
IPS, firewall, Switches and Antivirus software. In case the software patches
are not available free of cost, the cost of the same should be included in the
cost of equipment/software.

All software licenses should be in the name of MPSEDC and should be a

SEAL & SIGNATURE OF BIDDER 66


RFP NO MPSEDC/MPSWAN/2007-08/01

perpetual license, i.e. the software license should not expire after the
contract period.

The SI will Implement traffic separation between various departments traffic


in a way that their will be different traffic tunnels for different depts. and
traffic will run in secured / encrypted form.

All routing protocol and encryption methods should be based on industry


standards.

Cost of any additional hardware required to achieve this functionality should


be merged with the relevant hardware by the SI.

Interface ports in the networking equipments should support/work with the


protocols as given by leased line service provider.

Any hardware and software required additionally on the Bill of


Material mentioned in this Tender Document for the fulfillment of the
project and meeting SLA requirements can be quoted.

The Detailed technical Specifications are given in Chapter 9 which


form a part of this tender document

In case the bidder wishes to offer a network design/ configuration


different from the design specified in this tender he can do so by
giving complete details of his design along with reasons for
suggesting the change. The financial bid for the new suggested
option of such Bidders shall be considered only if the design is
accepted by MPSEDC. The bidder has to quote for both the options i.e.
the one asked in the TENDER and the second one as desired by the
bidder. Design asked in the TENDER should be named OPTION-1 and
design of the bidder should be named OPTION-2. Technical and
Financial bid for both the option (If quoted) should be in separate
envelops which will be sealed in single envelop i.e. Envelop-2 and
Envelop-3 respectively.

SEAL & SIGNATURE OF BIDDER 67


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER 9:
TECHNICAL SPECIFICATIONS

(The serial number of each item given in the specifications corresponds to the serial
number given in the financial bid document)

S. No. 1:- Specifications & Requirements for Router T-1


(NMC / Core (T1) Router Spécifications)

a) Function in the SWAN


The Core Router in the SWAN is responsible for aggregating traffic from all the CHQs in the
state. This router shall aggregate all application traffic from Vertical offices and Horizontal
offices.

The interface offered in the equipment should match with the interface provided by Leased
Line service provider.

b) Router Architecture
i) Based on high CPU speed, CPU redundancy, Power Supply redundancy and high port
density.
ii) Shall have min. two spare interface slots after accommodating required interfaces, for
future expandability.
iii) The Router should be modular for flexibility to use appropriate type of interfaces as and
when required.
iv) The Router should have 256 MB Flash/ storage, upgradable to 512 MB
v) The Router should have 1 GB RAM.
vi) Shall support variety of standard interfaces like
Ch-STM1 for CHQ/DHQ aggregation
Ch-E3, Ch-E1 for Horizontal office aggregation
E3, G.703
1Gigabit SR, LR, ER interfaces
1000BaseSX, 1000Base LX, 1000BaseTX

c) Router Interfaces Requirement


i) Channelized STM-1 interface – 2 nos
ii) STM-1 / Channelized STM – 1 interface – 02 nos
iii) Channelized E3 – 2 nos
iv) 10/100/1000 Mbps Ethernet ports – 6nos

d) Router Performance
i) Shall support high performance traffic forwarding with con-current features like
Security, Voice enabled.
ii) Shall have Internet class routing table’s approx. 200,000 routes. of which min. 50000
OSPF routes should be supported. – 40Kto 50K offices aggregating into the Data
center with multiple subnets
iii) Shall support dual CPU configuration with distributed forwarding
iv) Forwarding performance of the router shall not be impacted due to one CPU failure
v) Shall have performance enhancement through hardware based acceleration of IP
Services like GRE tunneling or equivalent IEEE standard, ACLs, IPSEC VPNs,
Firewalling, NAT or equivalent
vi) Shall support multiple physical WAN links into single logical interfaces, to increase
bandwidth
vii) Shall support load balancing across multiple unequal WAN links to the same
destination network.
viii) Shall support Voice traffic optimization with features like (Link Fragmentation

SEAL & SIGNATURE OF BIDDER 68


RFP NO MPSEDC/MPSWAN/2007-08/01

Interleaving) LFI, cRTP (Compressed Real Time Protocol) or equivalent IEEE standard.
ix) Shall support backplane performance of at least 80Gbps full Duplex
x) Shall support at least 80 Mpps forwarding performance at Packet size of 64 Byte.

e) Shall provide following High Availability Support


i) Redundant CPU
ii) Redundant Power supply
iii) On-line insertion and removal for cards
iv) Fast reboot for minimum network downtime
v) Non-Stop forwarding for fast re-convergence of routing protocols
vi) BFD (Bidirectional forwarding Detection) as per IETF
vii) Stateful switch-over so that CPU forwarding is not impacted on account of active
CPU failure
viii) Boot options like booting from TFTP/FTP server, Network node/ Hard Disk.
ix) Multiple storage of multiple images and configurations
x) Link aggregation using LACP as per IEEE 802.3ad
xi) VRRP (Virtual router Redundancy protocol) or equivalent

f) Shall provide following Protocol Support


i) Shall support IPv6 features
ii) Shall support RIPng and OSPFv3 for IPv6
iii) Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF
ver2 (RFC2328), BGP4 (RFC1771), IS-IS (RFC1195)
iv) Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM
DM, DVMRP, M-BGP
v) Shall support MPLS Provider /Provider Edge functionality

• IP forwarding Layer 2 and Layer 3 Multiprotocol Label Switching (MPLS)


VPNs, MPLS layer 2 VPN
• MPLS Class of Service (CoS)
• MPLS traffic engineering, MPLS DiffServe aware traffic engineering, MPLS
Traffic-engineering fast reroute
• MPLS ping, MPLS traceroute, MPLS traffic-engineering traceroute
• Point-to-point Ethernet, PPP transport over MPLS.
• Stacking of multiple MPLS application like MPLS L3 VPN combined with
MPLS Traffic-Engineering

g) Shall provide following QoS Features & Multimedia support


i) Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp bits
ii) Congestion Management: WRED (Weighted random Early Detection), Priority
queuing, Class based weighted fair queuing
iii) Traffic Conditioning: Committed Access Rate/Rate limiting
iv) Signaling: RSVP
v) Link efficiency mechanisms: cRTP, LFI, MLPPP
vi) Per VLAN QoS
vii) Voice Capabilities
• Voice pass-through

h) Shall provide following Security Features Support


i) IPSEC with 3DES/AES encryption
ii) GRE Tunneling or equivalent
iii) IPSEC (Site-to-Site ) and Remote Access
iv) NAT
v) Firewall and IPS features
vi) MD-5 route authentication for RIP, OSPF, IS-IS and BGP
vii) Shall support multi-level of access

SEAL & SIGNATURE OF BIDDER 69


RFP NO MPSEDC/MPSWAN/2007-08/01

viii) SNMPv3/ ipsec authentication


ix) SSHv2
x) AAA support using Radius and/or TACACS
xi) CHAP authentication for P-to-P links
xii) DoS prevention through TCP Intercept
xiii) DDoS protection
xiv) IP Access list to linit Telnet and SNMP access to router
xv) Multiple privilege level authentication for console and telnet access
xvi) Time based ACLs for controlled forwarding based on time of day for offices

i) Shall provide following Debug, alarms & Diagnostics:


i) Support for monitoring of Traffic flows for Network planning and Security purposes
ii) Display of input and output error stats on all interfaces
iii) Display of Dynamic Arp table
iv) Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all serial
interfaces
v) Trace-route, Ping and extended Ping
vi) Should have extensive support for SLA monitoring for metrics like delay, latency,
jitter, packet loss, and MOS
vii) MPLS OAM
j) Shall provide following Management
i) Shall have support for Web based/GUI based management, CLI, Telnet and SNMPv3/
ipsec
ii) Shall support Secure Shell
iii) Imbedded RMON support for four groups – history, statistics, alarms and events
iv) Shall support Out of band management through Console and external modem for
remote management

SEAL & SIGNATURE OF BIDDER 70


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 2 & 3:- Router T-2 and Router T-3


Division and district HQ (T2 & T3) Router Specifications:
The Division HQ (DHQ) routers are connected upwards to the SHQ through LL, MPLS VPN in
a nxE1 configuration with support of combining multiple physical WAN links into single
logical interfaces, to increase bandwidth. It will also support a Ch-E3 interface to aggregate
Block HQ routers and Horizontal office connectivity routers.
The interface offered in the equipment should match with the interface provided by Leased
Line service provider.

Performance:
Shall support high performance traffic forwarding with con-current features like Security,
Voice enabled
Shall support Internet class routing tables approx. 100,000 routes
Shall have min. one spare interface slots after accommodating required interfaces, for
future expandability
Shall support variety of interfaces like
GE as per IEEE 802.3z and 802.3ab, FE as per IEEE 802.3u
Ch-STM1 support
Ch-E3, Ch-E1 for BHQ Horizontal office aggregation
E1
ISDN BRI, PRI (Can be Internal or External). It has to be ensured that the ISDN
activity should be activated automatically in case of primary link failure and should
automatically revert back to original state as soon as primary link comes up without
any manual intervention.
G.703 interfaces
Shall support 1000BaseSX, 1000Base LX, 1000BaseTX
Shall support integrated IP Services like GRE tunneling or equivalent, ACLs, IPSEC VPNs,
Firewalling, NAT
Shall support multiple physical WAN links into single logical interfaces, to increase
bandwidth
Shall support load balancing across multiple unequal WAN links to the same destination
network.
Shall support Voice traffic optimization with features like LFI, cRTP or equivalent
Shall support H.323 Voice gateway functionality (can be done using internal or external
device)
Shall support at least 1.5 Mpps forwarding performance.
256 MB Flash/ storage.
512 MB RAM up gradable to 1 GB
Router Interface Requirements
i) Channelized E3 – 2 nos
ii) 10/100/1000 Mbps Ethernet ports – 4 nos
iii) Channelized E1 – 06 nos.
iv) E1/Channelized E1 (G 703/V.35) – 06 Nos.
v) ISDN PRI – 2 nos.

Shall provide following High Availability features


Shall support dual-redundant GE connection to Campus LAN
Shall support Redundant Power supply
Shall support On-line insertion and removal for cards
Shall support fast reboot for minimum network downtime
Shall support Non-Stop forwarding for fast re-convergence of routing protocols
Shall support boot options like booting from TFTP/FTP server, Network node/Hard Disk.
Shall support multiple storage of multiple images and configurations
Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
Shall provide following Protocol Support

SEAL & SIGNATURE OF BIDDER 71


RFP NO MPSEDC/MPSWAN/2007-08/01

Shall support IPv6 features


Shall support RIPng and OSPFv3 for IPv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF
ver2 (RFC2328), BGP4 (RFC1771), IS-IS (RFC1195)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-
DM, DVMRP, M-BGP

Support for IP forwarding Layer 3 Multiprotocol Label Switching (MPLS) VPNs


Should support MPLS Class of Service (CoS)
Should support MPLS traffic engineering, MPLS DiffServe aware traffic engineering,
MPLS Traffic-engineering fast reroute
Should support MPLS ping, MPLS traceroute, MPLS traffic-engineering traceroute
Should support stacking of multiple MPLS application like MPLS L3 VPN combined with
MPLS Traffic-Engineering
Shall support CsC functionality with MPLS enabled carrier
Shall support IPSEC with 3DES/AES encryption
IP Services
QoS Features: Shall support the following
Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp bits
Congestion Management: WRED, Priority queuing, Class based weighted fair queuing
Traffic Conditioning: Committed Access Rate/Rate limiting
Signaling: RSVP
Link efficiency mechanisms: cRTP, LFI, MLPPP or Eq. IEEE standard
Per VLAN QoS
Security Features:
GRE Tunneling
IPSEC (Site-to-Site ) and Remote Access
NAT
Firewall and IPS features
MD-5 route authentication for RIP, OSPF, IS-IS and BGP
Shall support multi-level of access
SNMPv3/ ipsec authentication
SSHv2
AAA support using Radius and/or TACACS
CHAP authentication for P-to-P links
DoS prevention through TCP Intercept
DDoS protection
IP Access list to limit Telnet and SNMP access to router
Multiple privilege level authentication for console and telnet access
Time based ACLs for controlled forwarding based on time of day for offices

Shall provide following Multi-media support:


Shall support Voice capabilities
Voice pass-through

Shall support H.323, SIP, MGCP (Can be done using External device)

Shall support Voice call processing in the event of WAN link failure to SHQ housing Central
call processing Engine. (using internal or external devices).
Shall support bandwidth optimization features like Voice Activity Detection, Silence
Suppression, Echo cancellation
Should not consume more than 14-15Kbps of bandwidth (including overheads) for a single
voice over IP call
Shall provide following Debug, alarms & Diagnostics:
Support for monitoring of Traffic flows for Network planning and Security purposes
Display of input and output error stats on all interfaces
Display of Dynamic Arp table

SEAL & SIGNATURE OF BIDDER 72


RFP NO MPSEDC/MPSWAN/2007-08/01

Display of required physical layer line status signals on all serial interfaces
Trace-route, Ping and extended Ping
Should have extensive support for SLA monitoring for metrics like delay, latency, jitter,
packet loss, and MOS
MPLS OAM
Shall provide following Management features
Shall have support for Web based management, CLI, Telnet and SNMPv3
Shall support Secure Shell
Shall support Out of band management through Console and external modem for remote
management

SEAL & SIGNATURE OF BIDDER 73


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 4 & 34:- Router T-4 and Internet Router T1


Block HQ (T4 and Internet router in NMC) Router Specifications:
Performance:
Shall support high performance traffic forwarding with con-current features like Security
The interface offered in the equipment should match with the interface provided by Leased
Line service provider.

Shall support variety of interfaces like


FE as per IEEE 802.3u
E1
G.703
Shall provide IP Services like GRE tunneling or equivalent IEEE standard, ACLs, IPSEC
VPNs, Firewalling, NAT
Shall multiple physical WAN links into single logical interfaces, to increase bandwidth
Shall provide load balancing across multiple unequal WAN links to the same destination
network.
Shall provide Voice traffic optimization with features like LFI, cRTP or equivalent IEEE
standard
Shall provide at least 170 Kpps forwarding performance.
128 MB Flash/ storage up gradable to 256 MB.
256 MB RAM up gradable to 512 MB.
ISDN BRI (Can be Internal or External)
Shall support H.323 Voice gateway functionality (can be done using internal or external
device)

Router Interface Requirements for T4 – 292 PoPs


i) 10/100/1000 Mbps Ethernet ports – 2nos
ii) Channelized E1 – 2 nos.
iii) E1/Channelized E1 (G703/V.35) – 02 Nos.
iv) ISDN BRI - 1 no

Router Interface Requirements for Internet – 1 no


i) 10/100/1000 Mbps Ethernet ports – 2 nos
ii) E1/Channelized E1 (G703/V.35) – 4 nos

High Availability
Shall support dual redundant FE connection into Local LAN
Shall support Redundant Power supply.
Shall support fast reboot for minimum network downtime
Shall support Non-Stop forwarding for fast re-convergence of routing protocols
Shall support boot options like booting from TFTP/FTP server, Network node/Hard Disk.
Shall support multiple storage of multiple images and configurations
Shall support link aggregation using LACP as per IEEE 802.3ad or equivalent
Shall support VRRP or equivalent
Protocol Support
Shall support IPv6 features
Shall support RIPng and OSPFv3 for IPv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF
ver2 (RFC2328), , BGP4 (RFC1771), IS-IS (RFC1195)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-
DM, DVMRP, M-BGP
MPLS VPN and Traffic Engineering support
Shall support IPSEC with 3DES/AES encryption
IP Services
QoS Features: Shall support the following
Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp bits

SEAL & SIGNATURE OF BIDDER 74


RFP NO MPSEDC/MPSWAN/2007-08/01

Congestion Management: WRED, Priority queuing, Class based weighted fair queuing
Traffic Conditioning: Committed Access Rate/Rate limiting
Signalling: RSVP
Link efficiency mechanisms: cRTP or equivalent IEEE standard, LFI, MLPPP
Per VLAN QoS
Security Features:
GRE Tunneling or equivalent
IPSEC (Site-to-Site ) and Remote Access or equivalent
NAT or equivalent
Firewall and IPS features
MD-5 route authentication for RIP, OSPF, IS-IS and BGP
Shall support multi-level of access
SNMPv3/ ipsec authentication or equivalent
SSHv2
AAA support using Radius and/or TACACS
CHAP authentication for P-to-P links
DoS prevention through TCP Intercept
DDoS protection
IP Access list to linit Telnet and SNMP access to router
Multiple privilege level authentication for console and telnet access
Time based ACLs for controlled forwarding based on time of day for offices

Multi-media support:
Shall support Voice capabilities
Voice pass-through

Shall support H.323, SIP, MGCP (Can be done using External devise as mentioned earlier)
Shall support Voice call processing in the event of WAN link failure to SHQ housing Central
call processing Engine
Shall support bandwidth optimization features like Voice Activity Detection, Silence
Suppression, Echo cancellation
Should not consume more than 14-15Kbps of bandwidth (including overheads) for a single
voice over IP call
Debug, alarms & Diagnostics:
Support for monitoring of Traffic flows for Network planning and Security purposes
Display of input and output error stats on all interfaces
Display of Dynamic Arp table
Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all serial
interfaces
Trace-route, Ping and extended Ping
Should have extensive support for SLA monitoring for metrics like delay, latency, jitter,
packet loss, and MOS
MPLS OAM
Management
Shall have support for Web based management, CLI, Telnet and SNMPv3
Shall support Secure Shell
Imbedded RMON support for four groups – history, statistics, alarms and events

Shall support Out of band management through Console and external modem for remote
management
Network Management System
Element Management System should meet the following requirement
The Routers, Switches should be manageable from the Network Management software
The solution should have at least two nos of 10/100BaseT Ethernet port
A single system should support management of unlimited number of networking devices,
which should include both switches & routers.
Should support SNMPv3

SEAL & SIGNATURE OF BIDDER 75


RFP NO MPSEDC/MPSWAN/2007-08/01

Should provide automatic discovery of the network devices to create topology view of the
network
Should provide topology status indications
Should be able to configure, manage and monitor VLAN for the access location LAN with
the switches and routers.
Should provide detailed software and hardware inventory reporting including memory,
slots, software versions
Should support automated updates for device software and configuration changes on a
scheduled basis
Should support router and switch fault troubleshooting
Should provide network response and availability information for Wide Area Network
including latency and network delays to allow the network planning team to manage the
effectiveness of VoIP and quality of service (QoS) features implemented in their networks
Should support management of the configuration of network elements.
Should have the capability of analyzing the syslog coming from the network elements.
Should support path trace tool for layer 2 and layer 3 traffic analysis
The management system should be IPv6 compatible.
Capable to intelligently Monitor and analyze the health of the network like real-time fault
and performance monitoring of device statistics, including device characteristics, CPU
utilization, interface activity, errors and protocol information. It should also interpret fault
conditions at both the LAN devices and VLAN Edges.
Should be able to support unlimited number of network and security elements.
Should be able be integrated with other NMS applications like HP, CA, IBM etc.

SEAL & SIGNATURE OF BIDDER 76


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 5:- Switch T-1


T1 (Core) Switch
Performance
The suggested core switch should have features as under:
High back plane speed (360 Gbps or more)
The forwarding rate should be scalable to 250 Mpps
The switch should have minimum of 7 payload slots.
Should have redundancy at various levels:
Power Supplies
Switching engine the switch should have capability to support redundant Control
Modules. The switching & routing performance claimed on the chassis should not
degrade with failure of switching/routing engine module.
The firewall throughput performance should be at least 5Gbps and scalable to 7Gbps.
The firewall should support at least 750,000 concurrent connections
Should support at least 20,000 connections setup and teardown per second
Should provide minimum 10/100/1000 Mbps Ethernet ports.

Switch Port requirement:

i) 10/100/1000 Mbps port – 48 Nos.


ii) 10/100 Mbps Ethernet port – 48 Nos.

Layer 2 Features:
Layer 2 switch ports and VLAN trunks
IEEE 802.1Q VLAN encapsulation
Support for at least 2500 VLANs.
Dynamic Trunking Protocol (DTP) or equivalent
VLAN Trunking Protocol or equivalent
802.1s
802.1w
IGMP snooping v1 and v2
Port trunking technology across line cards
Layer 3 Features
Hot Standby Routing Protocol/VRRP
Static IP routing
IP routing protocols
Open Shortest Path First
Routing Information Protocol
Border Gateway Protocol Version 4
Multicast Border Gateway Protocol
PIM Sparse Mode/ Dense Mode, Bi-directional PIM
IGMP v1, v2, and v3
IP Version 6 support in hardware
IGMP filtering on access and trunk ports
Distance Vector Multicast Routing Protocol
Internet Control Message Protocol (ICMP) support
ICMP Router Discovery Protocol
Standards
Ethernet : IEEE 802.3, 10BASE-T
Fast Ethernet : IEEE 802.3u, 100BASE-TX, 100BASE-FX
Gigabit Ethernet: IEEE 802.3z, 802.3ab
10 Gigabit: IEEE 802.3ae
IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1w rapid reconfiguration of spanning tree
IEEE 802.1s multiple VLAN instances of spanning tree
IEEE 802.1p class-of-service (CoS) prioritization

SEAL & SIGNATURE OF BIDDER 77


RFP NO MPSEDC/MPSWAN/2007-08/01

IEEE 802.1Q VLAN encapsulation


IEEE 802.3af (Using Internal or external device).
IEEE 802.1x user authentication
1000BASE-X (GBIC) (Support for SX,LX,ZX)
1000BASE-X (small form-factor pluggable)
RMON I standards
High Availability
Shall support redundant CPU
Shall support Redundant Power supply
Shall support On-line insertion and removal for cards
Shall support fast reboot for minimum network downtime
Shall support Non-Stop forwarding with Statefull Switch Over, allows packet forwarding to
continue until route re-convergence is complete.
Shall support BFD as per IETF
Shall support stateful switch-over so that CPU forwarding is not impacted on account of
active CPU failure

Shall support multiple storage of multiple images and configurations


Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
The software on the firewall must have online software reconfiguration to ensure that
changes made to a firewall configuration take place with immediate effect.
On power up the platform should use built-in system monitoring & diagnostics before going
online to detect failure of hardware.
Protocol Support
Shall support IPv6 features
Shall support RIPng and OSPFv3 for Ipv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF
ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) / PIM-DM,
DVMRP

QoS
802.1p class of service (CoS) and differentiated services code point (DSCP) field
classification
Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations
from degrading overall systems performance.
Rate limiting should be provided based on source and destination IP address, source and
destination MAC address, Layer 4 TCP/UDP information, or any combination of these fields,
using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.
Firewall Architecture (Firewall can be on switch or external)
The platform software version should be latest in the series.
The platform should have 8 Gigabit Ethernet and 8 Fast Ethernet interfaces
The platform should be based on real time, secure, embedded operating system
Embedded web based management software and command line interface support
Firewall Software Requirements
The firewall should support cut-through proxy for enforcing high performance user-
authentication policies on a per-VLAN basis for at least TCP, HTTP, FTP and HTTPS
protocol.
Should support firewalling at layer 2 and layer 3 of the OSI layer.
Should support static route, RIPv2 and OSPF for routing
Should support DHCP server and DHCP Relay Agent functionality
Should support NAT and Port Address Translation feature
Configurations through a command Line interface as well as a GUI based
The firewall should support URL filtering features
Should support AAA through RADIUS or TACACS (RFC 1492) protocol and should be
integrable with the AAA server asked for the network.

SEAL & SIGNATURE OF BIDDER 78


RFP NO MPSEDC/MPSWAN/2007-08/01

Should support application inspection for standard applications like DNS, FTP, HTTP, ICMP,
MGCP, NetBIOS Name Service, SMTP, TFTP etc.
Should support management access through SSH and GUI console for managing the
firewall.
Should support Triple 3DES encrypted network management access.
Should support syslog, URL and ACL logging.
Security Features:

Should perform intelligent packet filtering, URL filtering, context based access control,
blocking of malicious contents to maximize security. This multi-level security mechanism
will ensure that any unwanted activity is getting arrested locally before it is spreading out
throughout the network.
Should support encryption using standard encryption protocols like IPSec 3DES & AES to
ensure highly secure communication for site-to-site and Remote access
As the network is growing right up to the villages and inter-connectivity of all the states in
the future, which may require large number network address and hence, the Routers
should have both Internet Protocol Version 4 and Internet Protocol Version 6, today.
The Viruses and worms might spread to entire SWAN/Country network, which can result to
complete halt of few online services and hence, the device should have a support to
protect the SWAN network from known and unknown network & application layer attacks,
Denial of Service, malwares, worms, network viruses, spyware, etrc.,
The device should be able to detect, respond to and report any unauthorized activity.
The device should have a support to work in a non-intrusive mode and be able to monitor
all of the major TCP/IP protocols, including IP, Internet Control Message Protocol, TCP and
User Datagram Protocol and generate an alarm.
Should have the capability of restricting the access through the Console and Auxiliary
interface to protect the devices from local threats.
Network Address Translation
MD-5 route authentication for RIP, OSPF, IS-IS and BGP
Shall support multi-level of access
SNMPv3 authentication
SSHv2
AAA support using RADIUS and/or TACACS, which enable centralized control of the switch
and restrict unauthorized users from altering the configuration
CHAP authentication for P-to-P links
DoS prevention through TCP Intercept
DdoS protection
IP Access list to limit Telnet and SNMP access to router
Multiple privilege level authentication for console and telnet access
Time based ACLs for controlled forwarding based on time of day for offices
IEEE 802.1x support for MAC address authentication
Standard and extended ACLs on all ports
Multi-media support:
Microsoft NetShow, White Pine CU-See Me, Real Networks RealAudio, H.323, SIP, RTSP
application inspection support.
Management
Shall have support for Web based management, CLI, Telnet and SNMPv3
Shall support Secure Shell
Imbedded RMON support for four groups – history, statistics, alarms and events

Shall support Out of band management through Console and external modem for remote
management

SEAL & SIGNATURE OF BIDDER 79


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 6, 7 and 8:- Switch T-2, T-3 and T-4


Div, dist. And block HQ – Switch
Switch Performance & Throughput
30 Gbps minimum forwarding bandwidth at Layer 2 and Layer 3 switching.
32 Mpps min. of forwarding rate.
48 port 10/100/1000 BaseT switch
Stack Auto-configuration and minimum 30 Gbps stack interconnect throughput.
Support for 10,000 MAC addresses, 500 unicast routes, 10 IGMP groups and multicast
routes.
PoE on all ports
High Availability
HSRP/VRRP
802.1d, 802.1w, 802.1s, STP per VLAN, RSTP per VLAN.
Stacked Units should behave as single spanning-tree node.
Link aggregation across the stack.
256 VLANs per switch
IP Routing
RIP,RIPv2, OSPF,
Policy based Routing
PIM Sparse / dense mode
Ipv6 routing support in hardware.
Security
IEEE 802.1x with VLAN assignment allows a dynamic VLAN assignment for a specific user
regardless of where the user is connected. IEEE 802.1x with an ACL assignment allows for
specific identity-based security policies regardless of where the user is connected.
Secure Shell (SSH) Protocol, Kerberos, and Simple Network Management Protocol Version
3 (SNMPv3) to provide network security by encrypting administrator traffic during Telnet
and SNMP sessions.
Dynamic ARP Inspection
1000 Access Control entries support.
Manageability
Automatic media-dependent interface crossover (MDIX) to automatically adjust transmit
and receive pairs if an incorrect cable type (cross-over or straight-through) is installed.
Dynamic Trunking Protocol or equivalent.
VLAN Trunking Protocol or equivalent.
Link Aggregation Control Protocol
The integrated GUI interface should allow the management of up to 8 interconnected
switches through a single IP address, without the limitation of being physically located in
the same wiring closet.
QoS
802.1p class of service (CoS) and differentiated services code point (DSCP) field
classification
Per-port broadcast, multicast, and unicast storm control to prevent faulty end stations
from degrading overall systems performance.
Rate limiting should be provided based on source and destination IP address, source and
destination MAC address, Layer 4 TCP/UDP information, or any combination of these fields,
using QoS ACLs (IP ACLs or MAC ACLs), class maps, and policy maps.

SEAL & SIGNATURE OF BIDDER 80


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 9,10,11 & 12:- Modems T-1, T-2, T-3 and T-4
Specifications for leased line modems
Visual Indication and RS-232 port for set-up, control and monitoring. No jumper should be
required for configuring the modem.
It should be compliant to ITU-T G.991.2 Annex B G.SHDSL
Control of remote unit by embedded operation channel or in band management.
Support for framed and unframed E1.
Control of remote unit by embedded operation channel (EOC) or in band management
The desktop modem at the horizontal office should support V.35 Interface
The desktop modem at the BSNL Exchange of horizontal office should support E1 Interface
i.e G.703/G.704 Interface
In case of more than 1 horizontal office per BSNL Exchange then line card of 2E1 or 4E1 to
be used with remote powering feature
Data rate up to 2 Mbps over one pair and 4 Mbps over two pair.
It should support distance of 5.0Kms at 0.5mm copper over single copper pair. The
distance should be mentioned over TEC certificate.
19" Rack mounted chassis is mandatory wherever there are 8 or more modems installed at
a particular location
Feature of remote power feeding.
Feature of Remote Auto configuration.
The same modem should run on 230VAC as well as -48VDC power supply
Features of link performance monitoring and time based statistics should be available.
Should be SNMP enabled
Support for configuration backup for future reference.

Interface provided should match with leased line service provider/routers at various offices.

SEAL & SIGNATURE OF BIDDER 81


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 13, 14, 15 & 16:- PC T-1, T-2, T-3 and T-4
Specifications for Desktop Computers
Processor Intel Core 2 Duo dual Core Processor 2.66 GHz
Cache 2 MB L2 Cache
Chipset Intel Q965 express chipset
Memory PC-5300 (DDR2 – 667 MHz)
Memory Slots Minimum 3 DIMMs
HDD 160 GB SMART III 3.0 Gb/s serial ATA HDD
Removable media 8X DVD – CDRW
Expansion Slots 2 PCI, 1 PCI Express x1, 1 PCI Express x16
Graphics Integrated Intel Graphics Media Accelerator 3000
Expansion Bays 1 internal 3.5”, 1 external 5.25” in addition to Pre installed
drives
NIC Gigabit Network Connection
Rear I/O ports and 6 USB, 1 Standard Serial Port, 1 Parallel Port, 2 PS/2, 1
Connectors RJ45, 1 VGA, Audio IN/OUT, Mic IN
Input Devices Standard Keyboard, 2 Button Optical Scroll Mouse
Display 17 “ TFT LCD Monitor with minimum 1024X768 resolution
@ 60 HZ frame rate
Web Camera Web Camera with 640X480 pixels resolution
Speaker 300W speaker system
Operating System Pre Loaded Windows Vista Professional or Linux
Antivirus Pre Loaded Antivirus
Accessories Dust Cover, Mouse Pad
Compliance & Certifications For OEM – ISO 9001:2000, ISO 14001
For PC – UL, FCC, WINXP Certification
For Monitor, Energy Star compliance, UL, FCC MPR II/TCO
The system should be supplied with all necessary CDs for OS, Antivirus, Drivers etc.

The products offered must be of high quality and manufactured by


nationally/internationally reputed manufacturer having a minimum turnover of Rs.500
Crore (Attach copy of the audited balance sheet) and ISO 9001 (Services and
Manufacturing) and ISO 14001 certifications.

SEAL & SIGNATURE OF BIDDER 82


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 17:- Network Management system.


Overview
NMS is required for monitoring and management of SWAN. NMS in SWAN is devided in to three
main categories:

1. Network Monitoring and Management.


2. Helpdesk Management.
3. SLA Management.

Network Monitoring & Management


The NMS should monitor and manage specified SWAN network Infrastructure.
24x365 real-time monitoring of all equipments & links for predefined events/parameters
and alarm notification through audio & e-mails in case of problem
It should include real-time network monitoring, error notification and troubleshooting help.
The system must be capable to provide impact analysis of individual element failure.
Map based GUI for hierarchical representation of network. Tools to monitor control and
manage multiple networked systems and applications on a single graphical representation
of the devices.
Automatic discovery of network devices to create topology views of the network including
port level connectivity. Capability to discover Layer2 & Layer3 equipment and connectivity.
The system must support scheduled discovery. It should include scheduled
checking/backup of critical network equipment & server configuration & option of automatic
patch/pattern up gradation
The NMS should intelligently analyze fault conditions, detecting problems before they
become network disruptions.
Integrates and works through Element Managers for various platforms.
Real-time Network Monitoring and alarming. Real-time fault-detection, in the network
without disruption in the network. Must analyze the problems proactively, to enhance the
network performance. It should include real-time monitoring of whole network and
reporting in case of predefined event occurs. NMS should be capable of adjusting
configuration parameters related to network performance. Current & historical statistics of
network/link availability & utilization should be available in graphical/tabular format
Support for Multi-Vendor network environment and operation.
SNMP based functionality and support for SNMP V1 & V2. & Scalable to V3. Collect Trap
responses from SNMP agents and prioritization of the alarms. The NMS should be able to
Integrate with SNMP proprietary Management Systems. The NMS should be able to
generate POP-ups on the console for the alarms.
Based on the network fault the NMS should be able to provide the engineer to view the
clients that are affected and determine the impact on the customers’ service.
The NMS should be capable of integrating with IP Telephony, Security and Wireless
management platforms to deliver a unified management platform.
Support for Industry Standard MIBs.
HTML Client for remote management.
Carrier-grade scalability, which should scale with SWAN’s Network.
Customizable Reports including Executive Summary Reports , Availability Reports, Error
Reports, Trouble Management Reports, Security Reports
Should understand wide range of Network Protocols viz. PPP,, RIP, BGP, OSPF, IS-IS etc.
Support for voice & video application over IP. Protocols like H.323, SIP, and MGCP etc.
should be supported.
Provide Statistical Analysis, Metrics for performance Measurements, Root Cause Analysis,
and Problem Resolution across the technologies and systems.
Provide GUI front ends with multiple process/multiple view capabilities to monitor critical
and regular events in an integrated manner across the network.
Option of providing login & password based access to clients, so that user can view
statistics/reports relevant to the service subscribed by him.

SEAL & SIGNATURE OF BIDDER 83


RFP NO MPSEDC/MPSWAN/2007-08/01

Inventory tracking system with asset management system from a centralized web based
console.
Should support concurrent multi-user access to the management system with multiple
read-write access to different areas of management domain.
Should be scalable, must support MPLS and should be IPV6 compatible.
The system must provide report for the connectivity changes discovered during last update.
Powerful HTML client for the purpose of monitoring through web and must be compatible
with all the popular browsers with concurrent multi-user access.
Complete log of all the activities for troubleshooting purpose.
Report on network efficiency, latency and packet drops at any point of time. Extensive
reporting facility, providing the ability format and present data in a graphical and tabular
display. Collect usage data that can be easily accessed from a central location and used to
help in capacity planning, reporting, and analysis. Mailing the reports at pre-scheduled
interval.
Option to integrate other leading management & security tools like Cisco-Works, Cisco
Secure Policy Manager, Juniper make security products etc. for centralized reporting and
logs.
Integration with leading network security tools should be supported for centralized
reporting.
All the web-based access must be interactive and secure.
The system should be able to ‘filter-out’ symptom alarms and deduce the root cause of
failure in the network automatically.
In the event where device-specific support is not available, intelligent generic support using
IETF and RFC standards MUST be able to discover model and standard type switches and
routers.
The solution should be able to provide high-continuity in management visibility of the
infrastructure. The resiliency should be supported by a secondary server, which will take
care of the management functionalities when the primary server becomes unavailable. The
network database MUST be stored in a duplicated copy fully synchronized automatically
between the primary and secondary system to ensure high level of readiness for the
secondary server to assume management responsibility.
The system should be able to support response time agents from network manufacturers to
perform network performance tests to help identify network performance bottlenecks.
Bidder should provide a list of supported response time agent technology
The solution should enable administrator full access to the management system
information remotely using ISDN/ADSL or IP dial-up.
It should include real-time network monitoring, error notification and troubleshooting help.
The system must be capable to provide impact analysis of individual element failure.
Support manual configuration of alarm severity for various events.
Alarm acknowledgement capabilities for the operators.
Alarm conditions interpretation into messages for support staff
The system must be capable of discovering manageable elements connected to network
automatically.
The system should support all network/ wireless/ server/ other equipments used in NMC
enhancement/ DHQ/ Div. HQ/ Blocks or remote locations, including the input status of
electrical equipment (UPS/AC etc.)
The system should provide a user-accessible command-line interface to access and update
the management system database to ensure that custom-scripted customizations can be
performed without the need of using API-level integration or development toolkits.
The system should support the integration of events or alarms from other element
management systems or other legacy management platforms to ensure architectural
integration into the overall management solution framework
All core modules of NMS should have the capability to work independently or in an
integrated mode.
The resources utilization monitoring shall cover but not limited to:
 CPU Utilization
 Traffic in various network segments

SEAL & SIGNATURE OF BIDDER 84


RFP NO MPSEDC/MPSWAN/2007-08/01

 Memory Utilization
 Latency
 File System or disk storage space
 Web Services
 Database Performance Management
 Log Files
 System Processes
 Registry Entries for changes in values
 Event Log
Monitor performance of wide range of Network Protocols and devices.
Statistical and Graphical representation of Resource Utilization
Should be able to store trend data
Support for manual configuration of thresholds
Password protected access to all web browser with examples and Help screen
Status report when and for how long a customer exceeds network bandwidth utilization of a
threshold.
Trend Data should be maintained for analysis and forecasting
Proactive management of the network based on trending and intelligent statistical
techniques
Guarantees supported must include one that monitors service availability (including Mean
Time to Repair (MTTR), Mean Time Between Failure (MTBF), and Maximum Outage Time
thresholds) and the other that monitors service transaction response time
The system MUST support planned maintenance activities .The system MUST have
intelligence and ability to understand impact of devices under maintenance and do not
generate alarms for outages introduced by the maintenance work.
Shall Provide for configuration and maintenance of the security policies, which deal with
access control, logging, and handling of exceptions such as authentication failures.
Shall Provide Real time intrusion analysis and notification
Shall provide root-cause analysis of security issues
Shall Monitor CPU and memory usage of various security devices
Shall Monitor all open connections on the Firewalls/IPS
System administrators should have the ability to manage which users have access to what
data at the record level
All the web-based access must be interactive and secure
Centralized database should be highly secure
Network Management Software should support secured access to the management station
through multiple levels of access
Network Management Software should support Authentication and Encryption of NMS data
Traffic Throughput Reports
Traffic throughput rate reports on various Microwave Links.
Able to distinguish correlated alarms and display only the root cause alarm on the alarm
screen
Ability to send critical alarm notification messages through audio and email
Ability to monitor Network Protocol Status
Support configuration management of all devices
Shall hold the Configuration change logs
The NMS should control user access to applications, helping ensure that only appropriate
classes of users can access tools that change network parameters versus read-only tools
The NMS should provide web-based tools for configuring, monitoring, and troubleshooting:
VPNs, Firewalls, Network Intrusion Prevention Systems (IPSs), Host-based Intrusion
Prevention Systems (IPSs), Router-based IPSs along with event correlation.
Provide graphs showing high usage, Average usage, low usage and the standard deviations
for monitored devices
Provide root cause analysis for alerts on all critical devices

SEAL & SIGNATURE OF BIDDER 85


RFP NO MPSEDC/MPSWAN/2007-08/01

Should provide Capacity Planning Reports that gives a view of under and over utilized
elements. This information will help to consider load balancing across under utilized
elements thus eliminating the need to purchase additional resources.
Should provide Forecast Reports that focus on resource that are projected to become over-
utilized. These shall be generated for all parameters.
NMS shall provide Utilization reports that gives peak, average and minimum utilization over
a period of time on all parameters.
Availability Reports
 System Availability and response time
 Application availability

Error Reports
 Number of CRC errors in various links
 Percentage Packet drops
 System event log exceptions.

Number of Hits/Second on a particular website over a user-defined period of time.


Security Reports
 Security log/events reports
 Security Alarms reports
 Successful/Unsuccessful Intrusions
 Security patches installed
 Audit reports
Support for Industry Standard MIBs.

Helpdesk Management
Customer Trouble Ticketing, Tracking and reporting & automatic escalation features should
be present. For customer complaint logging, tracking and analysis, Trouble Ticketing
System is required.
Trouble Ticketing System for customer complaint handling & analysis.
Collect Trap responses from SNMP agents and prioritization of the alarms
Customers should be able to report service related problems to Central Helpdesk System
through Telephone, e-mail or web interface of the Trouble Ticketing System.
The Trouble Ticketing System shall seamlessly integrate into the Network Management
System with a primary objective of logging alerts, customer calls and tracking the same to
resolution
Trouble ticketing system should have multiple level of access
The Trouble Ticketing System proposed shall come with Web based front-end enabling
authorized customers to raise and view the status of faults
Support for Industry Standard MIBs.
Powerful HTML Client for remote management.
All core modules of NMS should have the capability to work independently or in an
integrated mode.
Trouble Management Reports
 Number of trouble tickets raised
 Mean time between resolution
 Mean time between failures
 Number of faults logged, faults closed, open faults, etc

System administrators should have the ability to manage which users have access to what
data at the record level(to be included in helpdesk)
Support for Multi-vendor network environment and operation
Should be scalable, must support MPLS and should be IPV6 compatible.
Password protected access to all web browser with examples and Help screen
All the web-based access must be interactive and secure

SLA Management

SEAL & SIGNATURE OF BIDDER 86


RFP NO MPSEDC/MPSWAN/2007-08/01

Tool for SLA Management should be available with the NMS. SLA management must include
monitoring & reporting. Report w.r.t up time /down time should be available for the
specified period.
Track Service level Parameters (Availability, Latency, Packet Loss etc.) to manage Service
Level Agreements.
It should support tracking of SLA (service level agreements) for call requests within the
help desk through service types
Should support defining SLA related thresholds and give report on the SLA parameters for
various user defined services
The system must be capable to designate planned maintenance periods for services and
maintenance periods defined should be considered
SLA violation alarms must be generated to notify for the violation of defined agreement
The Service Level Agreements (SLAs) definition facility must support defining a set of one
or more service Guarantees specifying the Service obligations stipulated in an SLA contract
for a particular time period (weekly, monthly, and so on).
Should Provide Executive Summary Reports that provides an overall view of group of
elements, showing volume and other important metrics of the technology being viewed.
All core modules of NMS should have the capability to work independently or in an
integrated mode.
Support for Industry Standard MIBs.
Demonstrates the relationships between customers, business services, service level
agreements and support level objectives
SLA Reports
Service level agreement parameters.
SLA adherence over a period of time with various customers.
Support for Multi-vendor network environment and operation
Should be scalable, must support MPLS and should be IPV6 compatible.
Password protected access to all web browser with examples and Help screen
All the web-based access must be interactive and secure

SEAL & SIGNATURE OF BIDDER 87


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 18:- Server (At T-1)


Server System Specifications
Processor Quad Core Intel Xeon X5355 Processor (2.66 GHz, 120W,
1333 MHz Front Side Bus)
Cache 2 X 4 MB L2 Cache per processor
Multiprocessor Capability 2 Processors
No of Processors required 2 Processors
Front Side Bus 1333 MHz
Memory PC2-5300 (DDR2, 667 MHz), Advanced ECC, Mirrored
memory 2 GB expandable up to 32 GB
Memory Slots 8 Fully buffered DIMMs
HDD 3 X 3.5” SAS (15000 RPM) 146 GB HDD
RAID controller 3 GB SAS controller with 256 MB Cache with battery
backup
Drive Bays Minimum 8 Bays 2 External & 6 Internal X 3.5” Hot Plug
Drive Bays
Removable media 8X DVD – CDRW
Expansion Slots 6 Nos active PCI slots, (4 Nos Active PCI express x8 & 2
Nos Active PCI x2 64 bit, 266 MHz)
Graphics On Board graphics controller with 16 MB Dynamic Video
memory
NIC Dual redundant Gigabit Network Connection with asset
tracking and security management, remote wake up
Back up DAT drive 40 GB with backup software for scheduled
managed backup and disaster recovery till last backup
Input Devices Standard Keyboard, 2 Button Optical Scroll Mouse
Display 17 “ TFT LCD Monitor with minimum 1024X768 resolution
@ 60 HZ frame rate MPR II compliant or TCO 03 Certified
Power Supply Redundant power supply
Fan Redundant Fan
Manageability Should provide all necessary manageability features for
server
Compliance & Certifications Windows, Redhat Linux and Novell certified, compliance
and support
Chassis Rack mountable chassis
Software To be supplied along with software as given below
The system should be supplied with all necessary CDs for OS, Antivirus, Drivers etc.

The products offered must be of high quality and manufactured by


nationally/internationally reputed manufacturer having a minimum turnover of Rs.500
Crore (Attach copy of the audited balance sheet) and ISO 9001 (Services and
Manufacturing) and ISO 14001 certifications

The Central Servers to be located at State NMC are:-

Their will be Six servers in NMC.


For following applications one server each will be used:

AAA Server
Web Server
DNS Server
Proxy server
Email Server
NMS/ EMS

SEAL & SIGNATURE OF BIDDER 88


RFP NO MPSEDC/MPSWAN/2007-08/01

Overview of different applications to be run:

Proxy Servers – Proxy Server shall provide high performance web caching, application layer
inspection firewall solution allowing for controlled and monitored web access as well as
advanced protection network protection firewall

AAA Server – The Remote Authentication Dial-in User Service (RADIUS) server should
support managing user authentication and authorization. It should support authentication,
authorization, and accounting for network access.

Web Server –The Web Server should accept http/https requests. The Web Server should
deliver delivers high reliability and performance. The web server should be configured for
maximum security by default.
Email Server: Email server will be used for providing email services to users. It is planned
that users will be able to access this using WWW as well as POP3. A mail server with
capacity to handle mail traffic of 5000 users via POP3 / IMAP / HTTP access, of which
concurrent user load may be of 500 users

DNS server: Domain Name resolution Server (DNS) will be available for all internet users in
the SWAN network.

NMS Server: Central NMS servers will be located at state NMC for NMS, monitoring al the
SNMP Supporting devices deployed in MPSWAN including Servers Routers, Switches, Power
Supplies, Call Manager, Leased line CSU/DSU’s, Wireless Broadband Base Stations and
CPE’s etc.

Specification of Server Operating System and System Software

The System software including operating system should be certified for different types of
hardware and should have adequate security, availability, manageability, adaptability, and
different languages especially hindi (Unicode) language support.

The operating system should provide infrastructure for implementing a virtual private
network (VPN). The VPN connectivity should be able to support Point-to-Point Tunneling
Protocol (PPTP), employing user-level Point-to-Point Protocol (PPP) authentication and
Layer Two Tunneling Protocol (L2TP) with Internet Protocol Security (IPSec).

The operating system should provide capability for Internet Proxy Services

The operating system should be capable of managing public key infrastructure (PKI).Client
authentication through Secure Sockets Layer (SSL) and Transport Layer Security (TLS) and
secure connectivity using Internet Protocol Security (IPSec). The operating system should
have functionality for encrypting, check summing, and ‘signing’ data and control messages.
Operating system should include support for file system ACLs (Access Control Lists), PIE,
Exec Shield allowing proper access control to all files and devices.

The Enterprise grade Server operating system should support the essential network
services like Directory Services, DNS, DHCP, Radius, Web Server, Application server,
cluster services (failover support, virtualization) etc.

OPERATING SYSTEM should support following services/ applications:

Directory Services

Multi Master Replication supported.

SEAL & SIGNATURE OF BIDDER 89


RFP NO MPSEDC/MPSWAN/2007-08/01

Replication to auto-tune based in network bandwidth available


Support for partial and fractional replication
Permit dynamic schema updates and extensions
Support on the fly modifications to access controls, knowledge references and tracing
configurations.
Support dynamic directory configuration and control
Support Online backup, restore, import, export, and re-indexing.
Comprehensive support for LDAPv3 including extensions virtual list views, persistent
search, server-side sorting, password policy and to Get Effective Rights operation.
Complete Support for LDIF
Support rules based access control and rights inheritance.
Support SASL Auth, TLS/SSL, X.509 Certs and PKCS11 devices.
Unlimited Entries possible at no extra cost
Controls users ability to perform read, write, search, or compare operations
Allow administrative operations such as backups, schema updates and configuration
changes to be performed online

Authentication Services

Support all aspects of deploying and maintaining a Public Key Infrastructure (PKI) for
managing user identities.

Support cross certification with other PKI deployments allowing a CA to create and sign
cross-signed certificates for another CA.

Signs certificates using industry-standard RSA digital signature (RSA


signature with SHA-256 or SHA-512 hash)

Supports signed audit logs.

Includes customizable policy templates that can be adapted for unique enterprise
certificate management policies

Requests, delivers, and installs certificates over a network using Web protocols such as
HTTP, HTML, and SSL

Distributes certificates and certificate revocation lists to LDAP-compliant directory services


Provides an authorization framework that allows administrators to assign access controls.

Enables corporations to issue, renew, suspend, revoke, and manage single-and dual-key
certificates

Supports certificate requests from clients, servers, and network devices such as Virtual
Private Network clients and routers

Supports key recovery for long-term storage of encryption keys

OCSP Manager, to run on multiple systems (such as a cluster configuration) to support


delegated registration authorities and increased scalability

Allows for cloning of Certificate Authorities for scalability without creating subordinate
Certificate Authorities

Encrypts communication between all components using SSL client authentication with
optional hardware acceleration for increased performance
Allows installation of user certificates to a browser or smart card

SEAL & SIGNATURE OF BIDDER 90


RFP NO MPSEDC/MPSWAN/2007-08/01

Provides a customizable Enterprise Security Client that provides a user interface for
desktop key management tasks and facilitates

Use of Global Platform protocols for communication between a Registration Manager and
individual user tokens.

Issues certificates for use with SSL-compliant clients and servers, Issues certificates for
use with S/MIME

Formulates, signs, and issues industry-standard X.509v3 public-key certificates

Supports DSA and RSA public-key algorithms for encryption, hashing,


and signatures

Supports certificate requests using standards such as PKCS #11, CMRF (with proof of
possession), and CMC

Allows clients and servers to communicate via Online Certificate


Status Protocol (OCSP) for revocation checking

Issues certificate revocation lists (CRLs) at specified intervals that are downloadable by
certificate-aware clients and servers

Includes a built-in OCSP responder that is tightly integrated with the entire Certificate
System architecture.

DNS Services

It should support integration with other network services like DHCP, directory services.
It should support DNS zone storage in Directory services.
It should support conditional DNS forwarders e.g. forwarding based on a DNS Domain
name in the query.
It should support DNS stub zones and DNS zone delegation
DNS Server service should allow clients to dynamically update resource records secure and
non-secure
It should Support incremental zone transfer between servers
It should provide security features like discretionary access control list
The DNS Server should support several new resource record (RR) types. These types,
which include the service location (SRV) and ATM address (ATMA) RRs
It should support Round robin on all resource record (RR) types

DHCP

It should support DHCP client alternate configuration

It should support DHCP database backup and restore

It should support performance monitoring and server reporting capabilities

It should provide support for multicast scopes and superscopes

It should support Integration of DHCP with DNS

It should support Dynamic support for BOOTP clients.

RADIUS

SEAL & SIGNATURE OF BIDDER 91


RFP NO MPSEDC/MPSWAN/2007-08/01

It should support different authentication methods like PPP (Point-to-Point Protocol) and
EAP (Extensible Authentication Protocol )
It should support RADIUS proxy
It should support Centralized user authentication and authorization even with directory
services
It should support centralized administration for access servers
It should support Centralized auditing and usage accounting

Web Server

Should support integrated Web server solution with fault tolerance, requesting queuing,
application health monitoring, automatic application recycling, caching
Should support load balancing
Should have the ability to store web server configuration data in XML, configuration
versioning
Should support web based administration
Should Support for Web Distributed Authoring and Versioning and Web Folders
Should support XML web services
Should support Digest and advanced Digest authentication
Should support integration with certificate services

Specification of Messaging Solution

1 Should support standard protocols like POP, IMAP, SMTP, HTTP, NNTP, and LDAP
format.
2 Must support all major client software /browser.
3 Should support multiple operating systems
4 Messaging solution must provide a powerful, scalable and flexible solution to the
email needs of enterprises and messaging hosts of all sizes using open Internet
standards.
5 Access control for IMAP, POP, SMTP, and Messenger Express (Web mail) services.
6 Mail server should have an ability to have an Internet mail filtering functionality to
separate Spam: the messaging server should have built-in server-side filtering and
also client-side filtering.
7 Server side rules for inbound message filtering.
8 Per domain postmaster support.
9 Enhanced unsolicited bulk email (UBE) control features.
10 Personal and shared calendar option with things to do option. Should have an
integrated calendaring feature that is able to record meeting requests, forward
meeting requests and generate alerts.
11 Should have an integrated Directory Services Authentication mechanism.
12 Support for SMTP authentication and STARTTLS.
13 Support for dynamic groups for mailing lists.
14 Should have Fsupport for integrated authentication mechanism across operating
system, messaging services.
15 Features such as mailbox chunking and sorting, Personal Address Book (PAB), and
folder menus.
16 Web Mail must have following main folders:
 Inbox
 Draft
 Sent
 Bulk
 Trash
 Option to create new folders and organize them
 Search Mail options
 Address Book

SEAL & SIGNATURE OF BIDDER 92


RFP NO MPSEDC/MPSWAN/2007-08/01

 Settings for appearance


 Option to change the password
 Option to move the message to another folder
 Own mail filter and spam control
 Mail Quota Usages Display
 Connect to global address book based on LDAP
 Composing mail options with
- address book
- attachments
- CC, BCC
- Plain/Rich Text formatting
- Spell checker
- Archiving of mails
- Import & export feature of address book
- Message sent confirmation support
- Notification for new mail pop-up
- Sorting of messages w.r.t, date, sender, subject, size
- Search on address book
- Vacation Message
- Transfer of messages from one folder to the other
- Search option w.r.t subject, sender, subject, body, recipients

17 Prompt for adding the user in the Address Book, at the time of sending and
receiving message.

18 Should support Kerberos authentication between a front-end and back-end server –


To help ensure that credentials are secure, Messaging Server should use Kerberos
delegation when sending user credentials between a front-end server, running
services such as Web Access or Mobile Access, and a back-end server such as the
mailbox store.
19 Should provide Message Store reliability and Message Store recovery tools.
20 Should support Blocking Out of Office messages from distribution lists- Out of Office
messages should not be sent to the entire membership of a distribution list that is
listed in the To or Cc boxes.
21 NMP monitoring capabilities.
a. The Messaging Solution should have following security features:
 Connection filtering
 Sender and recipient filtering, including blank sender filtering
 Recipient lookup
 Real-time block list–based filtering
 Suppression of sender display name resolution
 Ability to restrict relaying
 Ability to restrict distribution lists to authenticated users
 Should support Dynamic distribution lists
 Should support virus scanning API

Proxy Services

Tuning of Cache as per size ratio of the users and file system space.
ACL Implementation.
Log Analysis and reports as desired
User Authentication from Directory server
User / IP control to have limited sites and downloads
Bandwidth management and traffic control
Bandwidth prioritization to optimize the internet bandwidth
User / IP control to have bandwidth utilization.

SEAL & SIGNATURE OF BIDDER 93


RFP NO MPSEDC/MPSWAN/2007-08/01

Filtering on the basis of URLs, text, HTML, PICS labeling system, Obscene and
unwanted sites.
Blocking of sites, IPs, Users,
Block or limiting of web uploading
Report generation for internet access in various modes with respect to sites, time,
date, size of download, no. of users, no. of users to particular site/sites etc.
FTP Server and FTP allowing and disallowing to various IPs/ Users.

Bandwidth Reservation

Monitoring and Managing traffic.


Managing the control of traffic flow in a network.
Allocation of bandwidth to groups and individual users.
Bandwidth allocation as per protocols.
Bandwidth allocation for download / upload as per user/group.
Licensing for proxy services should be for available for all the users of MPSWAN
network.

SEAL & SIGNATURE OF BIDDER 94


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No 19:– Remote Access Server T1 to T4


Overview
The SWAN network will be used by some remote offices/ villages, where these
locations may be used infrequently and wireless connection is not feasible, in such
cases they will get connected using either normal telephone (analog) or ISDN
services, depends on the availability of services in those locations. This option can also
be used as redundancy measure for some offices for avoiding blackout of the service.
At state NMC (T1) one dedicated RAS equipment with 30 async. and 30 PRI ports will
be taken supported by a RADIUS/TACACS Server for AAA (Authentication,
Authorization and Accounting) requirement.
At Divisions (T2), district (T3) and blocks (T4) BRI and Async. Ports will be taken in
the available router. For AAA requirement RADIUS/TACACS server in NMC will be
used.

Specifications
Should be chassis based & modular architecture for scalability and ease of management.
The RAS should be modular in nature with 30 Dialup Ports scalable to 60 Dialup Ports
Redundant power supply and online insertion and removable components.
At least 2 PRI ports.
Should have at least two interface module slots free for accommodating future expansion
and growth without replacing the router.
Shall support variety of interfaces like
GE as per IEEE 802.3z and 802.3ab, FE as per IEEE 802.3u, PoE as per IEEE 802.3af
Ch-E1 for dial up
ISDN BRI, PRI
Shall support DSL connectivity using ADSL, G.SHDSL for Horizontal office connectivity
using Dead copper from BSNL
Shall support performance enhancement through hardware based encryption.
Shall support other IP Services like , ACLs, IPSEC VPNs, Firewalling, NAT
Shall support multiple physical circuits into single logical interfaces, to increase bandwidth
Shall support at least 450,000 number of 64 byte packets per second of forwarding
performance
High Availability
Shall support redundant GE connection to LAN
Shall support Redundant Power supply
Shall support fast reboot for minimum network downtime
Shall support Non-Stop forwarding for fast re-convergence of routing protocols

Shall support multiple storage of multiple images and configurations


Shall support link aggregation using LACP as per IEEE 802.3ad
Shall support VRRP or equivalent
Protocol Support
Shall support IPv6 features
Shall support RIPng and OSPFv3 for IPv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF
ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771), IS-IS (RFC1195)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-
DM, DVMRP, M-BGP
Shall support IPSEC with 3DES/AES encryption
IP Services
QoS Features: Shall support the following
Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp bits
Congestion Management: WRED, Priority queuing, Class based weighted fair queuing
Traffic Conditioning: Committed Access Rate/Rate limiting
Signalling: RSVP
Link efficiency mechanisms: cRTP, LFI, MLPPP

SEAL & SIGNATURE OF BIDDER 95


RFP NO MPSEDC/MPSWAN/2007-08/01

Security Features:

IPSEC (Site-to-Site ) and Remote Access or equivalent


NAT
Firewall and IPS features
MD-5 route authentication for RIP, OSPF, IS-IS and BGP
Shall support multi-level of access
SNMPv3 authentication
SSHv2
AAA support using Radius and/or TACACS
CHAP authentication for P-to-P links
DoS prevention through TCP Intercept
DDoS protection
IP Access list to linit Telnet and SNMP access to router
Multiple privilege level authentication for console and telnet access
Time based ACLs for controlled forwarding based on time of day for offices
IEEE 802.1x support for MAC address authentication
Debug, alarms & Diagnostics:
Support for monitoring of Traffic flows for Network planning and Security purposes
Display of input and output error stats on all interfaces
Display of Dynamic Arp table
Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all serial
interfaces
Trace-route, Ping and extended Ping
Should have extensive support for SLA monitoring for metrics like delay, latency, jitter,
packet loss, and MOS
Management
Shall have support for Web based management, CLI, Telnet and SNMPv3
Shall support Secure Shell
Shall support Out of band management through Console and external modem for remote
management

SEAL & SIGNATURE OF BIDDER 96


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 20:- IPS (At T-1)


Technical Specifications for IPS at State HQ (T1)
Intrusion Prevention Service Overview
The Viruses and worms might spread to entire SWAN/Country network, which can result to
complete halt of few online services and hence, the IPS device at state NOC should have a
support to protect the SWAN network from known and unknown network & application layer
attacks, Denial of Service, malwares, worms, network viruses, spyware, etc.,
Specifications:
Intrusion Prevention System at NMC
IPS should have minimum Aggregate Throughput 2000 Mbps.
IPS performance should not reduce by enabling Layer 7 attacks filters by optionally
offloading Layer 7 string search on separate dedicated ASICs.
Provision to install IPS system in heterogeneous architecture (In-line, Sensors + manager,
etc.)
IPS system should be transparent to network and users.
IPS system should have Separate interface for secure management
IPS system should have minimum 8 nos 10/100/1000 Mbps Ports
IPS system should be able to protect Multi Segment in the network, min. 4 segments
supporting both IPS & IDS mode.
DMZ Support
Attack Categories Minimum 20
Disruption free database update
Following Intrusion Detection & Prevention capability
Web/CGI Protection, SNMP Vulnerability
Mail Server Protection, Cross Site Scripting
Brute Force Protection, SQL Injection
Worms & Viruses, Backdoor & Trojans
IPS Device should perform URL & content based Filtering, custom categories, URL
redirection, Keyword search blocking
Device should perform Antivirus detection & protection at Network gateway. Management
console for Real Time Monitoring
Bi-directional Antivirus Protection
Disruption Free Database Update
Spyware protection, OS based attack protection

IPS should have NSS, ICSA or equivalent certification

Protocol Anomalies
Sampling Based Traffic Anomalies, support session anomaly
Reconnaissance
Scanning Tool Detection
Vertical Scanning Detection
IPS Should Protect against various DOS & DDOS attacks
IPS should be configurable to act as wire in case of high CPU utilization (above 80%). This
is required to protect IPS itself from high bandwidth DOS/DDOS attacks.
Protection against TCP, UDP & ICMP Flood, SYN Flood
IPS should be capable to provide prevention against SSL based Attack using external Add-
On hardware that does not degrade IPS performance.
IPS should have complete layer 2-7 bandwidth management capability & also should
perform Dynamic traffic shaping to minimize effect of attack
Actions on Attack Detection
Block attacks in real time, Drop Attack Packets, Packet Logging
Reset Connections, Action per Attack
Layer 7 Stateful Operation
TCP Reassembly
IP Defragmentation

SEAL & SIGNATURE OF BIDDER 97


RFP NO MPSEDC/MPSWAN/2007-08/01

Bi-directional Inspection
Forensic Data Collection
Access Lists – Layer 2-7
Intrusion Prevention System at NMC
Signature Detection
Vendors Signature Database – minimum 1500
Device should have capability to add User Defined Signatures minimum 60,000
IPS Should support Automatic signature synchronization from database server on web
Disruption free signature updates
Should support custom categories
Alerts
Alerting SNMP, SMTP support
Log File, Syslog support
Device Management
Console, SSH, Telnet, HTTPS, HTTP, SNMP V1, 2C, 3
Management console for Real Time Monitoring
Security Certificate & 3’rd Party Testing
NSS (or equivalent) Certified, Tolly Tested report (Preferable)
Security Maintenance
IPS Should support 24/7 Security Update Service
IPS Should support Real Time signature update
IPS Should support Provision to add static own attack signatures
System should show real-time & History reports of Bandwidth usage per policy. Must
support historical report for IDS/IPS/URL filtering/Antivirus policies

SEAL & SIGNATURE OF BIDDER 98


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 22 - VoIP Xchange


Specifications IP Telephony Systems
IP Telephony Overview
IP Telephony enables integration of disparate voice & data networks. Reduces costs on
account of manageability, application integration is possible giving faster ROI and scalability
is at ease without comprised on features.
The minimum number of users is 5000 and maximum of 25,000 users plus with min. 1000
simultaneous sessions.
Unified Messaging System overview
Unified messaging enables the people occupying critical positions to be contacted to their
phones all the time, it make sure that all the critical calls are answered in time avoiding,
time loss & delayed follow ups. Other benefits are email to interface, text to speech
conversions, and voice mail and voice mail retrievals.
The maximum of 500 users with min 20 simultaneous sessions.
Voice Gateway Overview

The State Head quarter need to connect to the outside voice telephone network and the
voice gateway router should supports the widest range of packet telephony-based voice
interfaces and signaling protocols within the industry, providing connectivity to public
switched telephone network (PSTN) and PBX.

The voice gateway router enables users to immediately deploy an end-to-end IP telephony
network architecture or gradually shift voice traffic from traditional circuit-switched
networks to a single infrastructure carrying data, voice, and video over packet networks.
Specifications:
The IP Telephony system should be an integrated telephony solution for IP Phones,
gateways over IP architecture and should be scalable to support the minimum number 5000
users and maximum of 25,000 users plus with min. 1000 simultaneous sessions.
The IP Telephony system shall have centralized architecture so that a single system located
at State HQ can support all IP end points across the State containing multiple sites
connected across wide area network.
The IP Telephony system at the State HQ should be fully redundant solution with NO single
point of failures & should be capable of providing 1:1(server to server) redundancy to all IP
phones in the State WAN setup. This would ensure reduction in downtime for the end
devices/phones. The bidder should provide a detailed description of the call flow of their
system.
To ensure high uptimes, it should be possible to have IP Telephony Server redundancy in
between DC and DR Sites, which will be separated, over a distance of at least 600 kms. The
distance is keeping in mind the environmental changes across a certain distance.
If the primary appliance(s) of the IP Telephony system at Site #1 fails or if Site #1 becomes
unavailable because of any WAN link outages, all end points (IP phones) should
automatically register themselves with the backup appliance(s) at Site #2 of the IP
Telephony System without any manual intervention. Support for this feature is required as
implementation of this may be required at a later stage. The Bidder should mention in detail
about this feature.
No existing calls should be dropped during the switchover mentioned in the above point if
the link is alive between them (2 sites on call).
The telephony user shall not do anything/any configuration (no manual intervention) to
revert to the active server from the failed server.
In the event of WAN failure, the IP Phones register locally to the Branch Gateway providing
basic telephony features like extension to extension calling, Call Transfer, Call Hold, Last
number redial, 3 party conferencing on the Local site.
The system must support the above-mentioned capability by the means of Branch Gateway.
the number of IP Phones supported at district should be 120 200 and scalable to 300 400
and at block 30 scalable to 60 80 for the above-mentioned feature.
There should be a provisioning for fax communication also across the State for sending the

SEAL & SIGNATURE OF BIDDER 99


RFP NO MPSEDC/MPSWAN/2007-08/01

printed documents. All the offices including NMC,CHQ, DHQs and BHQs should have one
analog port for Fax machine connectivity. VoIP Xchange should support all the offices
including Individual Department who utilizes the SWAN network, NMC, CHQ, DHQs and
BHQs for fax connectivity on analog port .
The IP telephony solution should have CODEC support for G.711@64kbps,
G.729A/B@8kbps. The compression codecs will be required for efficient utilization of the
bandwidth resources.
The IP Telephony solution must ensure that the per call bandwidth consumed over the WAN
is not more than 14Kbps. The bidder should provide a detailed description of the
mechanisms deployed to achieve the desired per call bandwidth.
Should provide the directory of all users of the region so that the users can search the using
their IP Phones on the directory by first name or last name and can make calls to them.
The users should be able to configure their own settings for their phone like speed dials, call
forward settings etc through web interface or from the phone without the intervention of the
administrator.
Silence suppression, voice activity detection. The purpose of the feature is to detect silence
periods in the voice signal and temporarily discontinue transmission of the signal during the
silence period. This saves bandwidth and allows the far-end to adjust its jitter-buffer.
Should provide Secure HTTP (HTTPS) support for management interface and user interface
through which user changes his own settings.
Should support configuration of an authorization code that has to be entered by user prior
to extending a call to a specific route pattern for enhanced security and to prevent toll
frauds. The CDR should capture the details of the authorization code usage.
Should provide QoS statistics on a per call if needed.
Administrative Features:

Call detail records


CDR Analysis and Reporting Tools
Centralized, replicated configuration database, distributed Web based management
Configurable Call Forward Display
Database automated change notification
Date and time display
Lightweight Directory Access Protocol (LDAP) Version 3 directory interface to selected
vendor’s LDAP directories
Active Directory
Netscape Directory Server
Debug information to common syslog file
Device-downloadable feature upgrades—Phones, hardware transcoder resource, hardware
conference bridge resource, VoIP gateway resource
Dynamic Host Configuration Protocol (DHCP) block IP assignment— Phones and gateways
Dialed number translation table (inbound and outbound translation)
Dialed number identification service
User Features
Abbreviated Dial
Answer and answer release
Barge
Callback busy, no reply to station
Call connection
Call coverage
Call forward—all (off net and on net)
Call forward—busy
Call forward—no answer
Call hold and retrieve
Call Join
Call park and pickup
Call pickup group-universal
Call status per line (state, duration, number)

SEAL & SIGNATURE OF BIDDER 100


RFP NO MPSEDC/MPSWAN/2007-08/01

Call waiting and retrieve (with configurable audible alerting)


Calling Line Identification
Calling Line Identification Restriction call by call
Calling party name identification
Conference List and Drop any party
Direct inward dial (DID)
Direct outward dial (DOD)
Directory dial from phone—corporate, personal
Directories—missed, placed, received calls list stored on selected IP
phones
Distinctive rings
Distinctive ring per phone
Drop last conference party (ad-hoc conferences)
Extension mobility support
Hands-free, speakerphone
Immediate Divert to voicemail
Last number redial
Malicious Call ID and Trace
Unified Messaging System
Voice Messaging Overview
Intelligent voice messaging allows users to interact with the system in the way that is most
comfortable and convenient for them.
Users select telephone user interface style by individual preference.
Customizable notifications via pager or mobile phone help users manage communications.
Unified Messaging Features
E-mail, voice, and fax messages should be organized in user's e-mail inbox, giving
centralized communications control.
Voice and fax messages should be accessed from a desktop PC, laptop computer with
Internet access, or any touch-tone telephone.
A text-to-speech module reading e-mail messages over the telephone in clear, spoken
words.
Interoperability and Availability
digital interoperability
analog interoperability
Unified Message Repository (UMR)-manage new voice messages when the e-mail system or
network is offline
Message Access from the Telephone User Interface (TUI)
Play and process messages (repeat, reply, forward, delete, save, mark as new, hear
day/time stamp, or skip to the next message)
Deliver messages to users at designated telephone numbers-
Reverse/pause/fast forward during message playback
Pause/resume during message recording
Address messages to multiple recipients
Global addressing / LDAP Intergration.
Record message and specify as regular, urgent, private, or future delivery.
Record message and request return receipt
Switch between spelling name and extension when addressing message
Forward faxes to any fax machine from a touchtone telephone
Message Access from the PC
Inbox-web-browser access to voice mails regardless of groupware environment (supported
on Internet Explorer 5.5 or higher)

Subscribe Meassages should be forwared to Internet e-mailend voice.


Download all message types and respond to or create new messages offline.
Save voice and fax messages along with e-mail in public or personal.

End User Features

SEAL & SIGNATURE OF BIDDER 101


RFP NO MPSEDC/MPSWAN/2007-08/01

Customize message notification options, manage personal greetings, change passwords


Select conversation type-full or brief prompts
Address and then record message, or record and then address message
Record up to two personal greetings (alternate, busy, internal, off-hours, standard)
Flex Stack-specify the order in which messages are presented over the phone, by message
type (voice, fax, e-mail), urgency, or LIFO/FIFO3
Create private distribution lists and address messages to them via TUI (VM and UM) or GUI
Inbox (UM only)
Message notification for new messages via devices such as SMTP text, pagers, and phone
destinations
Message notification via SMS text messaging for mobile users.
Cascade message notification-if message is not retrieved,
System Administration Overview
Should leverage communications infrastructure investment by integrating with Call-Server
and leading traditional telephone systems-even simultaneously-paving the way for a smooth
transition to IP telephony.
Should support Session Initiation Protocol (SIP) proxy servers, designated SIP phones and
clients, and SIP-enabled access gateways.
Should support Intuitive browser-based system administration console and tools simplify
installation, maintenance, and daily use and enable maintenance from any PC on the
network.
Should support Innovative use of streaming media providing efficient audio delivery.
Should support Fault-tolerant system tools include robust security, file replication, event
logging, and optional software RAID levels 0-5.
Should support TTY conversation for accessibility
Should support be scalable to 72 ports and 7500 Unified Messaging users per server
System Administration Features
Alternate extensions-configured by system administrator or by user
Configurable Billing ID
Browse to another Cisco Unity Administrator on a networked Cisco Unity server
Call holding queue
Call Handlers-accept calls, play recorded prompts, route calls, accept messages
Caller ID
Configurable Call Routing and Auto Attendant
Configurable Call Screening
Class of Service-control subscriber access to features
Create subscribers individually or in bulk
Day and time stamp for messages
Event logging
Full Mailbox warning
Guided installation
Message Waiting Indication (MWI)
Move subscriber mailboxes without shutting down system
Multiple administrative levels-control access to pages in system administration GUI by class
of service (read, modify, delete rights)
Multiple audio codec support
Multiple Time Zone support

Fax
Should support Fax messaging from both IP and non IP end points.
Should support Microsoft Exchange and IBM Lotus domino
Optional Fax Server with fax-on-demand, desktop print-to-fax.
Security
Password and PIN security policy options to enforce expiration, complexity, reuse and
lockout.
Call restriction tables to prevent toll-fraud.
Security event logging and reports of failed login and account lockouts

SEAL & SIGNATURE OF BIDDER 102


RFP NO MPSEDC/MPSWAN/2007-08/01

Message archiving utilities to enforce corporate electronic records retention policies.


Voice Trunk Gateway Specifications
Should be chassis based & modular architecture for scalability and ease of management.
Atleast one Voice Multiflex Trunk - E1 and scalable to two
Should have at least two interface module slots free for accommodating future expansion
and growth without replacing the router.
Shall support high performance traffic forwarding with con-current features like Security,
Voice enabled
Shall support variety of interfaces like
FE as per IEEE 802.3u,
Voice interface’s - BRI, E1, E&M , FXO, FXS
Signaling support includes T1/E1 Primary Rate Interface (PRI), T1 channel associated
signaling (CAS), E1-R2, T1/E1 QSIG Protocol, T1 Feature Group D (FGD), Basic Rate
Interface (BRI), foreign exchange office (FXO), E&M, and foreign exchange station (FXS)

High Availability
Shall support redundant FE connection to LAN

Protocol Support

Shall support IPv6 features


Shall support RIPng and OSPFv3 for IPv6
Shall support Routing protocols like RIP ver1 (RFC1058)&2 (RFC 1722 and 1723), OSPF
ver2 (RFC2328), OSPF on demand (RFC1793), BGP4 (RFC1771), IS-IS (RFC1195)
Multicast routing protocols support : IGMPv1,v2 (RFC 2236), PIM-SM (RFC2362) and PIM-
DM, Multicast VLAN Registration, DVMRP, M-BGP
Shall support IPSEC with 3DES/AES encryption

IP Services

QoS Features: Shall support the following

Classification and Marking: Policy based routing, IP Precedence, DSCP, MPLS exp bits
Congestion Management: WRED, Priority queuing, Class based weighted fair queuing
Traffic Conditioning: Committed Access Rate/Rate limiting
Signalling: RSVP
Link efficiency mechanisms: cRTP, LFI, MLPPP
Per VLAN QoS
Security Features:

Shall support multi-level of access


Multiple privilege level authentication for console and telnet access

Multi-media support:

Shall support Voice capabilities


Voice pass-through
Codec support for G.711 and G.729
Shall support H.323, MGCP

Management

Shall have support for Web based management, CLI, Telnet and SNMPv3

IP Telephony Management System


The voice network management solution should meet the following specifications
Should work with the voice networking components of SWAN viz. the call control system,

SEAL & SIGNATURE OF BIDDER 103


RFP NO MPSEDC/MPSWAN/2007-08/01

survivability system, PSTN gateway, IP Phones, voice mail and preferably the switches on
which the phones & other systems will be installed for comprehensive network
management.
The voice network management system should be able to manage multiple sites and
multiple clusters of call control system.
A single management system should be able to monitor at least 20,000 15000 phones,
multiple call control clusters and at least 100 survivability systems to support a region today
as well as in the future.
The management system should be fully web enabled for ease of use for the operation
team.
The management system shall support for automatic discovery of the voice networking
elements like call control system, phones.
Should provide real time alters to for problems in the voice network. It should be possible
for the management system to get information by using SNMP based traps & events for
comprehensive management of the overall system.
Should provide reports from the management system on system performance.
The management system should be able to provide an inventory of devices in the voice
network and should be able to phone status change and also the phone movements for
security & enhanced tracking reasons.
The management system should provide notifications to the voice network administrator in
real-time using SNMP traps, syslog and e-mail.
The management system should support multiple level of administration facility.

SEAL & SIGNATURE OF BIDDER 104


RFP NO MPSEDC/MPSWAN/2007-08/01

Sr No 23
VoIP End Points – Phone type 1 (T1)
Minimum Four soft keys, 4 line support.
Should display missed calls, outgoing calls that have been
placed, and incoming calls that have been received
Should support various preferences such as ring types and display
Contrast.
Should support volume-control toggle for providing easy decibel-
level adjustments of the handset and ringer
A single-position foot stands to provide optimum display viewing and
Comfortable use of buttons and keys.
Support of a single line or directory number
Calling name and number display
Call waiting
Call forward
Call transfer
Three-way calling (inbuilt-conference)
On-hook dialing, pre-dialing, and off-hook dialing
Redial
Call hold
Soft key to access voicemail messages
Automatic IEEE 802.1q (virtual LAN) configuration
G.711a, G.711u and G.729ab audio compression CODECs
Integrated Ethernet switch
10/100BASE-T Ethernet connection through an RJ-45 interface for
LAN connectivity.
Provisioning of network parameters through Dynamic Host
Configuration Protocol (DHCP)
Voice activity detection, silence suppression, comfort-noise
generation, and error concealment
High-resolution LCD.
Support for XML-based Services.
Support differentiated services code point (DSCP) and 802.1Q/p standards.
The phone should support H.323 and / or SIP
Video telephony Support
Support for AC power adapter and PoE based on IEEE 802.3a

SEAL & SIGNATURE OF BIDDER 105


RFP NO MPSEDC/MPSWAN/2007-08/01

Sr No 24:- VoIP End Points – Phone type 2 (T2-T4)


Should have an LCD display
G.711 and G.729a audio compression
An IP address assignment — DHCP client or statically configured
Comfort noise generation and voice activity detection (VAD)
programming on a system basis
The phone should also include the following settings:
Display contrast
Ring type
Network configuration
Call status
Calling Features
The phone should also include the followings:
Multi-line appearance
Calling name and number display
Call waiting
Call forward
Call transfer
Three-way calling (inbuilt-conference)
Pre-dialing before sending
Redial
Call hold / resume
Call mute
Call pick-up / group pick-up
MWI facility on phone
Comfort noise generation, voice activity detection, adaptive jitter buffer and echo
cancellation
Language support: English
Local phone book
Time / date display system wise
Network Features
Automatic IEEE 802.1q (virtual LAN [VLAN]) configuration
G.711 and G.729a audio compression
Integrated Ethernet switch
10/100BASE-T Ethernet connection through an RJ-45
Interface for LAN connectivity
Provisioning of network parameters through Dynamic Host
Configuration Protocol (DHCP)
Voice activity detection, silence suppression, comfort-noise
generation, and error concealment
Power Supply
Support for AC power adapter and PoE based on IEEE 802.3a

SEAL & SIGNATURE OF BIDDER 106


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 25:- MCU (At T-1)


Specification for MCU for Video Conferencing
Shall support min. 5 simultaneous conference sessions with min. 20 end points
participation in each conference session. Minimum 100 ports.
Standards
System: ITU H.323 v.4 and SIP
Video: H.261, H.263, H.264
Audio: G.723.1, G.711, G.728, G.722, G.722.1 and AAC-LD 64k
Data: H.239 (dual video and data)
Encryption: H.235 (AES)
Compatible with Gatekeeper
Compatible with H.323 and SIP Videophones
Compatible with H.323 and SIP VOIP Gateway
Compatible with H.320 (ISDN) Gateway
Compatible with Multipoint Control Unit (MCU)
Compatible with ADSL, Cable, VPN, LAN
Networking:
TCP/IP, Static IP or DHCP, DNS
Option for Firewall traversal solution (ALG)
Voice over PSTN/ISDN via Gateway
Access Mode by endpoints: static IP, PPPoE, DHCP
Bandwidth Control: 64 Kbps to 4 Mbps per endpoint
Conferencing Modes:
Streaming enable/disable while during a conference, including multicast capability
Audio Switching
PBX Features:
Multi-point conferencing
Call Transfer, Call Pickup, Call Forward
Dial Plans: Dial by alias, Area Code, Gateway Dialing
Call Details Records
Administration Features:
Scalability
Centrally administer multi Zones
Remote call initiation & hang up
Remote endpoint configuration
Directory services
Directory Gatekeeper
Login information
Remote s/w upgrade
Management Features:
QOS Service
B/W limit
IP Precedence or DiffServ prioritization
Firewall port range
Alert agent
Call handling rate
Maximum packet size adjustment
Scheduling Features:
Point to Point
Multi Point
Gateway calls
Recurring events
Redial option
Chair control

SEAL & SIGNATURE OF BIDDER 107


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 26 :- UPS T-1 Specifications for 20 KVA On-Line UPS


Description Specification
Capacity 20KVA Parallel redundant capability with load sharing
Technology UPS should be microprocessor based digitally controlled, IGBT based
High frequency PWM Technology with High conversion efficiency,
noiseless operation. Pure & steady Sine wave output. Full proof
protection. Compact & rugged with wheels at base.
Features Desired Handles high inrush currents inherent in loads without tripping or
transfer to Bypass.
High frequency Charger independent of the input converter should
ensures ripple free & controlled charging to enhance the life of
batteries, improves input power factor, works on a wide input voltage
range. Saves on electricity.
Fully Automatic control for Battery low, Auto restart, Auto recovery
from mains, Under voltage and Over voltage trip, Automatic return
from bypass on recovery from overload requires no manual attention.
Flexible synchronization facility for Forced synchronization or forced
50Hz. Operation possible over riding the specified synchronous range.
Provision for locking transfer in Asynchronous mode.
Ready status and Fault diagnostics through a user-friendly mimic.
UPS should have cold start facility so that UPS can be switched ON
directly from the battery.
Phase reversal Protection
Input Voltage 400V +/- 20% three phase
Input frequency range 50 Hz +/- 6%
Output Voltage 230VAC ± 1.5%, Single phase
Output Frequency 50Hz ± 0.1%
Output power 20KVA or 16 Watts
Out put overload 110 % for 10 minutes
capacity 150 % for 1 minute
Output Crest factor Minimum 3:1
Output Transient Voltage dip/rise less than +/– 5 % and recovery within 5 milliseconds
response for 100%
step load variation
Output Overall AC to > 80 %
AC efficiency
Inverter Efficiency > 90 %
Output Harmonic < 3% on linear load, <5% on non linear loads
distortion
Output isolation Double Wound isolation transformer
Wave form Pure sine wave
Input Power factor Preferably unity
Static by pass During failure in the UPS equipment the static switch automatically
transfer the A.C. load directly to the AC line in less than 4 ms.
Maintenance by pass Inside the UPS module used to connect the alternator supply to critical
switch load while electrically isolating static switch and inverter for
maintenance purpose.
Battery Type Sealed maintenance free
Battery Back up time Minimum Two Hours at full resistive load of 16000 Watts
Battery makes Any reputed company with rack and connectors/cables.
Nominal Battery Specify
Voltage
Battery Capacity Minimum 45000 VAH
Protections Desired Input & Output Over and Under voltage
Output Over load and Short circuit

SEAL & SIGNATURE OF BIDDER 108


RFP NO MPSEDC/MPSWAN/2007-08/01

Battery Under voltage


Preferred Indications LED indication for Line ON, Battery ON, Mains abnormal, Load on
battery, load on bypass & inverter trip.

Communication UPS should have SNMP enabled capability to communicate with the
Computer interface computers and network for early warning and fault status. Supports all
major Operating Systems and environments

Environment Audible < 55dBA at 1 m distance from UPS.


noise
Environment Operating between -10 to 50 deg c
temperature
Relative humidity 95% non condensing
Environment IP-31 /IP20 preferred
Standards & protection
class
The products offered must be of high quality and manufactured by nationally/internationally
reputed manufacturer having a minimum turnover of Rs. 25 Crore (Attach copy of the audited
balance sheet) and ISO 9001 (Services and Manufacturing) and preferably ISO 14001
certifications

SEAL & SIGNATURE OF BIDDER 109


RFP NO MPSEDC/MPSWAN/2007-08/01

Sr No 27 & 28 Specifications for 5 KVA On-Line UPS for Tier 2 & 3


5 KVA 1 Ph Input 1 ph Output
Description/ Parameter Specifications Required
01 Input Voltage Range 230v + 15 –20 % Single Phase
02 Input Frequency Range 47 Hz To 53 Hz
03 Output Voltage 230 V ± 1%
Regulation
04 Output Frequency 50 Hz ±0.1% Free Running
50 Hz ± 6% synchronized to mains
05 Output Power Rating 5000 VA/4000 Watts
06 Output Waveform Sine Wave
07 Total Harmonic Distortion Less than 5% For Linear And Non-Linear Loads
08 Overload Capacity 110 % For 10 Minutes, 150 % For 1 Minute
09 Transient Response For ±10% With Recovery Within 3 Cycles.
100% Step Load
10 Efficiency Overall Batter than 80%
Inverter Batter than 90%
11 Crest Factor 3:1
12 Operating Temperature 0-50 degrees Centigrade
13 Relative humidity 0 % to 95%, non condensing
14 Battery Charger Built In Float Cum Boost Charger With CC & CV Mode. Should
be able to charge a fully discharged battery in 10 hours
15 Protections Input And Output Under Voltage And Over Voltage Protection
Output Short-Circuit Protection-
Output Overload Protection-
Full Isolation Between Input & Output.
16 Indications Mains ON, Charger ON,
Battery Low, Invertor ON, System Trip/ Invertor Trip
17 Alarms -Low Battery
-Mains Failure
18 Metering Input Voltage, Output Voltage and Current, Battery Voltage
And Current.
19 Power management UPS should have SNMP enabled capability to communicate
with the computers and network for early warning and fault
status. Supports all major Operating Systems and
environments
20 Nominal DC Voltage (To Be Specified)
21 Backup Time 4 Hours on Full Resistive Load Of 4000 Watts
22 No. Of Batteries (To Be Specified)
23 Type Of Batteries Sealed, maintenance free
24 Capacity Of Batteries Minimum 20900 VAH
25 Make Of Batteries (To Be Specified Only reputed makes will be considered)
26 Manual Bye Pass To Be Provided
27 Static Bye Pass To Be Provided with changeover within 4 ms
28 Audible noise Not more than 55 dbA
29 Power cables, media, manageability software, documentation
Accessories
etc
32 Redundancy Option for operating two UPS systems in parallel redundant
mode with load sharing to be made available if required.
The products offered must be of high quality and manufactured by nationally/internationally
reputed manufacturer having a minimum turnover of Rs. 25 Crore (Attach copy of the audited
balance sheet) and ISO 9001 (Services and Manufacturing) and preferably ISO 14001
certifications

SEAL & SIGNATURE OF BIDDER 110


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 29:- UPS T-4 Specifications for 3 KVA On-Line UPS for Tier 4
3 KVA 1 Ph Input 1 ph Output
Description/ Parameter Specifications Required
01 Input Voltage Range 230v + 15 –20 % Single Phase
02 Input Frequency Range 47 Hz To 53 Hz
03 Output Voltage Regulation 230 V ± 1%
04 Output Frequency 50 Hz ±0.1% Free Running
50 Hz ± 6% synchronized to mains
05 Output Power Rating 3000 VA/2400 Watts
06 Output Waveform Sine Wave
07 Total Harmonic Distortion For Less than 5%
Linear And Non-Linear Loads
08 Overload Capacity 110 % For 10 Minutes, 150 % For 1 Minute
09 Transient Response For 100% ±10% With Recovery Within 3 Cycles.
Step Load
10 Efficiency Overall Batter than 75%
Inverter Batter than 85%
11 Crest Factor > 3:1
12 Operating Temperature 0-50 degrees Centigrade
13 Relative humidity 0 % to 95%, non condensing
14 Battery Charger Built In Float Cum Boost Charger With CC & CV Mode.
Should be able to charge a fully discharged battery in
10 hours
15 Protections -Input And Output Under Voltage And Over Voltage
Protection
-Output Short-Circuit Protection-
Output Overload Protection-
Full Isolation Between Input & Output.
16 Indications Mains ON, Charger ON,
Battery Low, Invertor ON, System Trip/ Invertor Trip
17 Alarms -Low Battery
-Mains Failure
18 Metering Input Voltage, Output Voltage and Current, Battery
Voltage And Current.
19 UPS should have SNMP enabled capability to
communicate with the computers and network for
Power management software
early warning and fault status. Supports all major
Operating Systems and environments
20 Nominal DC Voltage (To Be Specified)
21 Backup Time 4 Hours on Full Resistive Load Of 2400 Watts
22 No. Of Batteries (To Be Specified)
23 Type Of Batteries Sealed, maintenance free
24 Capacity Of Batteries Minimum 13300 VAH
25 Make Of Batteries (To Be Specified Only reputed makes will be
considered)
26 Manual Bye Pass To Be Provided
27 Static Bye Pass To Be Provided if required with changeover within 4
ms
28 Audible noise Not more than 55 dBA
29 Power cables, media, manageability software,
Accessories
documentation etc
The products offered must be of high quality and manufactured by nationally/internationally
reputed manufacturer having a minimum turnover of Rs. 25 Crore (Attach copy of the audited
balance sheet) and ISO 9001 (Services and Manufacturing) and preferably ISO 14001
certifications

SEAL & SIGNATURE OF BIDDER 111


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 30:- DG T1
Specification for 100KVA Silent DG set for NMC
Diesel Engine:
Rated at 1500 RPM, water cooled, four stroke, electrical start, four cylinder complete with
following accessories: .
Air intake system-Air intake manifold, dry type air cleaner.
Exhaust System-flexible connections, exhaust manifold, exhaust silencer.
Coolant System-Engine water pump, radiator, coolant additive concentrate.
Lubricating System-Oil pan, engine mounted lube oil pump, full flow lube oil filter, lube oil
bypass filter
Starting System-12 V DC electric starter,12 V battery charging alternator
Safety controls- oil pressure, water temperature etc.
Electric instrument panel-start/stop key switch, lube oil pressure indication, water
temperature indication, RPM indication, engine hours indication, battery charging
indication, overspeed trip indication
Others-Flexible coupling, flywheel with housing.
Alternator
Self excited self regulated brushless type with operation at 1500rpm generating 0.8 power
factor 415V 50Hz with minimal voltage regulation.
Control panel
Voltmeter with selector switch
Ammeter with selector switch
MCCB of suitable rating.
Frequency meter
Indicator lamp
Aluminums bus bars of suitable capacity with incoming and out going termination ends
Fuel tank
Daily service fuel tank of 200-300 liter, fabricated from 14 SWG sheet Metal complete with
drain valve, air vent and inlet and outlet Connections.
Base frame
Engine and alternator are mounted, coupled and aligned on a common channel iron
fabricated base frame with predrilled holes.
Battery
One set of battery of suitable capacity of reputed make duly charged with its leads.
Interface
SNMP enabled DG set for monitoring the DG set i.e. (status, level of oil in tank etc.).
The products offered must be of high quality and manufactured by nationally/internationally
reputed manufacturer having a minimum turnover of Rs. 100 Crore (Attach copy of the audited
balance sheet) and ISO 9001 (Services and Manufacturing) and preferably ISO 14001

SEAL & SIGNATURE OF BIDDER 112


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 31 & 31A :- DG T-2 to T-4


Specification for 8KVA DG set for Tier 2, Tier 3 Tier 4.
Diesel Engine:
Rated at 1500 RPM, Air cooled, four stroke, electrical start complete with following accessories:
Flywheel
Air cleaner and exhaust silencer.
Lube oil and fuel filter.
Safety controls-Low lube oil pressure.
Air intake system and exhaust system
Coolant system and lubricating system
Electric starter
Alternator
Self-excited self regulated brushless type with operation at 1500rpm generating 0.8-power
factor, 240 V 50Hz with minimal voltage regulation at no load to full load.
Control panel :
Voltmeter with selector switch
Ammeter with selector switch
MCCB of suitable rating.
Indicator lamps
Fuel tank
Daily service fuel tank of 20-30 liter complete with drain valve, air vent and inlet and
outlet Connections.
Base frame
Engine and alternator are mounted, coupled and aligned on a common channel iron
fabricated base frame with predrilled holes .
Battery
One set of battery of suitable capacity of reputed make duly charged with its leads.
Interface
SNMP enable DG set for monitoring the DG set i.e. (status, level of oil in tank).

The products offered must be of high quality and manufactured by nationally/internationally


reputed manufacturer having a minimum turnover of Rs. 100 Crore (Attach copy of the audited
balance sheet) and ISO 9001 (Services and Manufacturing) and preferably ISO 14001

SEAL & SIGNATURE OF BIDDER 113


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 32:- AC T-1

Specification for Split AC 3.0T


AC supplied should be heavy duty type suitable for continuous 24x365 operation
Power supply: 230 V AC power supply/single phase/50HZ.
Power Cosumtion/current: 3 KW or less.
Compressor Type: Rotary
Fan speed: 3 level modes of cooling
Provides uniform cooling by circulating cool air to every corner of your conditioned area.
Time Delay: Inbuilt time delay feature.
Auto restart feature
Electronic thermostat
On/Off timer
Automatic resumption after electrical power cut-off to the previous user’s settings.
Ability to select Temperature.
SNMP enabled device.
The products offered must be of high quality and manufactured by
nationally/internationally reputed manufacturer having a minimum turnover of Rs. 100
Crore (Attach copy of the audited balance sheet) and ISO 9001 (Services and
Manufacturing) and preferably ISO 14001

S. No. 33:- AC T-2 to T-4 with Stabilizer

Specification for Split AC 2.0T


AC supplied should be heavy duty type suitable for continuous 24x365
operation
Power supply: 230 V AC power supply/single phase/50HZ.
Power Cosumtion/current:2 KW or less/10-12 amp
Compressor Type: Rotary
Fan speed: 3 level modes of cooling
Provides uniform cooling by circulating cool air to every corner of your conditioned
area.
Time Delay: Inbuilt time delay feature.
Auto restart feature
Electronic thermostat
On/Off timer
Automatic resumption after electrical power cut-off to the previous user’s settings.
Ability to select Temperature.
SNMP enabled device.
The products offered must be of high quality and manufactured by
nationally/internationally reputed manufacturer having a minimum turnover of Rs. 100
Crore (Attach copy of the audited balance sheet) and ISO 9001 (Services and
Manufacturing) and preferably ISO 14001

SEAL & SIGNATURE OF BIDDER 114


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 35 & 36:- Equipment Rack T-1 and Equipment Rack T-2 to T-4
42 u Racks 600mm * 800mm
Racks Size: 42u
Width * Depth: 600mm * 800mm
Powder quoted steel Body with front door of glass.
Completely covered & have security locks
All covers can be removed & operable from all sides
Uninhibited access to all mounting points inside the racks
Proper ventilated with four fans.
Power cable management
Two Power strips having 10 5A/15A sockets each
Adjustable shelf & accessories to accommodate equipment’s
Fitted with Copper strip for earthing the equipments.
One IP Power strip with min 5 sockets
42 u Racks 600mm * 1000mm
Racks Size: 42u
Width * Depth: 600mm * 1000mm
Powder quoted steel Body with front door of glass.
Completely covered & have security locks
All covers can be removed & operatable from all sides
Uninhibited access to all mounting points inside the racks
Proper ventilated with four fans
Power cable management
Two Power strips having 10 5A/15A sockets each
Adjustable shelf & accessories to accommodate equipment’s
Fitted with Copper strip for earthing the equipments.
One IP Power strip with min 5 sockets
21 u Racks 600mm * 800mm
Racks Size: 21u
Width * Depth: 600mm * 800mm
Powder quoted steel Body with front door of glass.
Completely covered & have security locks
Uninhibited access to all mounting points inside the racks
Proper ventilated with minimum two fans
All covers can be removed & operatable from all sides
Power cable management
Two Power strips having Five 5A/15A sockets each
Adjustable shelf & accessories to accommodate equipment’s
Fitted with Copper strip for earthing the equipments.
One IP Power strip with min 5 sockets

The products offered must be of high quality and manufactured by


nationally/internationally reputed manufacturer and ISO 9001 (Services and
Manufacturing) and preferably ISO 14001

SEAL & SIGNATURE OF BIDDER 115


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 37:- Helpdesk Solution


Their will be helpdesk at state NMC for providing support services to entire SWAN
network users. Helpdesk should be equipped with the following components:

Helpdesk management module of NMS as per specification of S.No 17.

Ten desktop machines. (Specifications of Desktop machine as per SL. No.13). At least
two of the PC’s should be equipped with 50” Monitors for instant/simultaneous
network monitoring. (Specifications of 50” Monitor as per serial number 38).

Adequate facility for taking printouts.

S. No. 38:- Monitor 50"

Resolution: 1920 X 1080


Brightness: 1000 cd/md
Contras Ratio: Minimum 10,000:1
Screen Size: 50”
Power saving feature.
Audio power output: 10W X 2 (stereo)
Communication Interface: Video, S-Video, AV composite Video, USB 2.0 and PC (RGB) input.

SEAL & SIGNATURE OF BIDDER 116


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 39:- Point to Multipoint Wireless system


Specifications for wireless equipment
Wireless requirement Overview

The SWAN network has to reach up to the villages, where the physical cable may not exist
and not feasible to lay a cable to the village, in such cases the Wireless connectivity is very
beneficial to connect those villages. Moreover Wireless will be used for horizontal
connectivity at all Pop’s for connecting user depts. Also, there are no recurring charges by
using free ISM band.

The key requirement for Wireless Base station is to provide P-to-MP connectivity for remote
villages and user departments’ offices within 25 Kms radius using 2.4Ghz unlicensed band.
Support for min. 100 remote sites per radio at Base Station.

RF frequency should be in unlicensed band however their may be requirement of


licensed band equipment at five to ten locations. The specifications for both licensed
band and unlicensed band equipment will remain same.

Specifications

Base Station:

The system should support OFDM (Orthogonal Frequency Division Multiplexing) for Near-
Line Of Sight (NLOS) application.

Base station should have minimum throughput of 10 mbps at 10 KM distance with 90


degree sector antenna and clear LOS.

Transmit Power (Tx) of base station should be min. 23 dBm.

Range of minimum 25 km radius in point to multipoint mode at minimum 64 Kbps


bandwidth at any point.

Should support following services:


Videoconferencing
Voice over IP
Internet Browsing
VPN
Web Casting
Messaging
Video Streaming

Should support the following protocols:


Static Routes, RIPv2, IPV4, STP, UDP, ICMP, Telnet, HTTP, FTP, SNMP

Security features support:


Data Encryption, WEP (64/128 bit) WPA/WPA-2, AES, IPSEC, MAC Based Authentication

RF frequency should be in unlicensed band however their may be requirement of licensed


band equipment at five to ten locations.

Data interface should be Ethernet.

Should support routing and bridging.

NMS of wireless equipment should also have monitoring in terms of MRTG like tools for

SEAL & SIGNATURE OF BIDDER 117


RFP NO MPSEDC/MPSWAN/2007-08/01

traffic utilization and general RF link parameters such as RSSI, SNR etc.

Wireless equipment should have QOS features with MIR and CIR inbuilt. The system should
support WiMAX (802.16)-like QoS data classification.

Wireless equipment should be IPv6 compliant by year 2008.

Channel bandwidth should be adjustable to 5, 10, and 20 MHz.

Equipment should be SNMP enabled.

Desirable features are support for Dynamic Adaptive Modulation, Variable channel
bandwidth, GUI based configuration and NMS features.

NMS of wireless equipment should be ‘one point of management’. The NMS should also
provide remote maintenance (SW upgrades, etc) of the radio units.

Equipment should be SNMP enabled.

The system should support fully automatic configuration of the CPEs, including the QoS,
once they acquire an RF link to the Base station.

The system should have self-interference prevention (preferably GPS synchronization),


between different Base Stations and between co-locating sectors within a base station.

Antenna for Base Station

Gain 17.0 dBi


VSWR ≤ 1.5 : 1
Polarization Vertical or Horizontal
Front to back ratio ≥ 22 dB
Impedance 50 Ω
H-plane half power beamwidth 900
E-plane half power beamwidth 70
Connector N-Female
Half power beamwidth ≤ 8º
Ground Direct Ground
Power handling capacity Minimum 5 Watts

Antenna should be suitable for outdoor applications with protection against surge, wind etc
and should be supplied with all accessories

The base station should be outdoor type along with surge protection and gas
discharge devices with cables and all accessories.

SEAL & SIGNATURE OF BIDDER 118


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 40:-
Wireless Access Point/CPE (Customer Premises Equipment)

Receive sensitivity of the equipment should be min. -85 dBm at a throughput of


10 Mbps.

Should support following services:


Videoconferencing
Voice over IP
Internet Browsing
VPN
Web Casting
Messaging
Video Streaming

Should support the following protocols:


Static Routes, RIPv2, IPV4, STP, UDP, ICMP, Telnet, HTTP, FTP, SNMP

Security features required:


Data Encryption, WEP (64/128 bit) WPA/WPA-2, AES, IPSEC, MAC Based Authentication

The CPE required are to support Point to Point, Point to Multi Point network.
Integrated antenna in CPE with option for connecting external antenna.

The CPE of the equipment should preferably provide two data Ethernet interfaces preferably
or an option for repeating the signal to second hop (CPE acting as a repeater).

The CPE will be outdoor type unit with surge protection and gas discharge devices
with cables, all accessories and compatible 24 dBi antenna.

Specification of 24 dBi antenna

Gain Minimum 24.0 dBi


VSWR ≤1.5 : 1
3 dB Beamwidth Max 10° x 14°
Front to back ratio > 24 dB
Polarization Vertical or Horizontal
Power Handling capacity Minimum 5 Watts
Impedance 50 Ω
Ground Direct Ground
Connector N-Female

SEAL & SIGNATURE OF BIDDER 119


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 41 & 43:- Mast for Antenna

The design of a typical 3 meter Antenna section and installation guideline drawings are given
below:

SEAL & SIGNATURE OF BIDDER 120


RFP NO MPSEDC/MPSWAN/2007-08/01

SEAL & SIGNATURE OF BIDDER 121


RFP NO MPSEDC/MPSWAN/2007-08/01

SEAL & SIGNATURE OF BIDDER 122


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 42 A:-
Wireless Access Point/CPE (Customer Premises Equipment)

Receive sensitivity of the equipment should be min. -85 dBm at a throughput of 10 Mbps.

Should support following services:


Videoconferencing
Voice over IP
Internet Browsing
VPN
Web Casting
Messaging
Video Streaming

Should support the following protocols:


Static Routes, RIPv2, IPV4, STP, UDP, ICMP, Telnet, HTTP, FTP, SNMP

Security features required:


Data Encryption, WEP (64/128 bit) WPA/WPA-2, AES, IPSEC, MAC Based Authentication

The CPE required are to support Point to Point, Point to Multi Point network.
Integrated antenna in CPE with option for connecting external antenna.

The CPE of the equipment should preferably provide two data Ethernet interfaces preferably or an
option for repeating the signal to second hop (CPE acting as a repeater).

The CPE will be indoor type unit with protection devices, cables, all accessories and
compatible indoor antenna.

SEAL & SIGNATURE OF BIDDER 123


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 42B:-
Wireless Access Point/CPE (Customer Premises Equipment)

Receive sensitivity of the equipment should be min. -85 dBm at a throughput of 10 Mbps.

Should support following services:


Videoconferencing
Voice over IP
Internet Browsing
VPN
Web Casting
Messaging
Video Streaming

Should support the following protocols:


Static Routes, RIPv2, IPV4, STP, UDP, ICMP, Telnet, HTTP, FTP, SNMP

Security features required:


Data Encryption, WEP (64/128 bit) WPA/WPA-2, AES, IPSEC, MAC Based Authentication

The CPE required are to support Point to Point, Point to Multi Point network.
Integrated antenna in CPE with option for connecting external antenna.

The CPE of the equipment should preferably provide two data Ethernet interfaces preferably or an
option for repeating the signal to second hop (CPE acting as a repeater).

The CPE will be outdoor type unit with surge protection and gas discharge devices with
cables, all accessories.

SEAL & SIGNATURE OF BIDDER 124


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 44:- Outdoor Antenna 24dBi

Gain Minimum 24.0 dBi


VSWR ≤1.5 : 1
3 dB Beamwidth Max 10° x 14°
Front to back ratio > 24 dB
Polarization Vertical or Horizontal
Power Handling capacity Minimum 5 Watts
Impedance 50 Ω
Ground Direct Ground
Connector N-Female

S. No. 45:- Outdoor Antenna

Gain 8.0 dBi to 16 dBi

VSWR ≤1.5:1
Power handling Capacity 5W
Polarization Vertical/Horizontal
E-plane half power beam width 6˚ to 13°
Max. wind velocity 60 m/s
Impedance 50 Ω
Ground Direct ground

SEAL & SIGNATURE OF BIDDER 125


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 46:- As per the specifications of S.No 12 given above.

S.No. 47:- Router T-5 for end user departments.

Performance:
• Shall support interfaces like
o E1/channelized E1
o ISDN BRI, PRI
o Shall support DSL connectivity using ADSL, G.SHDSL for BHQ connectivity using
Dead copper from Service Provider’s
• Shall support load balancing across multiple unequal WAN links to the same destination
network.
• At least 100 Kpps forwarding performance

High Availability
• Redundant FE connection into Local LAN
• Shall support VRRP or equivalent.

Protocol Support
• OSPF ver2 (RFC2328)
• BGP4 (RFC1771)
• MPLS VPN and Traffic Engineering support

IP Services

QoS Features:
• Traffic Conditioning: Committed Access Rate/Rate limiting

Security Features:
• SNMPv3 authentication or equivalent
• AAA support using Radius and/or TACACS
• DoS prevention through TCP Intercept
• DDoS protection
• IP Access list to limit Telnet and SNMP access to router
• Multiple privilege level authentication for console and telnet access

Debug, alarms & Diagnostics:


• Support for monitoring of Traffic flows for Network planning and Security purposes
• Display of input and output error stats on all interfaces
• Display of Dynamic ARP table
• Display of physical layer line status signals like DCD, DSR, DTR, RTS, CTS on all serial
interfaces
• Trace-route, Ping and extended Ping
Management
• Shall have support for Web based management, CLI, Telnet.
• Shall support Secure Shell
• Imbedded RMON support for four groups – history, statistics, alarms and events

SEAL & SIGNATURE OF BIDDER 126


RFP NO MPSEDC/MPSWAN/2007-08/01

Specifications for Support Items

PART D

S. No. 101 & 102 : Chairs

Tubular office chairs made of prime quality ERW tubes of 25 mm outer diameter and 1.6 mm thick
with high density cushion for seat and backrest along with arm rest. The product to be supplied
shall be approved by MPSEDC before supply.

S. No. 103 & 104 : Tables

Office table with work surface made of 18 mm thick pre laminated boards with PVC edge
beeding.Drawer units, locker units and filing drawer units made of minimum 0.63 mm CRCA sheet.
Top channel frame made of minimum 1 mm thick CRCA sheet bend C section. Tubular framework
made of 1.25mm thick ERW tubes. Size of table top should be 4’ X 2’.The table should have
minimum one drawer unit one filing drawer unit and keyboard tray. The product to be supplied
shall be approved by MPSEDC before supply.

S. No. 105: Conference Table (12 Seater)

Conference table suitable for 12 persons along with 12 numbers of chairs pre- fabricated or
fabricated as per design approved by MPSEDC.

S. No. 106 & 107: Fire extinguishers

Supply and installation of 4.5 Kgs Carbon Dioxide (CO2) type fire extinguishers (Portable) suitable
for Data processing centers, Networking Labs, Telecommunication rooms, DG, Electrical panel etc.
Product quoted should be certified by BIS.

S. No. 108: Electrical Fixtures

Supply,Installation, Testing and commissioning of Mirror optic lighting fixtures of approved make
suitable for surface/recess mounting complete with anodized high parity aluminum for high optical
efficiency reflectors, copper chokes, HPS capacitors, lamp tube holders & fluorescent tubes of 2 *
36 Watts T/L

S.No. 109 : Electrical DBs

Main DB
Design, fabrication, assembling, wiring & supply of panel fabricated out of 14/16 gauge CRCA sheet
steel in cubical compartmentalized wall mounted dust and vermin proof with reinforcement of
suitable size angle iron, channel, t section and or flats wherever necessary. Cable gland plates shall
be provided at the bottom of the panel. Panel shall be treated with all anticorrosive process before
powder coating. Each and out going feeder hinged door shall be properly earthed with braided
copper conductor wire. All outgoings shall be provided with connectors, 2 Nos. earthing terminals
shall be provided. Panel shall be suitable for 415 volts, 3 phase 4 wire, 50 Hz supply system.
Approval shall be taken for each panel in form of shop drawings before fabrication. Galvanized
hardware with zinc passivation shall be used in fabrication of panel with:

MPEB INCOMER
1 No KWH meter compartment as per MPEB norms with proper sealing arrangement for MPEB
meter.
3 Nos. 125 Amp. HRC fuses with fuse fittings.
1 No. 63 Amp. TPN MCB

SEAL & SIGNATURE OF BIDDER 127


RFP NO MPSEDC/MPSWAN/2007-08/01

3 Nos. LED type phase indicators with 2 Amp HRC fuses with fuse fittings.
Voltmeter with VSS.
DG INCOMER
1 No. 63 Amp TPN MCB
1 No KWH Meter
3 Nos. LED type phase indicators with 2 Amp HRC fuses with fuse fittings.
Voltmeter with VSS.

1 No. 100 Amp. 4 pole onload changeover switch

100 Amp bus Al bus bars.


Ammeter with ASS and CT’s

OUTGOING
18 Nos. 6 to 32 Amp. SP MCB’s as per SLD provided.

SEAL & SIGNATURE OF BIDDER 128


RFP NO MPSEDC/MPSWAN/2007-08/01

S.No 109a: Electrical DBs (UPS)

UPS DB:

Supply and fixing of MCB distribution boards (grouted in wall).


12 way SPN consumer unit with 32 Amp DP MCB as incomer and 12 Nos. 6/10 Amp SP MCB’s as
outgoing.

SEAL & SIGNATURE OF BIDDER 129


RFP NO MPSEDC/MPSWAN/2007-08/01

S. No. 110: Cabling

Cable end termination of 1.1 KV Cu PVC insulated PVC sheathed armoured cables with supply of
bimetallic lugs and brass cable glands.
1.1 KV 4.0 core x 10 sq mm Cu.

S. No. 111: Mains Circuit Wiring

Supply, installation, testing and commissioning of wiring with approved make 2 x 6 sq mm PVC
insulated stranded copper conductor in recessed/ surface 2 mm thick PVC pipe / 16 gauge MS
conduit including 4 sq mm stranded PVC insulated copper conductor for earthing (single phase 3
wire) all complete.

S. No. 112: Sub-Mains Circuit Wiring

Supply, installation, testing and commissioning of wiring with approved make 2 x 4 sq mm PVC
insulated stranded copper conductor in recessed/ surface 2 mm thick PVC pipe / 16 gauge MS
conduit including 2.5 sq mm stranded PVC insulated copper conductor for earthing (single phase 3
wire) all complete.

S. No. 113: Point Wiring

Supply, installation, testing and commissioning of wiring with approved make 2 x 2.5 sq mm PVC
insulated stranded copper conductor in recessed/ surface 2 mm thick PVC pipe / 16 gauge MS
conduit including 1.5 sq mm stranded PVC insulated copper conductor for earthing (single phase 3
wire) all complete.

S.No. 114 & 115: Data Cabling

Supply, installation, testing and commissioning of CAT 5 / CAT 5 E/ CAT 6 data cable of approved
make in 2 mm thick PVC conduit (duly identified with proper ferrules and taging with help of PVC
transparent tape) including Supply, installation, testing and commissioning of modular information
outlet. (RJ-45) of approved make.

S.No 116a: Switch Boards for AC

Switch board for AC supply complete with housing, one MCB 20 A and single phase industrial
socket. The quality of components to be used shall be approved by MPSEDC before installation.

S.No 116b: Switch Boards for PC

Modular Switch board for PC supply complete with housing, 3 nos of 5 pin sockets 6A, 1 switch 6A.
The quality of components to be used shall be approved by MPSEDC before installation.

S.No 116b: Switch Boards for PC

Modular Switch board for PC supply complete with housing, 3 nos of 5 pin sockets 6A, 1 switch 6A.
The quality of components to be used shall be approved by MPSEDC before installation.

S.No 116c: Switch Boards for Lighting and fans

Modular Switch board for Lighting & Fans complete with housing, 1 no of 5 pin socket 6A, 3
switches 6A. The quality of components to be used shall be approved by MPSEDC before
installation.

SEAL & SIGNATURE OF BIDDER 130


RFP NO MPSEDC/MPSWAN/2007-08/01

S.No 117: Earth Pits

Preparing an earthing pit (plate electrode) using 600 x 600 x 3.15 mm copper plate including
supply, laying and installation of all necessary materials as earth electrode, 50 x 5 mm copper strip
up to top of pit funnel, screen, watering pipe, CI frame with cover, salt, charcoal etc and all
necessary material and masonry work to complete the job as per IS 3043-1987. The general
schematic of earthing is given below:

SEAL & SIGNATURE OF BIDDER 131


RFP NO MPSEDC/MPSWAN/2007-08/01

S.No 118: False ceiling

Providing and fixing 12.5 mm thick Gypsum False Ceiling Tiles (of approved make) of size 600 x
1200 mm in true horizontal level suspended on inter locking metal grid of hot dipped galvanized
steel sections ( galvanized @ 170 gm/sqm ) consisting of main "T" runner suitably spaced at joints
to get required length and of size 24 x 38 mm made from 0.30 mm thick (minimum) sheet spaced
at 1200 mm center to center and cross "T" of size 24 x 25 mm made of 0.3 mm thick (minimum)
sheet, 1200 mm long spaced between main "T" at 600 mm center to center to form a grid of 1200
x 600 mm and secondary cross "T" of length 600 and size 24 x 25 mm made of 0.3 mm thick
(minimum ) sheet to be interlocked at middle of the 1200 x 600 mm panel to form grids of 600 x
600 mm and laying 12.5 mm thick Gypsum false ceiling tiles of approved texture in the grid
including, wherever, required, cutting/making, opening for services like diffusers, grills, light
fittings, fixtures, smoke detectors,trap doors etc.

S.No 119: Aluminum Partition work including doors/windows (sq feet)

Providing & fixing in position powder coated (of approved shade) aluminum anodized fixed
partitions as per layout. Main frame to be in aluminum section 100 x 70 x 1.9 mm with horizontal
members at bottom, lintel & false ceiling level with sections fixed

Providing and fixing aluminum anodized operable doors/windows ventilators made out of extruded
aluminum section conforming to IS : 733, IS:1285 & IS:1868 with outer frame size 101.6 x 44.45
x 1.90 mm weighing 1.54 kg/m and shutter frame made from Aluminum

S.No 120: Doors & window repairing (Nos.)

Providing and fixing new wooden section in repairing of old window/doors frames as directed.
Replacing old sections including dismantling of old framework & fixing with new sections including
all accessories.

S.No 121: Flush Doors (Sq Ft)

Providing teak wood work in frame of door section of 7’ x 2.5" with M.S. hinges & necessary screws
and providing & fixing 35 mm thick ISI marked flush door shutters non-decorative type, core of
block board construction with frame of 1st class hard wood

S.No 122: Lock with keys

Supply of Minimum three lever lock of approved make with minimum three keys. The product to be
supplied shall be approved by MPSEDC before supply.

S.No 123: Almirah

Almirah fabricated from CRCA sheet of minimum 0.9 mm thickness for front and sides and
minimum 0.8 mm thick for back finished with anti rust treatment and powder coating. Dimensions
& design equivalent to Godrej Storewel full size Almirah. The product to be supplied shall be
approved by MPSEDC before supply.

SEAL & SIGNATURE OF BIDDER 132


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER 10:
FORMS/PROFORMA

(1)

Manufacturer’s Authorization Form

Date: dd/mm/yyyy

To,
Reference:

Sir,

We _______________________, (name and address of the manufacturer) who are established and
reputed manufacturers having factories at __________________ (addresses of manufacturing
locations) do hereby authorize M/s _______________________ (name and address of the bidder)
to bid, negotiate and conclude the contract with you against the tender (Tender No….. Dated ….)
for the following equipments manufactured by us:

1.
2.
We undertake to provide service, support and spare during the period of contract or six years
whichever is later.
Yours faithfully,

For and on behalf of M/s __________________________(Name of the


manufacturer)
Signature

Name
Designation
Address
Date

Authorized signatory’s signature and stamp

Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.

SEAL & SIGNATURE OF BIDDER 133


RFP NO MPSEDC/MPSWAN/2007-08/01

(2)

Organizational Experience

Assignment Name:
Location within Country: Professional Staff Provided by Your
Organization
Name of Client: No. of Staff:
Address: No. of Staff-Months; duration of assignment

Start Date Completion Date Approx. Value of Services:


(Month/Year): (Month/Year):
Name of Associated Consultants, if any: No. of Months of Professional Staff, provided
by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:

Narrative Description of Project:

Description of Actual Services Provided by Your consultant :

SEAL & SIGNATURE OF BIDDER 134


RFP NO MPSEDC/MPSWAN/2007-08/01

(3)

Statement of deviation from Technical Specifications/requirements


To,
The Managing Director,
MPSEDC Ltd.
147, Zone – 1, MP Nagar
Bhopal

Reference: Tender Number ……. Dated ……

Sir,
There are no technical deviations (null deviations) from the requirement specifications of tendered
items and schedule of requirements. The entire work shall be performed as per your specifications
and documents.
OR (Strike out whatever is not applicable)
Following is the exhaustive list of technical deviations and variations from the requirement
specifications of tendered items and schedule of requirements. Except for these deviations and
variations, the entire work shall be performed as per your specifications and documents.

S. Section/ Page No in Sl.No as in Page No Statement of deviations and


No Tender Document Tender Document variations

Signature of Bidder (with official seal)


Date
Name
Designation
Address

Telephone
Fax
E-mail address

SEAL & SIGNATURE OF BIDDER 135


RFP NO MPSEDC/MPSWAN/2007-08/01

(4)
Statement of deviation from tender terms and conditions

To,
The Managing Director,
MPSEDC Ltd.
147, Zone – 1, MP Nagar
Bhopal

Reference: Tender Number ……. Dated ……

Sir,
There are no deviations (null deviations) from the terms and conditions of the tender. All the terms
and conditions of the tender are acceptable to us.
OR (Strike out whatever is not applicable)
Following are the deviations from the terms and conditions of the tender. These deviations and
variations are exhaustive. Except these deviations and variations, all other terms and conditions of
the tender are acceptable to us.

S. Section/ Page No in Sl.No as in Page No Statement of deviations and


No Tender Document Tender Document variations

Signature of Bidder (with official seal)


Date
Name
Designation
Address

Telephone
Fax
E-mail address

SEAL & SIGNATURE OF BIDDER 136


RFP NO MPSEDC/MPSWAN/2007-08/01

(5)
FORMAT FOR Performance Bank Guarantee

(On Stamp Paper as per legal requirements)

In consideration of ……………………….which expression unless the context otherwise requires, shall


include its successors and permitted assigns (the “MPSEDC”) having registered office at M.P.Nagar,
Bhopal agreed to accept from [ ] (the name of the Successful bidder) a company incorporated,
organized and subsisting under the Companies Act, 1956 (1 of 1956) and having its registered
office at [ ..] which expression unless the context otherwise requires, shall include its successors
and permitted assigns (the "Successful bidder") under the terms and conditions of an agreement
dated the [………] day of [……..] between the MPSEDC and the Successful bidder for the setting up
MPSWAN as specified in the TENDER Document for the same.

Security deposit for the due fulfillment by the Successful bidder of the terms and conditions
contained in the Contract Agreement on production of an interest free bank guarantee
("Performance Bank Guarantee") of 10% of the total project value of Rs.____________
(___________rupees only) is amounting to Rs. _______________ (________ rupees only) in
favour of the MPSEDC to be renewed annually up to the currency of the contract Agreement.

1. We, [ ] (name of the, Bank) do hereby guarantee and undertake to indemnify and pay and keep
indemnified the MPSEDC in terms of the Contract Agreement to the extent of this Bank Guarantee
value of Rs.________ (_____rupees only).

2. We, [ ] (name of the Bank) further agree that if a demand is made by the MPSEDC for honoring
the Performance Bank Guarantee we, [ ] (name of the Bank) having no right of decline to cash the
same for any reason whatsoever. The fact that there is a dispute between the MPSEDC and the
Successful bidder is no ground for us Request for Proposal – MPSWAN RFP no. ------------[ ] (name
of the Bank) to decline to honour the Performance Bank Guarantee.

3. We, [ ] (name of the Bank) further agree that a mere demand by the MPSEDC is sufficient for us
[ ] (name of the Bank) to pay the amount covered by the Performance Bank Guarantee without
reference to the Successful bidder and any protest by the Successful bidder cannot be valid for us [
] (name of the Bank) to decline payment to the MPSEDC.

4. We, [ ] (name of the Bank) further agree that the MPSEDC shall have the fullest liberty, without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the
Contract Agreement or to extend time of performance by the Successful bidder from time to time
or to postpone for any time or from time to time, any of the powers exercisable by the MPSEDC
against the Successful bidder and to forbear or enforce any of the terms and conditions relating to
the Contract Agreement and we shall not be relieved from our liability by reasons of any such
variation or extension being granted to the Successful bidder or for any forbearance, act or
omission on the part of the MPSEDC or any indulgence by the MPSEDC to the Successful bidder or
any such matter or thing whatsoever which under the law relating to sureties would but for this
provision have effect of so relieving us [ ] (name of the Bank).

5. We [ ] (name of the Bank) lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the
MPSEDC in writing. DATED THE [ ] DAY OF [ ]

Signatures _____________
Name _________________
Designation______________
For [Name of the Bank]
(Seal of the Bank)

SEAL & SIGNATURE OF BIDDER 137


RFP NO MPSEDC/MPSWAN/2007-08/01

6)
AGREEMENT
(To be executed on Stamp paper as per legal requirement)

THIS AGREEMENT made on the ___________________ day of _______________ 2007 between M


P State Electronics development Corporation Ltd (Name of MPSEDC) having its registered office at
147, Zone I M P Nagar Bhopal MP of one part and M/s
______________________________________________ having its registered office at
__________________________________ [hereinafter called “The System Integrator (SI)”] of the
other part.

WHEREAS the MPSEDC has desired that certain Goods and services viz _ Supply, Installation &
Commissioning, of the MPSWAN as per the Scope of work & specifications given in the tender
document, and operation & maintenance of the network for five years as per details, service levels
& deliverables defined in the tender document referred below, and has accepted a Tender by the SI
(Wide LOI no ----- dated ----- ) for the supply of those goods and services for the sum of
_________________________ (Contract Price in Words and Figures) (hereinafter called “the
Contract Price”).

Whereas the SI has accepted the offer of MPSEDC Wide Letter no ----- dated ----- in response to
the LOI no ----- dated ----- issued by MPSEDC.

NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have same meanings as are respectively
assigned to them in the Conditions of Tender referred to.

2. The following documents shall be deemed to form and be deemed to form and be read and
construed as part of this Agreement, viz.:

Attachment 1 Tender Document for the BOOT implementation of MPSWAN ( RFP No


MPSEDC/MPSWAN/2007-08/01 Dated 27th April 2007)
Attachment 2 Consolidated clarifications issued by MPSEDC Ltd. on the Tender
Attachment 3 Technical bid submitted by the SI
Attachment 4 Consolidated Clarifications submitted by the SI on the Technical bid
Attachment 5 Financial bid submitted by the SI
Attachment 6 Letter of Intent issued to the SI
Attachment 7 Work Order no _________ Dated _______ issued by MPSEDC Ltd, to SI
Attachment 8 Performance Bank Guarantee for Rs -------- submitted by SI in fulfillment of the
condition of Tender
Attachment 9 Service Level Agreement (SLA)

3. In consideration of the Payments to be made by the MPSEDC to the SI as hereinafter


mentioned, the SI hereby covenants with the MPSEDC to provide the goods and services
and to remedy defects therein in conformity in all respects with the provisions of the Tender
Document.

4. The MPSEDC hereby covenants to pay the SI in consideration of the provisions of the goods
and services and the remedying of defects therein the Contract Price or such other sum as
may become payable under the provisions of the Contract at the times and in the manner
prescribed in the Tender Document.

5. The following terms & conditions shall apply in addition to the terms & conditions given in
the tender document and shall over ride the conditions given in the tender document No RFP
No MPSEDC/MPSWAN/2007-08/01.

SEAL & SIGNATURE OF BIDDER 138


RFP NO MPSEDC/MPSWAN/2007-08/01

a) -----
b) -----
c) -----
d) -----

6. In case of any dispute in interpretation of the terms and conditions given in any of the
documents referred above the decision of Principal Secretary IT, Government of M.P in
respect of the interpretation shall be final and binding on both the parties.

7. The details of goods and services to be delivered, quantities of various equipments and
services, price and delivery terms etc. shall be as per the tender document RFP No
MPSEDC/MPSWAN/2007-08/01 along with attachment 1 to 9 referred above.

8. The service level agreement referred as attachment 9 above shall be signed separately
which will include service level, penalties and payment terms as given in the attachments
given above thru 1 to 9.

IN WITHNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with their respective laws the day and year first above written.

Signed, Sealed by the said _________________________________ (For the MPSEDC)

in the presence of : __________________________________.

Signed, Sealed by the said _____________________ (For the SI)

In the presence of: ______________________________

SEAL & SIGNATURE OF BIDDER 139


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER 11:

List of POPs with Contact Person & Tel. No.

Sl.No. Tier-2 Tier-3 Tier-4 Address Contact Person


Tier-1 NMC (Bhopal)
01 Huzur Tehsil Office
02 Phanda
03 Barasia SDM Office SDM 07565-88288

04 Sehore Collectorate SDO 07563-279333


05 Ashta SDM Office SDM
06 Ichhawar SDM Office 07561-273346
07 Nasrullaganj SDM Office SDO 07563-203755
08 Budhni SDM Office SDO 07564-234750

09 Raisen Collectorate Jt. Collector


07482-223005/
9826051590
10 Sanchi Janpad Office CEO 07482-266729
11 Silwani Janpad Office CEO 07484-240549
12 Udaypura Tehsil Office Tehsildar
07485-270444
13 Badi Janpad Office CEO 07486-263425
14 Obaidullaganj Janpad Office CEO 07480-224024
15 Geratganj Janpad Office CEO 07481-221238
16 Goharganj Tehsil Office Tehsildar
9425367136
17 Begamganj Tehsil Office Tehsildar
07484-272210
18 Bareli Tehsil Office Tehsildar
07486-230246

19 Rajgarh Collectorate Joint Collector


07372-254289
20 Biora Multapura H.S. Principal
School Biora 07374-232971
21 Narsinhgarh SDO Revenue SDO 07375-245526
Office
22 Khilchipur SDO Revenue SDO 07370-277384
23 Jirapur Tehsil Office Tehsildar
07370-275029
24 Sarangpur Old Janpad SDM 07371-222069
Panchayat
Office

25 Vidisha Collectorate Dy. Collector


9425483443
26 Basoda Tehsil Office SDM 07594-220010
27 Kurwai Tehsil Office Tehsildar
07593-247208
28 Sironj Tehsil Office Tehsildar
07591-253743
29 Lateri Tehsil Office Tehsildar
07590-276222
30 Nateran Tehsil Office Tehsildar
07595-259079

SEAL & SIGNATURE OF BIDDER 140


RFP NO MPSEDC/MPSWAN/2007-08/01

31 Gyaraspur Tehsil Office Tehsildar


07596-263208

32 Betul Collectorate Addl. Collector


Campus 230034
33 Ghoradongri Block Office CEO 07146-248546
34 Chicholi Tehsil Office Tehsildar 244264
35 Shahpur Block Office CEO 07546-273139
36 Bhainsdehi Block Office CEO 07143-287207
37 Bhimpur Block Office CEO 07142-247415
38 Athner Block Office
39 Multai Tehsil Office Sub. Engr. PWD
9425171690
40 Prabhat Pattan Block Office Sub. Engr. PWD
9425171690
41 Amla Block Office CEO 9425941650

42 Indore Collectorate SDO, 9425168757


43 Mhow Tehsil Building Tehsildar, 273461
44 Sanwer SDO Office SDO/Tehsildar
9425037379/
9425065614
45 Depalpur Tehsil Office Tehsildar
07322-220237

46 Khandwa Collectorate Supdt./DIO


07332-226666/
07332-226934
47 Chhaigoan Block Resource BRCC 07320-247809
Makhan Centre
48 Punasa Janpad CEO 07323-288073
Panchayat
Office
49 Pandhana SDO Revenue SDO
Office 07320-237152
50 Chhanera SDO Revenue SDO
Office 07327-272246
51 Khalwa Block Resource BRCC
Centre 07328-282622
52 Baldi Janpad CEO
Panchayat 9926440101
Office

53 Dhar Tehsil Office Tehsildar


Collectorate 07292-232365
Campus
54 Nalchha Janpad SDO PWD
Panchayat 9425085557
Building
55 Tirla Janpad SDO PWD
Panchayat 9425085557
Building
56 Manawar Tehsil Office Tehsildar
07294-232243
57 Umarvan Vipnan SDO PWD
Sankhyiki 9893412342
Office

SEAL & SIGNATURE OF BIDDER 141


RFP NO MPSEDC/MPSWAN/2007-08/01

58 Gandhwani Tehsil Office SDO PWD


9893412342
59 Kukshi SDM Office SDM 07297-234512
60 Nisarpur Block Office SDO PWD
9425334196
61 Bag Block Office CEO 07297-267264
62 Dahi Janpad CEO
Panchaya 07297-260249
Building
63 Sardarpur BRC Office
64 Badnawar Tehsil Office Tehsildar
07295-232051
65 Dharmpuri Women & Child SDO PWD
Welfare Office 07291-264184

66 Jhabua Tehsil Office Tehsildar


(Collector 07392-244262
Campus)
67 Rama Janpad CEO
Panchayat Hall 07392-282310
68 Thandala Tehsil Office Tehsildar
07390-276162
69 Petlawad Tehsil Office Tehsildar
07391-265447
70 Jobat Tehsil Office Tehsildar
07393-288235
07393-287235
71 Udaigarh Janpad CEO
Panchayat Hall 07393-286013
72 Alirajpur Tehsil Office Tehsildar
07394-233563
07394-233443
73 Sondawa Janpad CEO
Panchayat Hall 07395-272725
74 Kattiwada Janpad CEO
Panchayat New
Hall
75 Ranapur Tehsil Office Tehsildar
07392-283371
76 Bhawara Tehsil Office Tehsildar
07394-271408
77 Meghnagar Tehsil Office Tehsildar
07390-284310

78 Khargone Collectorate Collector/DIO


07282-232363/
07282-232016
79 Gogoan Block Office CEO
07287-221327
80 Bhagwanpura Tehsil Office Tehsildar
07282-263426
81 Segoan Tehsil Office Tehsildar
07282-261116
82 Bhikangoan SDM Office SDM 07288-222525
83 Jhiranya Tehsil Office
84 Mandleshwar SDM Office SDM, 233423,
9425046901
85 Maheshwar Tehsil Office Tehsildar
07283-273224

SEAL & SIGNATURE OF BIDDER 142


RFP NO MPSEDC/MPSWAN/2007-08/01

86 Badwaha SDM Office SDM 07280-222075


87 Kasrawad SDM Office SDM 07285-231332

88 Badwani Collectorate Collector


07290-222800
89 Pati Block Office Nayab Tehsildar
9425125704
90 Thikari Tehsil Office Tehsildar
07284-267283
91 Rajpur Tehsil Office Tehsildar
07284-256244
92 Pansemal Tehsil Office Tehsildar
07286-267283
93 Sendhwa SDO Revenue SDM
Office 07281-224095
94 Niwali Tehsil Office Tehsildar
07286-273285

95 Burhanpur Jila Panchayat EE PWD/SDO


Office 07325-255245/
9826310955
96 Khaknar Tehsil Office SE PWD
07332-249681
97 Nepanagar Tehsil Office Tehsildar

98 Gwalior Collectorate Addl. Collector


9425112600
99 Ghatigoan Tehsil Office SDM 9826858174
100 Dabra Tehsil Office SDM 9425140520
101 Morar Tehsil Office Tehsildar
102 Bhitarwar Tehsil Office SDM 9425117688

103 Shivpuri Collectorate Collector/DIO


Campus 07492-233700/
07492-232672
104 Kareira SDM Office SDM 07493-253331
105 Kolaras SDM Office SDM/Tehsildar
07494-242242/
07494-242226
106 Pohari SDM Office SDM/Tehsildar
07490-244002/
07490-244001
107 Pichore SDM Office SDM 07496-245230
108 Narwar Tehsil Office Tehsildar
07491-272557
109 Khaniyadhana Tehsil Office Tehsildar
07497-235501
110 Badarwas Block Office Tehsildar
07495-245576
111 Guna Collectorate SDM 07542-252644
Campus
112 Bamori Block Office CEO 07540-270348
113 Arone Tehsil Office SDM 07545-258254
114 Radhogarh SDM Office SDM 07544-262225
115 Chachora Tehsil Office SDM 07546-240223
116 Kumbhraj Tehsil Office SDM 07546-243133

SEAL & SIGNATURE OF BIDDER 143


RFP NO MPSEDC/MPSWAN/2007-08/01

117 Ashoknaga Tehsil Office Tehsildar


r 07543-220303
118 Mungawali Tehsil Office SDM/Tehsildar
07548-272200/
07548-272038
119 Chanderi Tehsil Office SDM/Tehsildar
07547-253300/
9425759721
120 Isagarh Tehsil Office SDM/Tehsildar
9425096915/
07541-244100

121 Datia Tehsil Office Addl. Collector/SDM


07522-235200/
07522-237100
122 Seoda Tehsil Office SDM 07521-271275
123 Bhander Tehsil Office SDM/Tehsildar
07523-242325/
07523-242325

124 Morena Collectorate Collector


07532-222191
125 Ambah Tehsil Office SDM/Tehsildar
07538-255800/
07538-256348
126 Porsa Janpad CEO
Panchayat 07538-254139
Building
127 Joura Tehsil Office SDM/Tehsildar
07537-245068/
07537-245984
128 Pahargarh Janpad SDM
Panchayat 07537-245068
Building
129 Sabalgarh Tehsil Office CEO 9425069119
130 Kelaras Tehsil Office SDM 07536-252791

131 Bhind Collectorate SDM, 230560


132 Ater SDM Office SDM 07534-282361
133 Gohad SDO Office SDO 07539-222033
134 Mehgoan SDO Office SDO 07527-255232
135 Lahar SDO Office SDO 07529-252054
136 Roan Tehsil Office Tehsildar
07529-285654
137 Mihona Tehsil Office Tehsildar
07534-250280

138 Sheopur Collectorate Dy. Collector/DIO


Building 07530-220181/
07530-222631
139 Vijaypur SDO Revenue SDM 07528-266230
Office
140 Karahal Tehsil Office Tehsildar
07533-262291

141 Ujjain Collectorate SDM 9425093412


142 Ghatiya Tehsil Building Tehsildar
9301316903

SEAL & SIGNATURE OF BIDDER 144


RFP NO MPSEDC/MPSWAN/2007-08/01

143 Badnagar Tehsil Building Tehsildar


07367-225741
144 Khachrod Tehsil Building Tehsildar 07366-
230463/231047
145 Nagda Tehsil Building Tehsildar
07366-238406
146 Mahidpur Tehsil Building Tehsildar
07365-231300
147 Tarana Tehsil Building Tehsildar
9893120804

148 Ratlam Tehsil Office EE PWD


07412-270437
149 Sailana Tehsil Office EE PWD
07412-270437
150 Jawra Tehsil Office EE PWD
07412-270437
151 Alot Tehsil Office EE PWD
07412-270437
152 Piploda Tehsil Office EE PWD
07412-270437
153 Bajna Tehsil Office EE PWD
07412-270437

154 Neemach Collector Office SDM


Data Room 2nd
floor
155 Manasa Tehsil Office Tehsildar
07421-242320
156 Jawad Tehsil Office
157 Dewas Collectorate Collector/RES
9826400852
158 Sonkachh Tehsil Office Tehsildar
222295
159 Bagli SDM Office SDM 07271-275646
160 Kannod SDM Office SDM 07273-222303
161 Tonkkhurd Tehsil Office Tehsildar 270313
Campus
162 Khategoan Tehsil Office Tehsildar
Campus 07274-232204

163 Shajapur Collectorate Jt. Collector

164 Shujalpur Tehsil Office Tehsildar

165 Agar Tehsil Office Tehsildar

166 Susner Tehsil Office Tehsildar

167 Gulana Tehsil Office Tehsildar

168 Moman Barodia Tehsil Office Tehsildar

169 Barod Tehsil Office Tehsildar

170 Kalapipal Tehsil Office Tehsildar

171 Nalkheda Tehsil Office Tehsildar

SEAL & SIGNATURE OF BIDDER 145


RFP NO MPSEDC/MPSWAN/2007-08/01

172 Mandsour Collectorate EE PWD


(near ADM 9425488655
Room)
173 Garoth SDM Office SDO PWD
9826393966
174 Malhargarh SDM Office SDO PWD
9826393966
175 Sitamhow SDM Office SDO PWD
9826393966
176 Suwasara Tehsil Office SDO PWD
9826393966
177 Bhanpura Tehsil Office SDO PWD
9826393966

178 Sagar Collectorate Collector,


07582-225420
179 Rahatgarh Tehsil Office Tehsildar
07584-254482
180 Jaisinagar Block Office SDO

181 Rahali Tehsil Office Tehsildar


07585-256637
182 Garhakota Tehsil Office Tehsildar
07585-258087
183 Devri Tehsil Office Tehsildar
07586-250094
184 Kesli Tehsil Office Tehsildar
07586-224329
185 Banda Tehsil Office Tehsildar
07583-253031
186 Shahagarh Block Office SDO

187 Khurai Tehsil Office Tehsildar


07581-241073
188 Malthon Block Office SDO

189 Bina Tehsil Office Tehsildar


07580-203094

190 Damoh Collectorate Jt. Collector


07812-222345/
9425612444
191 Pathariya Tehsil Office Tehsildar
07601-242398
192 Jabera Tehsil Office Tehsildar
07606-255232
193 Tendukheda Tehsil Office Tehsildar
07605-263714/
9893336170
194 Hata Tehsil Office Tehsildar
07604-262315
195 Patera Tehsil Office Tehsildar
07605-272479
196 Batiagarh Tehsil Office Tehsildar
957601-285360

197 Panna Collectorate Jt. Collector


Campus 07732-2533650
198 Ajaygargh SDM Office SDM 07730-278826
Campus

SEAL & SIGNATURE OF BIDDER 146


RFP NO MPSEDC/MPSWAN/2007-08/01

199 Gunoor Tehsil Office Tehsildar


Campus 07731-262223
200 Pawai Tehsil Office Tehsildar
Campus 07733-263301
201 Shahnagar SDM Office Tehsildar
Campus 07734-265333

202 Chhatarpur Collectorate Collector, 07682-


241500, 241501
Adll. Collector,
248154, 243874
203 Rajnagar Tehsil Office SDM/Tehsildar
07686-275129/
07686-275129
204 Naugoan Tehsil Office SDM/Tehsildar

205 Loudi Tehsil Office SDM/Tehsildar


07687-251280/
07687-251238
206 Bijawar Tehsil Office SDM/Tehsildar
07608-253223/
07608-253617
207 Badamalhara Tehsil Office SDM/Tehsildar
07608-253223/
07689-252325
208 Bakswah Block Office CEO/ Naik Tehsildar
07609-254246/
07609-254250
209 Gaurihar Tehsil Office SDM/Tehsildar
07687-251280/
07688-261847

210 Tikamgarh Collectorate SDM 07683-2424842


211 Niwadi Tehsil Office SDM/Tehsildar
07680-232336/
07680-232404
212 Jatara Tehsil Office SDM/Tehsildar
07681-254170/
07681-254345
213 Prathvipur Block Office SDM/Tehsildar
07680-232336/
07680-233384
214 Palera CEO Janpad SDM/Tehsildar 07681-
Panchayat 254170/
07681-252788
215 Baldevgarh Block Office SDM/Tehsildar 07683-
424842/
07684-275295

216 Jabalpu Room No.84-A, Collector


r Collectorate
217 Panagar Block Office SDO 07672-350239
218 Kundam Janpad CEO 9425466385
Panchayat
219 Bargi Janpad CEO
Panchayat 9425455046
220 Sehora SDM Office SDM
07624-230412
221 Mazoli Tehsil Office Tehsildar
07624-244510

SEAL & SIGNATURE OF BIDDER 147


RFP NO MPSEDC/MPSWAN/2007-08/01

222 Patan SDM Office SDM 07621-220635


223 Shahpura Tehsil Office Tehsildar
07621-230970

224 Chhindwar Collectorate DIO 07162-245421


a (Room No. 5)
225 Amarwara SDO Office SDO 07167-222235
226 Parasiya SDO Office SDO 07161-221170
227 Mohkheda CEO Janpad CEO 07162-255539
Panchayat
228 Junardev SDM Office SDM 07160-231021
229 Saunser SDM Office SDM 07165-220024
230 Pandhurna CEO Office CEO 07164-220752
Janpad
Panchayat
231 Bichhua Tehsil Office Tehsildar
07162-259700
232 Tamiya Tehsil Office Tehsildar
07149-272231
233 Chourai Tehsil Office Tehsildar
07166-222057
234 Harrai Janpad CEO
Panchayat 07168-220133

235 Dindori Collectorate Collector/Jt. Colltr.


07644-234174/
07644-234179
236 Amarpur CEO Janpad CEO
Panchayat
237 Samnapur CEO Janpad CEO
Panchayat
238 Karnjiya CEO Janpad CEO
Panchayat
239 Bajag CEO Janpad CEO
Panchayat
240 Maihadwani CEO Janpad CEO 07640-263469
Panchayat
241 Shahpur Tehsil Office Tehsildar
07640-230188

242 Balaghat Tehsil Office Tehsildar


07632-241220
243 Baihar Tehsil Office Tehsildar
07636-256726
244 Parswada Block Office CEO 07636-275336
245 Birsa Block Office CEO 07637-257236
246 Warasioni SDM Office SDM 07633-253023
247 Lanji SDM Office SDM 07635-255443
248 Kirnapur Tehsil Office Tehsildar
07632-246639
249 Khairalanji Tehsil Office Tehsildar
07633-272574
250 Lalbarra Tehsil Office Tehsildar
07633-276101
251 Katangi Tehsil Office Tehsildar

SEAL & SIGNATURE OF BIDDER 148


RFP NO MPSEDC/MPSWAN/2007-08/01

252 Mandla Collectorate SDM


Room No.09 07642-251590
253 Mohgaon CEO, Janpad CEO
Panchayat 07642-282279
254 Ghughari CEO, Janpad CEO
Panchayat 07647-237008
255 Nainpur Tehsil Office Tehsildar
07646-240005
256 Bichiya SDM Office SDM 07648-232390
257 Mawai CEO Janpad CEO
Panchayat 07648-246053
258 Niwas SDM Office SDM
(New) 07641-231236
259 Narayanganj CEO Janpad CEO
Panchayat 07643-224841
260 Bijadondi CEO Janpad CEO
Panchayat 07643-226453
226403

261 Seoni Collectorate Addl. Collector


07692-220658
262 Barghat Tehsil Office Tehsildar
07692-250348
263 Kewlari Tehsil Office Tehsildar
07694-235181
264 Lakhnadone Tehsil Office Tehsildar
07690-211594
265 Chhapara Block Office CEO

266 Ghansour Tehsil Office Tehsildar


07693-280318
267 Dhanora Block Office CEO
07693-285428
268 Kurai Tehsil Office Tehsildar
07695-246569

269 Katni Collectorate Collector


Room No.11 07622-223939
270 Bahoriband Block Office CEO 07624-261741
271 Reethi Janpad CEO 07622-267268
Panchayat
272 Vijayraghvgarh Janpad CEO
Panchayat 07626-270581
273 Badwara Janpad CEO
Panchayat 07626-276212
274 Dhimarkheda Janpad CEO
Panchayat
275 Barhi Tehsil Office Tehsildar
07626-274425

276 Narsinghp Collectorate Collector


ur Building 07792-230900
277 Gotegoan SDM Office SDM
Building 9425648773
278 Gadarwara SDM Office Tehsildar
Building 07791-254868
279 Saikheda Block Office CEO

SEAL & SIGNATURE OF BIDDER 149


RFP NO MPSEDC/MPSWAN/2007-08/01

280 Chichli Block Office CEO 07790-226876


281 Kareli Block Office CEO 9425469375
282 Tendukheda Tehsil Office
283 Chanvarpatha Block Office CEO 07793-275893

284 Hoshan Land Record Collector/DIO


gabad Office Building 07574-252800,900
07574-253582
285 Pipariya Tehsil Office SDM 07576-222158
224911
286 Seoni Malwa Tehsil Office Tehsildar
07570-224643
287 Sohagpur Tehsil Office Tehsildar
278223
288 Itarsi SDM Office SDM 07572-266159,
160
289 Kesla Janpad CEO
Panchayat 07572-272127
Office
290 Bankhedi Tehsil Office Tehsildar
07576-228360
291 Babai Tehsil Office Tehsildar
07574-259101, 091

292 Harda Collectorate Collector


07577-225006
225011
293 Timarni Tehsil Office SDO 07577-205508
294 Khirkiya Tehsil Office SDO 07577-205508

295 Rewa Collectorate Collector/Joint


campus Collector
07662-241206
296 Raipur(Korch) Tehsil Office Tehsildar
07662-265253
297 Gud Tehsil Office Tehsildar
9425185783
298 Mauganj Tehsil Office SDO 07662-270396
299 Hanumana Tehsildar
Tehsil Office 9425470481
300 Naigarhi CEO Office CEO 07763-285164
301 Tyonthar SDM Office SDM 07661-282306
302 Java SDM Office SDM 07661-282306
303 Sirmor SDM Office SDM 07660-260878
304 Gangev SDM Office SDM 07660-284274

305 Umaria Collectorate Collector/DIO


07653-222600/
07653-222886
306 Pali Block Office CEO 07655-233242
307 Manpur Tehsil Office Tehsildar
07627-266294
308 Karkeli CEO Janpad CEO 07653-261205
Panchayat
Office

309 Sidhi Collectorate Collector/DIO


07822-252204/
07822-250123

SEAL & SIGNATURE OF BIDDER 150


RFP NO MPSEDC/MPSWAN/2007-08/01

310 Gopadbanas Tehsil Office


311 Churhat Tehsil Office SDM
07802-272216
312 Mazoli Tehsil Office Tehsildar
07803-244242
313 Devsar Tehsil Office Tehsildar
07801-282225
314 Singroli Tehsil Office Tehsildar
315 Baidhan Tehsil Office SDM
07805-233225
316 Rampur Nakin Tehsil Office Tehsildar
07802-274447
317 Kusami Tehsil Office Tehsildar
07804-243635
318 Chitrangi Tehsil Office Tehsildar
07806-283356
319 Sihawal Tehsil Office Tehsildar
07822-264774

320 Satna Collectorate Collector/DIO


07672-222911/
07672-501934
321 Raghuraj Nagar Tehsil Office Tehsildar
07675-251230
322 Maihar Tehsil Office Tehsildar
07674-232903
323 Amarpatan Tehsil Office SDM/Tehsildar
9425184486
07675-270011
324 Rampur Tehsil Office Tehsildar
Baghelan 07672-271268
325 Nagod Tehsil Office SDM 07623-232365
326 Ramnagar Tehsil Office
327 Uchehara Tehsil Office Tehsildar
07673-269660
328 Mazgawa Tehsil Office SDO 9425173516

329 Anuppur Collectorate SDM 07659-222074


330 Kotama Tehsil Office
331 Pushprajgarh Tehsil Office SDM 07629-208623
332 Jaithari Tehsil Office Tehsildar
07659-262407

333 Shahdol Collectorate Collector/SDM


07652-241700/
9425184459
334 Suhagpur Tehsil Office SDM/Tehsildar
9425184459/
07652-245090
335 Jetpur Tehsil Office Tehsildar
07657-27229
336 Pali (Gohparu) Block Office
337 Beohari Tehsil Office Tehsildar
07650-262237
338 Jaisingnagar Tehsil Office
339 Budar Sub Tehsil Tehsildar
Office 9425185874

SEAL & SIGNATURE OF BIDDER 151


RFP NO MPSEDC/MPSWAN/2007-08/01

Chapter 12:
GUIDELINES ON STANDARD, INTEROPERABILITY,
INTERCONNECT & SECURITY
The bidder has to completely understand and follow all the Security and Interoperability
guidelines laid down by Govt. time to time.

INTRODUCTION
The Internet, which is a loosely organized international collaboration of autonomous,
interconnected networks, supports host-to-host communication through voluntary
adherence to open protocols and procedures defined by Internet Standards.
The SWANs should be interoperable and the biggest advantage is that, it allows for partial
or three-layer solutions, where the Networks overlap in some but not all places, or where an
intermediate later that speaks to both protocols is created.
This document defines the overall guidelines for network standard, security and
Interoperability and Interconnection of the Networks to be complied with. The detailed
guidelines are available / will be made available on the website www.cert-in.org.in (for
security)
INTERNET STANDARDS
The Standards Process described here is related with all protocols, procedures, and
conventions that are used in or by the Internet, whether or not they are part of the TCP/IP
protocol suite.
The Internet Standard is a specification that is stable and well understood, is technically
competent, and has multiple, independent, and interoperable implementations.
The SWAN, may be built to incorporate any open standards available as per OSI layer. The
network should support seamless transformation and integration of protocols as per the
demand of the user for open standards. This will provide a fair, open and objective basis for
adopting Standards and developing high resilient Network.
Further, the Internet has been and is expected to remain, an evolving system whose users
regularly factor new requirements and technology into its design and implementation. The
providers of the equipment, software and services that support the SWAN should anticipate
and embrace this evolution. The SWAN has to upgrade the network infrastructure/software
to support new protocols adopted by Internet community. This has to be a continuous
process. For example, migration from IPv4 to IPv6 as and when the transition is required.
SWAN must use the hardware devices, such as Internet routers, terminal servers. Internet
systems that interface to Ethernets or datagram-based database servers which support
open standards and have open NMS support for monitoring configuring and measurement of
the network resources.
Requirements Levels For Standards
To meet requirement levels to each of the technical specification or application
specification in the standards, following action may be taken by the implementation
agency of the SWAN.
Implementation of the referenced specification, as specified, is required to achieve
minimal conformance. For example, IP and ICMP must be implemented by all
Internet systems using the TCP/IP Protocol Suite.
SWANs are strongly encouraged to include the functions, features and protocols of
Recommended Technical specification in their products, and should omit them
only if the omission is justified by some special circumstance. For example, SSH
(version 2) should be implemented in place TELNET by all systems that would
benefit from remote access for enhanced security.
Implementation of the referenced technical specification is optional within the
domain of applicability of the application specification. However, a particular
vendor may decide to implement it free of cost. For example, the latest version of
SNMP MIB could be seen as valuable in an environment where the SNMP protocol
is used.
SWANs should have following capabilities to follow OSI standards:
Should be a TCP/IP based network.
Each SWAN network equipments should have IPv4 and Ipv6 features.

SEAL & SIGNATURE OF BIDDER 152


RFP NO MPSEDC/MPSWAN/2007-08/01

Shall have the capability to run IP routing protocols like OSPF (Open Shortest Path
Find) version 2, OPSF v3, RIP v2, RIPng, OSPF over demand circuit, IS-IS, BGP4.
Different SWAN may run different IP Routing protocols (like OSPF, EIGRP, BGP)
depending on the individual design criteria of the SWAN. It is mandatory that the
network should allow interaction between multiple routing protocols for keeping a
unified network reachability table across the country.
While two routing protocols are interacting to exchange routing updates for
security reasons.
The SWAN should be capable to provision of IP multicast based services. The
same would require the capability of running industry standard IP multicast
protocols like Protocol Independent Multicast (PIM) Sparse Mode and Dense Mode,
Multicast OSPF (MOSPF), Multicast BGP (MBGP) and DVMRP.
SWAN should have the multicast group management capability through Industry
standard protocols like Internet Group Management Protocol (IGMP) version 1.2
and 3.
The voice networking of the SWAN should be based on the IP for smooth
integration across the country for all SWANs.
The voice networking of the SWAN should be designed in such a way that a
central call processing system is able to service phones at remote locations.

Each SWAN should have the voice and video conferencing solution deployed based
on industry standard protocols so that it is possible to have conferences between
states and between the state and central ministry.
NETWORK INTEROPERABILITY
Network Interoperability is the continuous ability to send and receive data between
interconnected networks provided the level of quality expected by the end user without any
negative impact to the sending and or receiving networks.
Specifically, Network Interoperability is the functional in working of a service across or
between multi-vendor, multi-carrier inter-connections (i.e., node-to-node, or network-to-
network) working under normal and stress conditions, and as per the applicable standards,
requirements, and specifications.
The ability to characterize and analyze network interoperability depends significantly on
characterizing and understanding the following issues:
The use of existing or emerging technologies to facilitate the development of interface
and migration interoperability solutions.
The use of networking tools including test and measurement equipment and software
as well as evaluation methods that aids in the design of alternative solutions and
ensure that solutions meet goals and performance requirements. This includes tools for
network simulation and emulation, network monitoring and management and security
assessment and protection.
The judicious use of frameworks within which the interoperability requirements can be
described and solved using structured methods and decision-making techniques.
Interoperability Methodology
The methodology of interoperability involving different SWAN each of which will
implement a Data, Voice and Video over standard protocol by using different vendor
solutions and different technologies. It has become necessary to make these systems
capable of connecting each other. For interoperability of two technologies protocol
requires a gateway for an interfacing the two different protocols like H323 to SIP
gateway.
The goal of the effort is to deploy a solution for interoperating respective ICT based
SWANs. The SWAN will be implemented by state Governments that have similar
mission so that, organizational considerations may not result in any technical
constraints.
The interoperability should assure optimal reliability and interoperability of wireless,
wire line, satellite, cable and other public data networks. This includes facilitating the
reliability, robustness, security and interoperability of communication networks
including emergency communication networks. The interoperability shall ensure the

SEAL & SIGNATURE OF BIDDER 153


RFP NO MPSEDC/MPSWAN/2007-08/01

security and sustainability of communication networks throughout the country ensure


the availability of adequate communication capacity during events or periods of
exceptional stress due to natural disaster, terrorist attacks or similar occurrences, and
facilitate the rapid restoration of telecommunication services.
For interoperability all major traffic connection points to be identified and then define
the metric and threshold that should be used to determine where traffic concentrations
are unacceptably high.

Swans Interoperability
States will implement the SWANs independently driven through multi vendor who may
use multi-technology. Each SWAN may deploy different topology, interfaces,
components, services, traffic and utilization levels etc. Since SWANs do not have
centralized planning and unified architecture, the interoperability of SWANs has to be
achieved through Internet. This means that every SWAN will have internet gateway
and exchange of information and interconnection of SWANs will be through Internet.
As basic needs, the SWAN should have:
All communication happening over the various links within each SWAN should be
encrypted using standard protocols like IPSec, 3DES & AES to ensure highly
secure communication.
SWAN should have the capability to control the interaction between two routing
protocols (like OSPF and BGP). It should be possible to selectively filter certain
routing updates being sent or being received from the peer network.
SWAN should have the firewall for performing intelligent packet filtering, URL
filtering, context based access control, blocking of malicious contents to maximize
security.
Implementation of gateway level anti-virus filtering for protection against viruses.

INTERCONNECTION WITH NICNET


NIC has a partial mesh Backbone network that connects all NIC State and District Centers.
For enabling internet access NICNET has internet gateway connectivity.
As SWANs are designed and implemented independently, the inter connectivity among
SWAN and to the NICNET can be achieved with following options.
Through Internet
Through National Internet Exchange (NIXI) as NIC has connectivity to NIXI
Each SWAN may also do peering independently with NICNET.
The SWANs implemented by NIC will be designed and architected in such a way that they
are in sync with NICNET
SECURITY FOR SWAN
DIT, Ministry of communication and IT has setup CERT-in to enhance the security of India’s
communication and information infrastructure through proactive action and effective
collaboration. The CERT-In will also assist members of the Indian Community in
implementing proactive measures to reduce the risks computer security incidents.
The SWANs may follow the Security Guidelines issued by CERT-In from time to time. Refer
the website www.cert-in.org.in for the security guidelines.

SEAL & SIGNATURE OF BIDDER 154


RFP NO MPSEDC/MPSWAN/2007-08/01

FINANCIAL BID

SEAL & SIGNATURE OF BIDDER 155


RFP NO MPSEDC/MPSWAN/2007-08/01

CHAPTER-13:
FINANCIAL BID AND PAYMENT TERMS

INTRODUCTION
SI will be engaged on BOOT basis for MPSWAN.

The network architecture proposed in Chaper-8 is based on the deliverables


mentioned in Chapter-5. SI is to quote considering both i.e. basic design and
deliverables.

QGR must be quoted keeping in mind deliverables as described in the technical Bid

Network architecture proposed have been design keeping in mind the


deliverables, however SI may include cost for any addition on account of
hardware/software, manpower etc. which are necessary for meeting the
deliverables and SLA conditions.

SCOPE OF WORK
Supply, Installation and Commissioning of Equipments/Items as per the
specifications given in Chapter-8 and Chapter-9 of this document.

Configurations and Specifications as mentioned in Chapter-1 thru Chapter-12 are


the minimum and have to be provided by the SI, However SI can put enhanced
version of equipment after getting it approved by Purchaser/Consultant FREE OF
COST.

SI will also be responsible for the Provisioning, Planning and Commissioning of


circuits for the user departments at various POPs.

Leased Line Service Provider for MPSWAN will be engaged directly by the purchaser.

Manpower deployment for the purpose of O&M as specified in the technical Bid is
the minimum requirement and anything above the specified one has to be provided
for achieving required SLA.

PAYMENT TERMS

Payment will be released on Quarterly basis as per accepted QGR rates calculated
on the basis of actual quantities of installed equipments. The payment will start only
after full commissioning of SWAN and deployment of manpower as per requirement
given in clause 5.3.6

Amount qualified for payment will be arrived, considering SLA and will be certified
by STPI/Third Party Monitoring Agency.

No payment will be released for the services rendered by SI during commissioning


of MPSWAN, however SI has to provide services expected from MPSWAN by the
purchaser and user department during such period.

Payment for PART 1 will be made Quarterly as per QGR rates by MPSEDC.
(Installation and Commissioning certificate from designated officer to be enclosed).

Payment for PART 2A.1, 2B.1 and 2C.1 will be made in one installment after
completion of supply, installation, commissioning by MPSEDC after receiving
commissioning certificate from the user departments. Payment for PART 2A.2, 2B.2
and 2C.2 will be made quarterly basis along with PART 1.

SEAL & SIGNATURE OF BIDDER 156


RFP NO MPSEDC/MPSWAN/2007-08/01

Payment for PART 2D will be made by MPSEDC in one installment after completion
of supply, installation, commissioning after receiving commissioning certificate from
the user departments.

Performance Guarantee amount shall be worked out on the basis of the Total cost of
PART 1 ONLY.

Payment for electricity charges shall be settled by State Govt.

The charges for the fuel for the DGs shall be paid by MPSEDC On the basis of
electicity drawn from the DGs on quarterly basis along with QGR bills. Separate
energy meter for the same has already been provisioned in the electrical works
given under Part 2D. Rate per unit payable for the electricity consumed from DGs
will be equal to the unit rates charged by State Electricity Board from time to time.

The recurring charges for connectivity and Internet bandwidth will be paid by State
Govt. / MPSEDC.

The BOOT Operator should provide support and maintenance for the MPSWAN from
the date of Final acceptance testing. The BOOT Operator’s request for payment shall
be made at the end of each quarter by invoices along with the following supporting
documents:

Performance statistics

Log of network parameters along with Service Down time calculation and Uptime
percentage

Any other document necessary in support of the service performance demanded by


MPSEDC

Consultant / Third Party Monitoring Agency (Agency nominated by MPSEDC) shall


verify all the supporting documents as prescribed and acceptable to MPSEDC. On
receipt of such invoice after verification by consultant and after deducting Income
Tax, other taxes and any Penalties, MPSEDC shall pay the amount within a period of
30 days. The BOOT Operator shall furnish all tax payment receipts to MPSEDC

Invoice for Part 1 & Part 2 should be raised giving POP wise details to MPSEDC.

GUIDANCE FOR QUOTING


Financial Bid is divided into TWO parts, namely

PART 1: DIT Funded Part.


PART 2: STATE Govt Funded Part.

PART 1:

Part 1A.1, Part 1B.1 and Part 1C.1:

Price quoted against various items should be FOR destination and should NOT
include margin of any kind of SI except that of installation and commissioning.

Quantities mentioned are tentative and may vary, however payment will be made
as per actual quantities used. (Installation and Commissioning certificate from
designated officer to be enclosed).

SEAL & SIGNATURE OF BIDDER 157


RFP NO MPSEDC/MPSWAN/2007-08/01

Part 1A.2, Part 1B.2 and Part 1C.2

Prices quoted in these parts should necessarily be quoted as percentage (%) of sub
totals of Part 1A.1, Part 1B.1 and Part 1C.1 respectively as given in the format.

PART 2:

Part 2A.1, Part 2B.1 and Part 2C.1:

Price quoted against various items should be FOR destination and should NOT
include margin of any kind of SI except that of installation and commissioning.

Quantities mentioned are tentative and may vary, however payment will be made
as per actual quantities used. (Installation and Commissioning certificate from
designated officer to be enclosed).

Part 2A.2, Part 2B.2 and Part 2C.2:

Prices quoted against these parts should be quoted on per horizontal connectivity
circuit per year excluding the cost of connectivity (Lease line/ISDN/WPC charges
etc.) but including cost of O&M of the respective equipments installed in the circuit
(Leased Line Modems, ISDN Equipments, Wireless equipments like CPE/Antenna
and related equipments.)

Part 2D:

Prices quoted against this part should be FOR destination basis including supply of
material at site, errection/installation and commissioning.

SEAL & SIGNATURE OF BIDDER 158


RFP NO MPSEDC/MPSWAN/2007-08/01

FINANCIAL BID PART I (To be funded by DIT)

Part 1 A : NMC POP Rates

PART 1A.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at State HQ (NMC)

Item Description Qty. Per Unit Rate Total Amount


Sr No POP
NMC POP
1 Router T-1 1
5 Switch T-1 1
9 Modems T-1 (Pair) 1

13.a PC T-1 1

17 NMS 1

18.a Server (At T-1) 5

19 Remote Access Server 1

20 IPS (At T-1) 1

22 VoIP Xchange 1
23 VoIP Phones T-1 1
25 MCU (At T-1) 1

26 UPS T-1 1

30 DG T-1 1

32 AC T-1 1

34 Router T-1 (Internet) 1

35 Equipment Rack T-1 1

37 Help Desk Solution 1

OPTIONAL ITEMS

39 Point to Multipoint wireless 5


system (Outdoor type unit)
with 90 degree sectorial
antenna complete with cabling
and surge protection
40 CPE (Outdoor type unit) with 1
24 dBi Point to point Antenna
complete with cabling and
surge protection
41 Mast at NMC POP (3 mts 20
section)
Sub Total Part 1A.1

SEAL & SIGNATURE OF BIDDER 159


RFP NO MPSEDC/MPSWAN/2007-08/01

PART 1A.2

Operation and Maintenance for 05 years w.e.f. Final commissioning date at NMC
Description Amount of Percentage of Amount per Total Amount
Part 1A.1 Part 1A.1 per year for five years
year (Sub Total
Part 1A.2)
O&M of SHQ POP of MPSWAN
network up to POP level for 05
years including coordination
with different agencies
(No charges will be payable for
Commissioning period)

QGR Rate for NMC (All Inclusive)

[Sub Total Part 1A.1 + Sub Total Part 1A.2]/20

Part 1B: CHQ & DHQ POP Rates

Part 1 B.1 :
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at CHQ & DHQ POP (Tier 2 & Tier 3)

Item Sr Description Qty. Per Unit Rate Total Amount


No POP
CHQ & DHQ POP (Tier 2 & Tier 3)

2 Router T-2 & T-3 1


6 Switch T-2 & T-3 1
11 Modems T-2 & T-3 (Pair) 1

14 PC T-2 & T-3 1

24 VoIP Phones T-2 & T-3 1

27 UPS T-2 & T3 1

31 DG T-2 & T-3 1

33 AC T-2 & T-3 with Stabilizer 1

36 Equipment Rack T-2 & T-3 1

OPTIONAL ITEMS

39 Point to Multipoint wireless system 5


(Outdoor type unit) with 90 degree
sectorial antenna complete with
cabling and surge protection
40 CPE (Outdoor type unit) with 24 1
dBi Point to point Antenna
complete with cabling and surge

SEAL & SIGNATURE OF BIDDER 160


RFP NO MPSEDC/MPSWAN/2007-08/01

protection

41 Mast at each POP (3 mts section) 20

Sub Total Part 1B.1

PART 1B.2

Operation and Maintenance for 05 years w.e.f. Final commissioning date at CHQ & THQ
(Tier 2 & Tier 3)
Description Amount of Percentage of Amount per Total Amount
Part 1B.1 Part 1B.1 per year for five years
year (Sub Total
Part 1B.2)
O&M of CHQ & DHQ POP of
MPSWAN network up to POP
level for 05 years including
coordination with different
agencies
(No charges will be payable for
Commissioning period)

QGR Rate for CHQ & DHQ (Tier 2 & Tier 3) (All Inclusive)

[Sub Total Part 1B.1 + Sub Total Part 1B.2]/20

Part 1.C: BHQ PoP Rates

Part 1 C.1 :
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at BHQ POP (Tier 4)

Item Sr Description Qty. Per Unit Rate Total Amount


No POP
BHQ POP (Tier 4)

4 Router T-4 1
8 Switch T-4 1
12 Modems T-4 (Pair) 2

16 PC T-4 1

24 VoIP PhonesT-4 1

29 UPS T-4 1

31-A DG T-4 1

33 AC T-4 with Stabilizer 1

36 Equipment Rack T-4 1

OPTIONAL ITEMS

39 Point to Multipoint wireless system 5


(Outdoor type unit) with 90 degree

SEAL & SIGNATURE OF BIDDER 161


RFP NO MPSEDC/MPSWAN/2007-08/01

sectorial antenna complete with


cabling and surge protection
40 CPE (Outdoor type unit) with 24 1
dBi Point to point Antenna
complete with cabling and surge
protection
41 Mast at each POP (3 mts section) 20

Sub Total Part 1C.1

PART 1C.2

Operation and Maintenance for 05 years w.e.f. Final commissioning date at BHQ (Tier 4)
Description Amount of Percentage of Amount per Total Amount
Part 1C.1 Part 1C.1 per year for five years
year (Sub Total
Part 1C.2)
O&M of BHQ POP of MPSWAN
network up to POP level for 05
years including coordination
with different agencies
(No charges will be payable for
Commissioning period)

QGR Rate for BHQ (Tier 4) (All Inclusive)

[Sub Total Part 1C.1 + Sub Total Part 1C.2]/20

TOTAL COST of DIT Funded Parts of SWAN for FIVE YEARS [PART 1]

PART 1 = {QGR Rate of SHQ (Part 1A) + 47 X [QGR Rate of CHQ & DHQ (Part 1B)] + 292
X [QGR Rate of BHQ (Part 1C)]} X 20

NOTE: Payment will be made as per actual number of commissioned PoPs in individual category.

SEAL & SIGNATURE OF BIDDER 162


RFP NO MPSEDC/MPSWAN/2007-08/01

FINANCIAL BID PART 2 (To be funded by GOVT OF MP)

Part 2A : NMC POP Rates

PART 2A.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at State HQ for horizontal connectivity.

Item Description Qty. Per Unit Rate Total Amount


Sr No POP
NMC POP

42 a Wireless Access Points (CPE)


with indoor antenna (Indoor 5
unit)
42 b Wireless Access Points (CPE)
15
(Outdoor unit)
43 Mast at customer premises in
60
3 meter sections
44 Outdoor Antenna 24dBi
complete with cabling and 15
surge protection
45 Outdoor antenna complete
with cabling and surge 5
protection
46 Modems T-4 (Pair)
10
47 Router T-5
5
Sub Total Part 2A.1

NOTE: Quantities are estimated and payment will be made as per actual quantity.

PART 2A.2

Part 2A.2 : Operation and Maintenance for 05 years w.e.f. Final commissioning date
beyond POP Level at SHQ (Horizontal Connectivity)
Description Amount Quantity Total Total Amount
per circuit Amount per for five years
per year year (Sub Total Part
2A.2)
O&M of complete MPSWAN 25
network beyond POP Level
(Horizontal Connectivity)for
05 years
(No charges will be
payable for Commissioning
period)

NOTE: Quantities are estimated and payment will be made as per actual quantity.

Total Part 2A = Sub Total Part 2A.1 + Sub Total Part 2A.2

SEAL & SIGNATURE OF BIDDER 163


RFP NO MPSEDC/MPSWAN/2007-08/01

Part 2B : CHQ & BHQ PoP Rates

PART 2B.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at CHQ & DHQ for horizontal connectivity.

Item Description Qty. Per Unit Rate Total Amount


Sr No POP
CHQ & DHQ POP

42 a Wireless Access Points (CPE)


with indoor antenna (Indoor
unit) 5
Wireless Access Points (CPE)
42 b (Outdoor unit) 15
43 Mast at customer premises in
3 meter sections 60
44 Outdoor Antenna 24dBi
complete with cabling and
surge protection 15
45 Outdoor antenna complete 5
with cabling and surge
protection
46 Modems T-4 (Pair)
10
47 Router T-5
5
Sub Total Part 2B.1

NOTE : Quantities are estimated and payment will be made as per actual quantity.

PART 2B.2

Part 2B.2 : Operation and Maintenance for 05 years w.e.f. Final commissioning date
beyond POP Level at CHQ & DHQ (Horizontal Connectivity)
Description Amount Quantity Total Total Amount
per circuit Amount per for five years
per year year (Sub Total Part
2A.2)
O&M of complete MPSWAN 25
network beyond POP Level
(Horizontal Connectivity)for
05 years
(No charges will be
payable for Commissioning
period)

NOTE: Quantities are estimated and payment will be made as per actual quantity.

Total Part 2B = Sub Total Part 2B.1 + Sub Total Part 2B.2

SEAL & SIGNATURE OF BIDDER 164


RFP NO MPSEDC/MPSWAN/2007-08/01

Part 2C : BHQ PoP Rates

PART 2C.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at BHQ for horizontal connectivity.

Item Description Qty. Per Unit Rate Total Amount


Sr No POP
SHQ POP

42 a Wireless Access Points (CPE)


with indoor antenna (Indoor
unit) 5
42 b Wireless Access Points (CPE)
(Outdoor unit) 15
43 Mast at customer premises in
3 meter sections 30
44 Outdoor Antenna 24dBi
complete with cabling and
surge protection 15
45 Outdoor antenna complete 5
with cabling and surge
protection
46 Modems T-4 (Pair)
10
47 Router T-5
5
Sub Total Part 2C.1

NOTE: Quantities are estimated and payment will be made as per actual quantity.

PART 2C.2

Part 2C.2 : Operation and Maintenance for 05 years w.e.f. Final commissioning date
beyond POP Level at BHQ (Horizontal Connectivity)
Description Amount Quantity Total Total Amount
per circuit Amount per for five years
per year year (Sub Total Part
2C.2)
O&M of complete MPSWAN 15
network beyond POP Level
(Horizontal Connectivity)for
05 years
(No charges will be
payable for Commissioning
period)

NOTE: Quantities are estimated and payment will be made as per actual quantity.

Total Part 2C = Sub Total Part 2C.1 + Sub Total Part 2C.2

SEAL & SIGNATURE OF BIDDER 165


RFP NO MPSEDC/MPSWAN/2007-08/01

FINANCIAL BID PART 2D for support items:

Part D:Financial offer for support items like Furniture, Electrical etc.

Supply, Installation, Commissioning of the following items as per specifications given in


relevant section:
Description Qty. Unit No. Total Unit Total Amount
Per Of Qty Rate
POP POPs
101 Chairs T-1 30 Nos 1 30
102 Chairs T-2 to T-4 4 Nos 339 1356
103 Tables T-1 10 Nos 1 10
104 Tables T-2 to T-4 2 Nos 339 678
105 Conference Table T- 1 Set 1 1
1(12 Seater)
106 Fire extinguishers T-1 10 Nos 1 10
107 Fire extinguishers T-2 1 Nos 339 339
to T-4
108 a Electrical Fixtures T-1 20 Nos 1 20

108 b Electrical Fixtures T-2 3 Nos 339 1017


to T-4
109 a Electrical DBs T-1 1 Nos 1 1
(Main)
109 b Electrical DBs T-2 to 1 Nos 339 339
T-4 (Main)
110 a Cabling T-1 50 Mts
110 b Cabling T-2 to T-4 20 Mts 339 6780
111 a Mains Circuit Wiring 50 Mts
T-1
111 b Mains Circuit Wiring 20 Mts 339 6780
T-2 to T-4
112 a Sub-Mains Circuit 50 Mts
Wiring T-1
112 b Sub-Mains Circuit 20 Mts 339 6780
Wiring T-2 to T-4
113 a Point Wiring T-1 50 Nos
113 b Point Wiring T-2 to T- 20 Nos 339 6780
4
114 Data Cabling T-1 400 Mts 1 400
115 Data Cabling T-2 to 50 Mts 339 16950
T-4
116 a Switch Boards AC Nos 350

116 b Switch Boards for PC Nos 350

116c Switch boards for Nos 700


Light & Fans
117 Earth Pits 2 Nos 339 678

118 False ceilling (sq feet) 110 Sq Ft 339 37290

119 Aluminum Partition 100 Sq Ft 170 17000


work (sq feet)

SEAL & SIGNATURE OF BIDDER 166


RFP NO MPSEDC/MPSWAN/2007-08/01

120 Doors & window 2 Nos 339 678


repairing (Nos.)
121 Flush Doors (Sq Ft) 8 Sq Ft 339 2720
122 Lock with keys 1 Nos 339 339
123 Almirah 1 Nos 339 339
Total Part 2D

NOTE: Quantities are estimated and payment will be made as per actual quantity.

TOTAL COST of State Govt. Funded Parts of SWAN for FIVE YEARS [PART 2]

Total Part 2A+Total Part 2B + Total Part 2C + Total Part 2D

TOTAL PROJECT COST: TOTAL PART 1 + TOTAL PART 2

SEAL & SIGNATURE OF BIDDER 167

You might also like