RFP No Mpsedcmpswan2007-0801
RFP No Mpsedcmpswan2007-0801
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.
TECHNICAL BID
CHAPTER-1:
DEFINITIONS
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.
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).
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.
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
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
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
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.
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:
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.
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.
CHAPTER-5
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.
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.
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.
Provision for connecting MPSWAN with NIC gateway, State Data center and SWAN of
other state should be made at NMC.
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:
5.3.1 Factfile:
Number of Divisions : 09
Number of Districts : 48
Number of Blocks/Tehsils : 340
Number of POPs: 339+01(NMC)=340
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:
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.
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.
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.
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)
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.
DNS Server/services.
Web server/services.
Internet.
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.
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:
T-1 Quantity
1 Project Manager 1
2 Shift In-Charge 3
3 Technical Staff 10
Project Manager:
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.
5.4
Training
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.
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:
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.
“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.
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.
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
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 fails to co-operate in the Bid evaluation process, Bidder providing false
information and
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.
The prime bidder can not be a partner in more than one consortium.
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
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 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.
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.
Evaluation of bids receive against the NIT for MPSWAN will be evaluated by the
Tender Committee constituted by MPSEDC.
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.
The Tender Committee may conduct clarification meetings with each or any bidder
to discuss any matters, technical or otherwise.
4 Turnover: 10
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.
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
ATTACHMENT # 1
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
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:
O&M)
IT Company
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.
6.7 Evaluation of Financial Bid: Financial bid will be having 02 parts, namely:
SI will be the bidder who will quote lowest TOTAL Project cost and it will be
calculated as:
PART 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.
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:
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 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.
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)
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.
Submitted more than one bid. This will cause disqualification of all bids
submitted by such applicants except the last bid received.
A Bid not valid for at least 180 days shall be considered as non-responsive and
would be disqualified.
CHAPTER-7
GENERAL TERMS & CONDITIONS
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:
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.
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
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.
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.
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.
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.
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.
The MPSEDC may forfeit the Performance Guarantee for any failure on part of
Bidder to complete its obligations under the Agreement. The Performance
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:
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.
The details of calculation of downtime etc are given in the technical specifications
chapter
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
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
Provision for the above mentioned work has been made in BOM and Financial
Bid. SI will be paid as per the actual work executed.
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 Bidder confirms that all representations and warranties of the Bidder set
forth in the Agreement are true, complete and correct in all respects;
“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”
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.
The Parties agree that these representations and warranties are taken to be
made on each Day during the term of the Agreement.
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.
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.
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).
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
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
Tender Document.
Successful bidder will arrange the test equipment required for performance
verification. Successful bidder will also provide documented test results.
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.
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.
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.
Upon completion of the contract period or upon termination of the agreement for
any reasons, the SI shall comply with the following:
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.
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,
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.
CHAPTER-8
TECHNICAL SPECIFICATIONS & BILL OF MATERIALS
8.1 INTRODUCTION
SWAN Backbone
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.
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
The state NMC will be located at Bhopal the Madhya Pradesh state capital.
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.
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
AAA Server
Web Server
DNS Server
Proxy server
Email Server
NMS/ EMS
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.
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
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
As shown in the above diagram each block level POP will have one E1’s link coming
from respective district POP.
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.
One Class C IP block to be taken from APNIC for assigning to all Internet Servers in
NMC.
“Very Small” membership will be required to be taken from APNIC for these. Annual
cost of membership will be approx. US $1250.
BGP to use as the EGP at the gateway router for peering with 2 ISP’s for Internet
route exchanges.
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).
For better scalability of the network, SI will design and implement hierarchical IP
Schema with scope for future growth.
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
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.
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.
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.
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:
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
UTP Cable
UTP Cable
PC PC
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
Ethernet terminations for Servers, VC, VoIP, NMC, LAN and wireless.
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
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
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
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
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.
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 (DoS) is the most common form of attack on the Network, which leads
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.
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 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.
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
Data Theft (Compromise of any kind of data hosted by MPSWAN Rs 50,000 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 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.
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.
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:
8.13.10 An example of calculation of downtime on the basis of the above is given below:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
As per the point No 3 of SLA (Escalation Clause) the said downtime will be
categorized as follows:
As per downtime calculation clause No 4, the downtime qualifies for calculating the
SWAN downtime will be:
TOTAL TIME IN A QUARTER :( Considering all SWAN POPs are working i.e. 340)
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
Project Manager:
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
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 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.
perpetual license, i.e. the software license should not expire after the
contract period.
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)
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
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
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.
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 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
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
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
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
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.
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
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.
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
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.
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.
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
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
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.
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
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
AAA Server
Web Server
DNS Server
Proxy server
Email Server
NMS/ EMS
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.
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.
Directory Services
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.
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
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
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
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
Supports certificate requests using standards such as PKCS #11, CMRF (with proof of
possession), and CMC
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
RADIUS
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
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
17 Prompt for adding the user in the Address Book, at the time of sending and
receiving message.
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.
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
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
Security Features:
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
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
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
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:
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
High Availability
Shall support redundant FE connection to LAN
Protocol Support
IP Services
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:
Multi-media support:
Management
Shall have support for Web based management, CLI, Telnet and SNMPv3
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.
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
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
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
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
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
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).
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.
Specifications
Base Station:
The system should support OFDM (Orthogonal Frequency Division Multiplexing) for Near-
Line Of Sight (NLOS) application.
NMS of wireless equipment should also have monitoring in terms of MRTG like tools for
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.
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.
The system should support fully automatic configuration of the CPEs, including the QoS,
once they acquire an RF link to the Base station.
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.
S. No. 40:-
Wireless Access Point/CPE (Customer Premises Equipment)
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.
The design of a typical 3 meter Antenna section and installation guideline drawings are given
below:
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.
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.
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.
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.
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
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
PART D
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.
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.
Conference table suitable for 12 persons along with 12 numbers of chairs pre- fabricated or
fabricated as per design approved by MPSEDC.
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.
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
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
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.
OUTGOING
18 Nos. 6 to 32 Amp. SP MCB’s as per SLD provided.
UPS DB:
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.
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.
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.
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.
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.
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.
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.
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.
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.
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:
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.
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
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.
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
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.
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.
CHAPTER 10:
FORMS/PROFORMA
(1)
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,
Name
Designation
Address
Date
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.
(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
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
(3)
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.
Telephone
Fax
E-mail address
(4)
Statement of deviation from tender terms and conditions
To,
The Managing Director,
MPSEDC Ltd.
147, Zone – 1, MP Nagar
Bhopal
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.
Telephone
Fax
E-mail address
(5)
FORMAT FOR Performance Bank Guarantee
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)
6)
AGREEMENT
(To be executed on Stamp paper as per legal requirement)
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.
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.:
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.
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.
CHAPTER 11:
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.
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
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.
FINANCIAL BID
CHAPTER-13:
FINANCIAL BID AND PAYMENT TERMS
INTRODUCTION
SI will be engaged on BOOT basis for MPSWAN.
QGR must be quoted keeping in mind deliverables as described in the technical Bid
SCOPE OF WORK
Supply, Installation and Commissioning of Equipments/Items as per the
specifications given in Chapter-8 and Chapter-9 of this document.
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.
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.
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.
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
Invoice for Part 1 & Part 2 should be raised giving POP wise details to MPSEDC.
PART 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).
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:
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).
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.
PART 1A.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at State HQ (NMC)
13.a PC T-1 1
17 NMS 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
OPTIONAL ITEMS
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)
Part 1 B.1 :
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at CHQ & DHQ POP (Tier 2 & Tier 3)
OPTIONAL ITEMS
protection
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)
Part 1 C.1 :
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at 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
OPTIONAL ITEMS
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)
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.
PART 2A.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at State HQ for horizontal connectivity.
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
PART 2B.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at CHQ & DHQ for horizontal connectivity.
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
PART 2C.1
Supply, Installation, Commissioning of all active and passive equipments of SWAN
network at BHQ for horizontal connectivity.
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
Part D:Financial offer for support items like Furniture, Electrical etc.
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]