ITI LIMITED
Regd. & Corporate Office, ITI Bhavan, Doorvaninagar, Bangalore - 560016
CORRIGENDUM-2
Ref: CRP20E001 08-06-2020 Sub: Amendment in RFP/NIT
Description Existing Revised
Selection of an Experienced IT-Networking Partner for IT Infrastructure Implementation for ERP and other Future Digital Initiatives at NMDC Locations.
Tender:
Submission Date: 11.06.2020 12 Hrs
Opening Date: 11.06.2020 15 Hrs
Tender:
Submission Date: 15.06.2020 12 Hrs
Opening Date: 15.06.2020 15 Hrs
The following have been uploaded as part of the Corrigendum on
www.tenderwizard.com/ITILIMITED
1) Compliance on Clarifications to vendors Technical Queries
2) Compliance on Clarification to Techno-Commercial Queries
All other terms and conditions of the Tender Enquiry No.CRP20E001/1 dated 20-05-2020 stands un-altered. Thanking you, Yours faithfully For ITI Limited Dy. General Manager (MM) & CPIO
S.No Clause No. Page
No.
Existing Condition Revised As Complian
ce
(Yes/No)
1 Firewall 56-58 OEM should be having recommended rating from NSS Lab’s Next
Generation Firewall from past 2 years
As per RFP
2 Firewall 56-58 OS should be “IPv6 Phase II Ready” certified As per RFP
3 Firewall 56-58 The VPN should be integrated with firewall and should be ICSA
Labs certified for IPSec VPN
As per RFP
4 Firewall (DR &
Perimeter) – Type 2
58-61 same as above As per RFP
5 Firewall (Perimeter) –
Type 3
64-67 same as above As per RFP
6 Firewall (Server Farm) –
Type 4
67-70 same as above As per RFP
7 Firewall (PLC Network)
– Type 5
70-73 same as above As per RFP
It should be 300Mbps or More in 40Mhz channel
width.
Link may be required upto 15km
Data, Video and Voice all three.
PTP Radio should be carrier class Radio (based on
non Wi-Fi Chipset) with 27dB or better Tx power,
2x2 OFDM delivering 300Mbps or more
throughput with 40Mhz channel width. Should be
IP66 or better with -20 to +60degree temprature
support and ruddegdised, should have Gigabit Eth
port, channel size 5, 10,15,20, 30, 40 MHz, MTU
1700Byte, FIPS-197 128/256-bit AES IPv4/IPv6
(dual stack), Telnet, FTP, SNMPv2c, v3. should
support Govt Regulations as per GSR-1048(E).
safety standards - UL 60950
As per RFP
Power consumption should be less then 20W
hence a power supply of 30W is recommended. As
per RFP.
Integrated/ External Antenna.
Should be 23dB or better.
Each tower expect to have more then one Radio
and in high interference existance hence GPS sync
is required.
It should be 300Mbps or More in 40Mhz channel
width.
Link may be required upto 10km
Data, Video and Voice all three.
As per RFP
Integrated/ External antenna.
Should be 23dB or better.
10 Point # 122 ; Unlimited
Virtual SMP Section 2.8
Manag
ed
Service
s Page
117 of
127
As per RFP
11 Point # 155 ; VMWare
vRealize Operations
Standard
Section 2.8
Manag
ed
Service
s; Page
118 of
127;
As per RFP
Supplier Name & Address:
Phone No. & Email Id
8 Annexure VI P2P
Radio Links (for
Workshop @ Bacheli)
242
9 Annexure VI PMP Radio 243
Corrigendum 02: Dated 08/06/2020 for Tender No: CRP20E001 Tender Dated: 20-05-20
Selection of an Experienced IT-Networking Partner
For
IT Infrastructure Implementation for ERP and other Future Digital Initiatives at NMDC Locations.
12 Enterprise
Management System
(EMS) Solution (DC &
DR) Sl. No
50/127 Make & Model: Any Reputed Make CA(BroadCom)/Microfocus/IBM
13 2.1(Vi)Network Access
Control Specification..
Vi(10)
192/85 Able to build Interactive topology maps to locate the end systems
per network connectivity
Able to build Interactive topology maps to locate
the end systems per network connectivity or
equivalent solution
14 Vi(14) 192/85 Must provide interoperability with Microsoft NAP and Trusted
Computing Croup TNC.
Must provide interoperability with Microsoft NAP
15 Vi(16) 192/85 Support Manipulation of Radius Attributes for Authentication as
well as Radius Accept
As per RFP
16 Vi(17) 192/85 Must have SNMP MIB compile capability to integrate any 3rd
party snmp compliant device
Removed
17 Vi(19) 192/85 Must provide the capabilities to modify, filter, and create your
own flexible views of the network devices based on selectable
SNMP OID
As per RFP
18 Vi(21) 192/85 Must provide a utility to view and select MIB objects from a tree-
based representation
Removed
19 Vi(23) 192/85 Must provide comprehensive remote management support for all
proposed network devices as well as any SNMP MIB-I or MIB-II
manageable devices.
As per RFP
20 Vi(1) Dedicated redundant hardware Appliance or virtualized platform
and one Centralized Console. Should be supplied with 1000 AAA
(Endpoint Security) licenses.
Dedicated redundant hardware Appliance or
virtualized platform and one Centralized Console.
Should be supplied with 1000 AAA (Endpoint
Security) perpetual licenses.
21 Vi(2) Should be able to integrate with all makes of manageable network
devices which can support open standard based protocols
required for NAC operation
As per RFP
22 Vi(7) Should be able to perform posture check for compute end points
(Windows & MAC) for OS health for parameters like Registry Keys,
allowed process, AV or Firewall Enabled etc.
As per RFP
23 Vi(9) Should be able to perform VAPT check using custom built-in
scanner for network-based vulnerabilities
Should be able to perform VAPT check using built-
in or integrating with third-party scanner for
network-based vulnerabilities
24 2 91 PASSIVE RELATED : ii) Optical Fiber Cable (OFC) Cable weight less
than 180Kg/KM
PASSIVE RELATED : ii) Optical Fiber Cable (OFC)
Cable weight 180Kg/KM or more
25 19 93 v) CAT 6A Cable Fire rating: IEC 60332 v) CAT 6A Cable Fire rating: IEC 60332-3-22
26 16 93 v) CAT 6A Cable Breaking Strength 400N (Maximum) v) CAT 6A Cable Pulling Tension, Max. 11.34 Kg/ 25
lb
27 ix) 95 ix) CAT6A U/UTP MPTL Plugs CAT6A U/UTP MPTL Plugs ix) CAT6A U/UTP MPTL Plugs CAT6A U/UTP MPTL
Plugs or equivalent
28 3 95 x) CAT 6 CableThe 4 pair Unshielded Twisted Pair cable shall be UL
Listed. Cable should also be tested and verified by ERTL
x) CAT 6 CableThe 4 pair Unshielded Twisted Pair
cable shall be UL Listed. Cable should also be
tested and verified by ETL
29 7 95 x) CAT 6 Cable Dielectric Strength of cable should be 1.0KV dc x) CAT 6 Cable Dielectric Strength of cable should
be 2500V dc
30 7 96 xi) CAT6 Patch Cord (2 Meter)Jacket: PVC UL-94V-O xi) CAT6 Patch Cord (2 Meter)Jacket: LSZH
31 13 97 xii) CAT6 UTP Information OutletSurface mount box with single
RJ45 socket to terminate UTP CAT 6 Cable
xii) CAT6 UTP Information Outlet Surface mount
box should be compatible with single RJ45 socket
to terminate UTP CAT 6 Cable
32 1 97 xiii) CAT6 Jack PanelThe Cat-6 transmission performance is in
compliance with ANSI/TIA-568-
C.2, ISO/IEC 11801 Ed.2 and EN 50173-1 specification with LED
indicator at each Port
xiii) CAT6 Jack PanelThe Cat-6 transmission
performance is in compliance with ANSI/TIA-568-
C.2, ISO/IEC 11801 Ed.2 and EN 50173-1
specification
33 2 100 of 127RACKS RELATED: 24U ( Indoor and outdoor ) rack IP rated and
non IP rated both specs are same but few points vary as below
kindly confirm on the sameIP 55 rated or above
24U (Outdoor) IP 55 rated or above
34 2 100 of 12724U ( Indoor and outdoor ) rack IP rated and non IP rated both
specs are same but few points vary as below kindly confirm on
the sameIP 55 rated or above
24U (Indoor) IP 20 rated or above
37 3 100 of 12724U ( Indoor and outdoor ) rack IP rated and non IP rated both
specs are same but few points vary as below kindly confirm on
the sameRacks should provide sufficient cable entry and Exit cut-
outs in top and bottom of the rack
Racks should provide sufficient cable entry and
Exit cut-outs in top or bottom of the rack
35 5 100 of 12724U ( Indoor and outdoor ) rack IP rated and non IP rated both
specs are same but few points vary as below kindly confirm on
the sameRack should support static load of at least 750 KGs on
casters & Levellers
Rack should support static load of at least 750 KGs
on plinth as per the site requirement
36 13.2 108 of 127UPS RELATED :REPO ( Remote Emergency Power off ) / ROO (
remote on off ) PortProvide both onsite & remote EPO to
shutdown UPS when emergency situation happens . REPO port
with a user supplied switch
UPS RELATED :REPO ( Remote Emergency Power
off ) / ROO ( remote on off ) Port Provide onsite
EPO to shutdown UPS when emergency situation
happens .
37 Additional Query Additio
nal
Query
Varies from 300 to 600 mm depending on site
(Charges as per actual)
38 Additional Query Additio
nal
Query
Termination at Bottom is preferred
39 Additional Query Additio
nal
Query
As per RFP
40 xx 101 1kVA Online UPS (Accepted Makes: APC, Vertiv/ Emerson,
Numeric, Delta Power)
As per RFP
41 1 kVA : Technical
Capability , Point 2 C
209 Wide input voltage range in 110-280 VAC As per RFP
42 1 kVA : Input Voltage
Range , Point 4.2
209 80-280VAC
Range (Full Load) 175~280VAC
Range (50 ~ 100% load is required)
80~175VAC
110-280VAC
Range (Full Load) 175~280VAC
Range (50 ~ 100% load is required) 110~280VAC
43 1kVA Online UPS 4.3
Nominal Input
Frequency
209 50 Hz +/- 10 Hz As per RFP
44 1kVA Online UPS 11.8
Charger Current
211 4A extended upto 8A with internal charger
(OPTIONAL)
As per RFP
45 1kVA Online UPS 14.8
Packaging Material /
Vibration
Withstand & Drop Test
211 Recyclable (No CFC) &
1. Vibration testing as per ISTA -1G Non operational
with Packing
As per RFP
46 Input Voltage Range 212 230/400V,240/415V (3Φ4W)
Range (Full Load) 173~276 / 300~477VAC
Range (Derating to 70% Load) 132~173 /
228~300VAC
As per RFP
47 16.1 Manufaturer 216 ISO 9001: 2015, ISO 14001: 2015, ISO
18001: 2007
As per RFP
48 30kVA Online UPS :
Technology & Capability
212 i) Should have Dual Aux power design. As per RFP
49 15.4 30kVA Online UPS -
Operating Altitude
215 0 to 3000m(0 To 10000ft) As per RFP
50 15.11 30kVA Online
UPS -Packaging
Material / Vibration
Withstand & Drop Test
216 Recyclable (No CFC) &
1. Vibration testing as per ISTA -1G Nonoperational
with Packing
As per RFP
51
12 Battery Backup /
Battery Bank & Charger
Page No. 214 of 251
Blank
5212.1 Backup Required 30 minutes at 0.8 pf output
53 12.8Charger type /
Charging Method
& Charging Voltages
214 Constant Voltage Constant Current Solid
state SMPS charger
Float Charge 270V±(2V)
Boost Charge 280V±(2%V)
Constant Voltage Constant Current Solid
state SMPS charger
as per System DC voltage.
54 Storage for DC & DR
(Page No :28)
Point 4 : Capacity &
Scalability
28
Offered Storage array shall support minimum of 480 SSD’s
Offered Array shall be scalable to more than 280
numbers of SSD drives from day 1 at the time of
bidding with proposed configuration, without
clustering/ federation/ additional controllers in
future.
55 Storage for DC & DR
(Page No :29)
Point 5 : Cache
29 Offered Storage Array shall be given with Minimum of more
than 128GB cache in a single unit and shall be scalable to
more than 256GB.
Offered storage array shall be given with 256GB or
higher cache in a single array without
clustering/federation.
56 Storage for DC & DR
(Page No :29)
Point 13 : Host Ports
and
Back-end Ports
29 Offered Storage shall have minimum of 12 X 16Gb FC Ports
for host connectivity. All types of ports shall be 100%
scalable.
Offered storage shall have minimum of 16 SAS lanes running
at 12Gbps speed and shall be scalable to 32 SAS lanes
without any controller change.
Offered Storage shall have minimum of 12 X 16Gb
FC Ports
for host connectivity. All types of ports shall be
100%
scalable.
Offered storage shall have minimum of 16
SAS/PCIe lanes running
at 12Gbps speed or higher and shall be scalable to
32 SAS / PCIe lanes without any controller change.
57 Storage for DC & DR
(Page No :30)
30 Additional Point (ITEM : Vmware Integration) As per RFP
58 Disk Backup for DC &
DR (Page No : 32)
2. Disk backup
32 When fully populated, offered device shall support rated
write performance of more than 16TB per hour in native
mode
As per RFP
59 Disk Backup for DC &
DR (Page No : 32)
2. Disk backup
32 When fully populated, offered device shall supported rated
write performance, when enabled with source level
deduplication, of more than 30TB/hr
As per RFP
60 Disk Backup for DC &
DR (Page No : 32)
32 Suggested/Additional Clause As per RFP
61 Disk Backup for DC &
DR (Page No : 32)
32 Suggested/Additional Clause As per RFP
62 Tape Library (Page No
:33)
Point 2 : Capacity
33 Offered Tape Library shall support Native data capacity of
3.3PB (uncompressed) using LTO-8 Technology.
Shall be offered with Minimum of Four LTO-8 FC tape
drive. Drive shall support encryption, minimum 80 media
slots from day 1.
Shall be offered with 80 RW LTO-8 Cartridges and 4
Cleaning cartridges
Shall be scalable 270 cartridge slots with additional
enclosures
As per RFP
63 Page 34 of 127: Backup
Software for DC & DR
34 of
127
Suggested/Additional Clause As per RFP
64 Page 34 of 127: Backup
Software for DC & DR
34 of
127
Suggested/Additional Clause As per RFP
65 Page 34 of 127: Backup
Software for DC & DR
34 of
127
Suggested/Additional Clause As per RFP
66 Page 34 of 127: Backup
Software for DC & DR
34 of
127
Suggested/Additional Clause As per RFP
67 1.2 DC & DR Software,
Pt.No. 7 & Page # 110
110 SUSE Linux for SAP 2Skt Unlimited Guest OS with 5 yrs support As per RFP
68 Local Server Software:
Operating System for
xMII Servers Item 1 &
Page # 111
111 SUSE Linux for SAP 2Skt Unlimited Guest OS with 5 yrs support As per RFP
69 Local Server
Software:ADS, Antivirus
& Patch Mgmt Servers
operating system Item
1 & Page # 4
4 Windows server standrad Operating System 2019 As per RFP
70 1.2. DC & DR Software,
Pt.No. 1 - Operating
System for App Servers,
Pg.No. 110
110 SUSE Linux for SAP 2Skt Unlimited Guest with HA - 10 Qty SUSE Linux for SAP 2Skt Unlimited Guest with HA -
8 No's & Latest Windows Server Datacenter
Edition - 2 No's (Refer Sizing sheet for number of
Suse and Windows and VMWare Licenses).
ITI to make changes in the BoQ accordingly
71 c) Blades for Legacy
Servers in DC, Pt.No.4
Hard disk drive with
carrier, Pg.No. 130
130 2 x 600GB SSD RAID5 2 x 600GB SSD RAID1
72 HANA Servers: Factory
Integration
Suggested Clause/additional Clause e.) - other general
specfications : Sl # 7 of Page # 18 of 127
As per RFP
73 HANA Servers:
Applliance Support
Suggested Clause/additional Clause e.) - other general
specfications : Sl # 7 of Page # 18 of 127
As per RFP
74 HANA Servers:
Operating System
Suggested Clause/additional Clause e.) - other general
specfications : Sl # 7 of Page # 18 of 127
As per RFP
75 Core Switches (DC and
DR)> Page number
39>Hardware
Specification>Point 1
39 Centralized wire capacity: switch at least 9.6 Tbps switching
bandwidth or more
Centralized wire capacity: switch at least 15 Tbps
switching bandwidth or more
76 One time Charges for
Colocation & Managed
Services / Pg.No. 248
248 Supply of 42 U, 600mm*1000mm Server Rack. (DC -10, DR-4) Supply of 42 U, 800 mm x 1200 mm Server Rack
(DC-4, DR-2)
Supply of 42U, 800 mm x 1000 mm Server Rack
(DC-6, DR-2)
ITI to make the changes in the BoQ accordingly
77 One time Charges for
Colocation & Managed
Services / Pg.No. 119 &
248
119 &
248
Powered On Colocation Full Rack space. 6 KVA Rated with
Bundled Power. (DC)
As per the power sizing of the proposed hardware
78 One time Charges for
Colocation & Managed
Services / Pg.No. 119 &
248
119 &
248
Powered On Colocation Full Rack space. 6 KVA Rated with
Bundled Power. (DR)
As per the power sizing of the proposed hardware
79 2.2. DC & DR Software:
Enterprise
Management System
(EMS) Solution (DC &
DR) & Page # 157
157 Enterprise Management System (EMS) Solution (DC & DR) To be deployed HA in DC and Non HA in DR
80 1 Background and
Scope
1.1 Scope of Work :
Page no: 56
56 Implementation and commissioning of ITSM tools for Asset
management, incident,problem and change management as part
of the solution. Tool proposed should be leader in Gartner
quadrant and key stakeholders from NMDC should have access
tothe dashboards on the tool
Implementation and commissioning of ITSM tools
for Asset management, incident,problem and
change management as part of the solution. Tool
proposed should be present in Gartner quadrant
and key stakeholders from NMDC should have
access to the dashboards on the tool
81 2.2. DC & DR Software:
Enterprise
Management System
(EMS) Solution (DC &
DR) & Page # 157
157 The proposed helpdesk should have solutions like : Incident
management, Problem Management, Change Management,
Knowledge Management, Service Level Management, Service
Asset and Configuration management, Service Catalogue and
Request Fulfilment, etc. The certification copies to be submitted
As per RFP
82 2.2. DC & DR Software:
Enterprise
Management System
(EMS) Solution (DC &
DR) & Page # 157
Network Fault
Monitoring &
Performance
Management with
Reporting
157 Suggested/Additional Clause As per RFP
83 2.2. DC & DR Software:
Enterprise
Management System
(EMS) Solution (DC &
DR) & Page # 157
Network Fault
Monitoring &
Performance
Management with
Reporting
157 Suggested/Additional Clause As per RFP
84 2.2. DC & DR Software:
Enterprise
Management System
(EMS) Solution (DC &
DR) & Page # 157
Network Fault
Monitoring &
Performance
Management with
Reporting
157 Suggested/Additional Clause As per RFP
85 Co-location of DC and
DR
2 Establishment of a DC and DR (on Co-Location basis at MeitY
Empaneled Service
Provider) to host the Applications of NMDC such as SAP S/4 HANA
ERP at DC,
located in Hyderabad and DR located in another city and another
seismic zone.
As per RFP
86 Integration 2 Supply, Installation, Integration, Testing, Commissioning and
Support (SiitcS) of
LAN and WAN Networks.
Migration of Legacy Application data is not in the
scope of SI
87 MPLS/VPN 2 Provide/ Upgrade of existing MPLS/ VPN at 15 locations. As per RFP
88 Internet 2 Provide / upgrade of Internet leased line at HO, Projects and
other locations.
To be accounted by the bidder and will not be
arranged separately
89 Security Breach
including Data
Theft/Loss/Corruption
37 Any incident where in system compromised or any case wherein
data
theft occurs (including internal
incidents)
These services are to be provided by DC & DR
service provide as part of managed services.
90 Data Center and DR Co
Location
57 Please add As per RFP
91 General Requirements
Colocation & Managed
Services
59 Perform Due Diligence study and submit report for Migration of
legacy applications not being covered under SAP data migration
(e.g. Intranet Portal, Vigilance application etc.) at HO and Sites to
DC & DR.
Perform Due Diligence Study and submit plan for Migration and
support of legacy applications (e.g. HRMS/FAS/PMS/ IMS/Payroll
etc.) for historical reporting for statutory requirements.
Migration of legacy application is out of scope of
the RFP
92 ADC, AV, WAN
Optimizer, Link Load
Balancer etc.
62 Network diagram is having components like ADC, AV, WAN
Optimizer, LLB etc.
ADC and AV are available
93 Kirandul Network
Design/Single Line
Diagram
65 In Single Line Diagram, It is mentioned about SD-WAN
deployment.
As per RFP
94 AD, Mail, Backup &
Misc Servers
110 Blades for ADS, Mail, Backup & Misc Servers As per RFP
95 Network Components 112 Transceiver Count As per RFP
96 NOC 121 Seating arrangement to be provisioned by NMDC for 6 persons As per RFP
97 SAN Switches (DR) -24
Port
144 Minimum Dual SAN Switches shall be configured where each SAN
Switch shall be configured with 24*16Gbps FC Ports on each
switch
As per RFP
98 DC-DR Services 225 Please add As per RFP
99 Hardware Blade for
EMS
235 Blades for EMS Servers in HA 2+2 - 4 Units As per RFP
100 WLC-Guest
Authentication
241 Wireless LAN Controller for Access Points SMS Gateway required for OTP
101 Core Switch Type-2 &
30 KVA UPS
241 Need Clarification As per RFP
102 Passive Cabling and
Non-IT Infra for Data
Center & NOC
Need Clarification As per RFP
103 Raw Power Quality
Testing
Add this clause As per RFP
104 Log Retention Need Clarification As per RFP
105 Seating Space in DC for
OEM/ IP/ SI/ NMDC
119 &
248
Seating Space in DC for OEM/ IP/ SI/ NMDC As per RFP
106 Back Box Size 116 &
117
45mm x 45mm Backbox Back Box should be compatible with the proposed
Faceplate
107 Dimensions of Caping
&
Casing / PVC conduits /
HDPE pipes
246 Installation, Testing and Commissioning of
Horizontal Cable Links along with supply of requisite Caping &
Casing / PVC conduits / HDPE pipes
HDPE Pipes, PVC and all accessories required for
laying and installation needs to be quoted by the
bidder
108 Tower / Pole 242 Tower / Pole, 5m, Galvanized steel, with grouting base and
accessories
with Lightning Arrestors
Tower / Pole, 5m, Galvanized steel, with grouting
base and accessories
with Lightning Arrestors. As per industry standard,
Min. 10 cm diameter pole shall be used or as
required section wise.
109 Tower / Pole 242 Tower / Pole, 15m, Galvanized steel, with grouting base and
accessories
(some will be mounted on Wi-Fi zone towers)
Tower / Pole, 15m, Galvanized steel, with grouting
base and accessories
(some will be mounted on Wi-Fi zone towers). As
per industry standard, Min. 10 cm diameter pole
shall be used or as required section wise.
110 a) Core Switch – Type 1 180 24 Port 10G SFP Line Card, 24 Port 1G SFP Line card and 48 Port
Copper 1G/10G Ports – each or 48 port 1/10G SFP+. Switch should
support 40/100 Gbps ports
module cards scalability in same hardware from day 1.
24 Port 10G SFP Line Card, 24 Port 1G SFP Line
card and 48 port 1/10G SFP+. Switch should
support 40/100 Gbps ports module cards
scalability in same hardware from day 1.
111 vi) Network Access
Control Specification
191 Should be able to gather Detailed identity and access information
with OS and
device fingerprinting for Blackberry, Symbian, iOS, Android, OSX,
Windows and
more
Should be able to gather Detailed identity and
access information with OS and
device fingerprinting for Blackberry, iOS, Android,
OSX, Windows and
more
112 a) Access Switch – Type
1 Support
185 The OEM should provide support services 24x7 TAC with L1, L2
and L3 for 5 years free of cost. India toll free number should be
reflected in official website
of the OEM.
The OEM should provide support services 24x7
TAC (Hardware Replacement - NBD) with L1, L2
and L3 for 5 years free of cost. India toll free
number should be reflected in official website
of the OEM.
113 b) Access Switch
(Industrial Grade) –
Type 2
186 The OEM should provide support services 24x7 TAC with L1, L2
and L3 for 5 years free of cost. India toll free number should be
reflected in official website
of the OEM.
The OEM should provide support services 24x7
TAC (Hardware Replacement - NBD) with L1, L2
and L3 for 5 years free of cost. India toll free
number should be reflected in official website
of the OEM.
114 Centralized wire
capacity
146 vii) Core Switches (DC and DR) Hardware Specification switch at
least 9.6 Tbps switching bandwidth or more
vii) Core Switches (DC and DR) Hardware
Specification switch at least 15 Tbps switching
bandwidth or more
115 Per Slot Switching
Capacity
146 2.4 Tbps As per RFP
116 Storage 146 At least 1 GB SSD/Flash As per RFP
117 viii) TOR Switches for
DC & DR
Blank
118 Architecture 146 The switch should have Minimum of 1GB flash/SD
RAM/DDRAM/SSD
As per RFP
119 146 MAC Address table size of 128,000 entries As per RFP
120 v) Wireless Controller
for Access Points
Blank
121 189 The proposed WLC should support both centralized as well as
distributed
traffic forwarding architecture from day 1. It should be IPv6 ready
from day
one.
As per RFP
122 vii) OEM Element
Management System
(EMS) Specification
Blank
123 194 Must be able to download text-based (ASCII format) configuration
templates to one or more devices.
As per RFP
124 Name and model no 102/3.1 1kVA /0.9kW 1kVA /0.8kW
125 101/4.2 80-280VAC
Range (Full Load) 175~280VAC Range (50 ~ 100% load is required)
80~175VAC
110-280VAC
Range (Full Load) 175~280VAC Range (50 ~ 100%
load is required)
110~280VAC
126 Overload 103/8.1 <105% : continuous ; 105% ~ 125%: 1 minutes;
120% ~ 150%: 30 seconds; >150%: 0.5
seconds only
<105% : continuous ; 105% ~ 125%: 1 minutes;
130%: 1 seconds
127 Noise level 104/14.
6
< 40 dbA at 1 meter distance < 50 dbA at 1 meter distance
128 Output Voltage
Distortion (THDu)
106/5.7 < 1.5 % (linear load) < 2 % (linear load)
129 Maintenance Bypass 106/7.4 1.UPS should have option for manual maintenance bypass As per RFP
130 2. Maintance bypass cover removal sensing. 2. Maintenance bypass needs to be sensed and
needs to be displayed at front panel
131 3.The maintenance bypass should provide for Hot-swap of the
faulty UPS PWB for repairs / service.
3. Hot-swap should be there in the bypass system
(100% Load needs to be taken care in bypass)
132 Inverter Overload
capacity
107/9.1 ≤105 %: continuous,106% ~ ≤125%: 10 minutes; 126% ~ ≤150%: 1
minute; >150%: 1 second
≤105 %: 1 Hr;
106% ~ ≤125%: 10 minutes;
126% ~ ≤150%: 1 minute;
133 Battery Bank VAh
(Vendor to include
battery sizing
calculations with
tender)
107/12.
3
26000 or higher As per RFP
134 Battery End Cell Voltage 108/12.
11
1.75 V/cell 1.7 V/cell or above
135 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
i) Core Switches for Site
Locations (a & b)Core
Switch – Type 1 &
2,Clause No.5,Feature
Availability,Page
No.180,183
Switch Should support ISSU(In Service Software Upgrade) As per RFP
136 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
i) Core Switches for Site
Locations (a & b)Core
Switch – Type 1 &
2,Clause No.5,Feature
Availability,Page
No.180,183
Should support Migration of Port Profiles or equivalent As per RFP
137 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware viii) TOR
Switches for DC & DR
1. Architecture;Clause
no.1.5;
Page No.146
MAC Address table size of 128000 entries or more. As per RFP
138 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
i) Core Switches for Site
Locations (a & b)Core
Switch – Type 1 &
2,Clause No.5,Feature
Availability,Page
No.180,183
Should support at least 24X1/10Gbps SFP and 2X10/40/100 Gbps
ports should be Ready from day 1
As per RFP
139 B. Technical
Specification ,
Section : 2.4.
Switch,EMS;
iii) Access Switches for
Site Locations b) Access
Switch (Industrial
Grade) – Type 2;Clause
7.VLAN Support
a.Minimum 1000 VLANs As per RFP
140 B. Technical
Specification ,
Section : 2.4.
Switch,EMS;
iii) Access Switches for
Site Locations iv) Access
Point (Indoor);Radio
Features-Clause
No.11;Page No.188.
Maximum conducted transmit power shall be 23 dBm on both 2.4
and 5 GHz
Maximum conducted transmit power shall be 23
dBm on both 2.4 and 5 GHz. As per WPC norms
the permissible EIRP (combination of Max
Transmit power + Antenna Gain) as per India
norms if 26dbm.
141 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware vii) Core
Switches (DC and
DR);Clause no.6-
Feature Availablity
;Page No.145
Switch Should support ISSU(In Service Software Upgrade) As per RFP
142 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ix) 1G Switch
(DC & DR) ; 1.
Architecture;Clause
no.1.3;
Page No.148
The switch should support 2*10-Gigabit ports SFP+ loaded with
2*SR transceivers and 2* RJ-45 1/10GBASE-T ports in addition to
the above ports
As per RFP
143 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware vi) SAN
Switches for DC & DR ;
a) SAN Switches (DR) –
48 Ports Clause
No.5 and b) SAN
Switches (DR) – 24
Ports;Clause No.6
#5: The switch shall support different port types such as FL_Port,
F_port, E_port and EX_port
#5: The switch shall support different port types
such as FL_Port, F_port, E_port and EX_port or
equivalent.
144 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; v) Backup
Solution for DC & DR;
b) Tape Library ,Clause
No.8-Encryption
device ;Page No.140
Encryption Device : Offerred Library shall be provided with a
hardware device like USB key or separate appliance etc to keep
all the encrypted keys in a redundant fashion.
As per RFP
145 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; v) Backup
Solution for DC & DR;
b) Tape Library - Other
Features;Clause No.11
,Sub Clause No.5 ; ;Page
No.141.
Offerred Drives in the tape library shall optionally support both
Data path and control path failover.
As per RFP
146 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.122,Clause 2.1 (i) (a)
4 X Intel 8276 Platinum Processor, 28 Core, 2.2 Ghz As per RFP
147 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.124,Clause 2.1 (i) (E)
3. Clustering solution to be provided for application and HANA
Boxes
As per RFP
148 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.124,Clause 2.1 (i)
,Point no.4,Cluster
Network
4. The heartbeat network, required to setup the HA solution,
should be separate from the actual Data and User network.
Minimum 2 nos. 24- port 1G Ethernet switches should be included
in the solution to setup the cluster and management network
between 2 HANA boxes.
As per RFP
149 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.124,Clause 2.1 (i)
,Point no.7,Warranty &
Support
Services
5 Years 24 x 7 Support with 6hr Call to resolution. Warranty
shall be directly from OEM including Software
upgrades/updates. The OEM should have the capability to
offer lifecycle services like OS Upgrades, Patch Management
and HANA DB Upgrade.
As per RFP
150 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.125,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Blade Chassis
Solution to house the required number of blade servers in
smallest number of enclosures. Should support full
height and half height blades in the same enclosure, occupying a
max of 7U/1OU rack height
Solution to house the required number of blade
servers in smallest number of enclosures.
Should support full height and half height blades
in the same enclosure, occupying a max of 10 U
rack height
151 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.125,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Blade Chassis
Blade Chassis backplane engineered with 14Tbps or
higher Chassis backplane bandwidth.
Blade Chassis backplane / no backplane
engineered with 14Tbps or higher Chassis
backplane / no backplane bandwidth.
152 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.126,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Blade Chassis
Should support six interconnect bays to configure 3+3 redundancy Should support six interconnect bays to configure
3+3 redundancy or
Bidders supporting switchless architecture can
provision for direct access to top of rack switches.
153 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.126,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Blade Chassis
Chassis should provide display port and USB port to connect
Laptop/Monitor locally
Chassis/ Solution should provide display port and
USB port to connect Laptop/ Monitor locally
154 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.126,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Interconnects
support
• Should support housing of FCoE, Ethernet, FC and SAS
interconnect fabrics offering redundancy as a feature .Also should
support network switch with 25/50Gb downlinks and 1OOG uplink
to DC switch
As per RFP
155 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.126,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Converged
interconnect
Redundant Interconnect modules shall be integrated within the
chassis such that uplinks from the chassis can be directly
connected to core LAN/SAN switches
As per RFP
156 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.126,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Converged
interconnect
At-least 60 /36 servers should be supported per aggregation.
Layer 2 network traffic should be switched within enclosure
aggregation (without using top of the rack switch) and proVide
when multiple chassis aggregated, switching latency between
enclosures should not exceed 1.0 micro-second for Ethernet
As per RFP
157 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.127,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Chassis management
capabilities:
Should provide a dedicated 1Gig/ 10 GbE or higher management
network for multi-enclosure communications, separate from data
plane
Should provide a dedicated 1Gig/ 10 GbE or higher
management network for multi-enclosure
communications, separate from data plane
158 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.128,Clause 2.1
(ii)Application Servers
for DC & DR (a) Blade
Enclosure;
Chassis management
capabilities:
Should support frictionless Firmware and OS Driver updates using
profile templates to monitor, flag, and remediate
As per RFP
159 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.128,Clause 2.1 (ii)
Application Servers for
DC & DR(a) Blade
Enclousure,Point
no.7,Warranty &
Support
Services
5 Years 24x7 onsite support with commitment to resolve the
problem within 6 Hours. Support has to be provided directly
by OEM during the warranty period.
As per RFP
160 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.129,Clause 2.1 (ii)
Application Servers for
DC & DR;(b) Server
Blade,Point
no.13,Warranty &
Support
Services
5 Years 24 x 7 Support with 6hr Call to resolution.
Warranty shall be directly from OEM including Software
upgrades/updates. The OEM should have the capability to
offer lifecycle services like OS Upgrades, Patch
Management.
As per RFP
161 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.131,Clause 2.1 iii)
Non-SAP Serversa)
;(a)Enterprise
Management Solution
Blade Servers (DC &
DR),Point
no.4,Interfaces
Minimum of 1* internal USB 3.0 port ,1* internal SDHC card
slot and 1* external USB 3.0 port
As per RFP
162 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.131,Clause 2.1 iii)
Non-SAP Serversa)
;(a)Enterprise
Management Solution
Blade Servers (DC &
DR),Point no.5,Bus Slots
Minimum of 2 Nos of x16 or higher PCIe 3.0 based slots
supporting Converged Ethernet, Ethernet, FC adapters and
SAS adaptors
As per RFP
163 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.131,Clause 2.1 iii)
Non-SAP Serversa)
;(a)Enterprise
Management Solution
Blade Servers (DC &
DR),Point
no.7,Embedded
system management
Should support integration with management software to
deliver ‘composable infrastructure' with a view of resources.
This should be flexible and scalable solution providing IT
managers with the architecture to implement their
softwaredefined
data center (SDDC) and to address the changing
business needs and the challenges of today's enterprise data
centers
Should support Gigabit out of band management port to
monitor the servers for ongoing management, service alerting
and reporting
Should support UEFI to configure and boot the servers
securely
System should support RESTful API integration
System management should support provisioning servers by
discovering and deploying 1 to few servers with embedded
Provisioning tool
System should support embedded remote support to transmit
hardware events directly to OEM or an authorized partner for
automated phone home support
As per RFP
164 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware ,Page
No.131,Clause 2.1 iii)
Non-SAP Serversa)
;(a)Enterprise
Management Solution
Blade Servers (DC &
DR),Point no.11,Secure
encryption
System should support Encryption of the data (Data at rest) on
both the internal storage and cache module of the array
controllers using encryption keys. Should support local key
management for single server and remote key management for
central management for enterprise-wide data encryption
deployment.
As per RFP
165 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; iv Storage
for DC & DR ,Clause
2.Converge/Unified
Storage;Page No.135,
• Offered Storage array shall be a true converge/ unified storage
with a single Microcode/ operating system instead of running
different Microcode/ Operating system/ Controllers for File, block
services respectively.
• Offered Storage shall be a flagship Flash array from the OEM,
should support only SSD's and shall be clearly published on their
website .
• The Server & Storage supplied should be from same OEM.
Offered Storage array shall be a true converge/
unified storage with a single Microcode/ operating
system instead of running different Microcode/
Operating system/ Controllers for File and block
services respectively
• Offered Storage shall be a flagship Flash array
from the OEM, should support only SSD's and
shall be clearly published on their website .
• The Server & Storage supplied should be from
same OEM.
166 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; iv Storage
for DC & DR ,Clause
2.Converge/Unified
Storage;Page No.135,
• Refer Sizing sheet for Capacity required for DC & DR
• DC Storage capacity should be offered with 85 TB usable
capacity using RAIDS with each drive capacity not exceeding 4 TB
SSD.
• DR Storage capacity should be offered with 48 TB usable
capacity using RAIDS with each drive capacity not exceeding 4 TB
SSD.
• All drives shall be offered with 5 years comprehensive warranty.
• Offered Storage array shall support minimum of 480 SSD's
• Offered Storage array shall support at-least 500TB Usable
capacity for file operations.
• Refer Sizing sheet for Capacity required for DC &
DR
• DC Storage capacity should be offered with 85
TB usable capacity using RAIDS with each drive
capacity not exceeding 4 TB SSD.
• DR Storage capacity should be offered with 48
TB usable capacity using RAIDS with each drive
capacity not exceeding 4 TB SSD.
• All drives shall be offered with 5 years
comprehensive warranty.
• Offered Array shall be scalable to more than 280
numbers of SSD drives from day 1 at the time of
bidding with proposed configuration, without
clustering/ federation/ additional controllers in
future.
• Offered Storage array shall support at-least
500TB Usable capacity for file operations.
167 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; iv Storage
for DC & DR ,Clause
5.Cache;Page No.136,
• Offered Storage Array shall be given with Minimum of more
than 128GB cache in a single unit and shall be scalable to more
than 256GB without any controller change.
• Cache shall be completely dynamic for read and write
operations and vendor shall not offer any additional card I
module for write cache operations.
• Cache shall be used only for Data and Control information. OS
overhead shall not be done inside cache.
Offered storage array shall be given with 256GB or
higher cache in a single array without clustering/
federation.
Cache shall be completely dynamic for read and
write operations and vendor shall not offer any
additional card I module for write cache
operations.
• Cache shall be used only for Data and Control
information. OS overhead shall not be done inside
cache.
168 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; iv Storage
for DC & DR ,Clause
10.Raid Support,
Virtualization &
No. of Volumes;Page
No.136,
• Offered Storage Subsystem shall support Raid level 1, 5,6 and
10.
• Offered storage array shall support at-least 2000 Volumes per
controller.
As per RFP
169 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; iv Storage
for DC & DR ,Clause
12.Protocols;Page
No.136,
• Offered Storage array shall support all well-known protocols like
but not limited to FC, !SCSI, SMB 3.0, NFS V4, FTP/ SFTP etc.
As per RFP
170 B. Technical
Specification ,
Section : 2.1. DC & DR
Hardware; iv Storage
for DC & DR ,Clause
Host Ports and
13.Back-end Ports;Page
No.136,
• Offered Storage shall have minimum of 12 X 16Gb FC Ports for
host connectivity. All types of ports shall be 100%
scalable.
• Offered storage shall have two additional ports for the storage-
based replication.
• Offered storage shall have minimum of 16 SAS lanes running at
12Gbps speed and shall be scalable to 32 SAS lanes without any
controller change .
Offered Storage shall have minimum of 12 X 16Gb
FC Ports for host connectivity. All types of ports
shall be 100%
scalable.
• Offered storage shall have two additional ports
for the storage-based replication.
• Offered storage shall have minimum of 16 SAS/
PCIe lanes running
at 12Gbps speed or higher and shall be scalable to
32 SAS / PCIe lanes without any controller change.
171 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VI.Network Access
Control,Clause
No.22,Page No.192
Must provide a Country wide VLAN monitoring capabilities . To be Removed
172 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.5,Page No.193
Must be able to create correlated topology based on LLDP
,SNMP , STP connectivity hierarchy.
Must be able to create correlated topology
based on LLDP or equivalent/ SNMP/ STP
connectivity hierarchy.
173 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.11,Page No.193
Must provide a utility to view and select MIS objects from a
tree-based representation and include a compiler for new or third-
party MIBs.
As per RFP
174 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No15,Page No.193
Must have SNMP MIS compile capability to integrate any snmp
compliant device
As per RFP
175 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.16,Page No.193
Must be able to define policies to rate-limit bandwidth, throttle
the rate of new network connections, prioritize based on Layer 2
or Layer 3 QoS mechanisms, apply packet tags, isolate/quarantine
a particular port or VLAN, and/or trigger pre-defined actions.
As per RFP
176 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.19,Page No.194
Must support features to interact with 3rd party network security
devices to provide automated response to security events and
thus rernediating real time threat
Must support features to interact with 3rd party
network security devices to provide automated
response to security events and thus rernediating
real time threat or equivalent solution
177 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.23,Page No.194
When integrated with compatible WLAN it must be able to
provide granular management functionalities like systern location
and tracking, wi-fi dashboards, client search, event logs etc via
mobile devices as well such as tablet and smartphone
To be Removed
178 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.25,Page No.194
Must provide the ability to track device attributes such as serial
number, asset tag, firmware version, CPU type and memory.
As per RFP
179 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.43,Page No.195
Must be able to write Python scripts to integrate with loT
solutions.
Must be able to write Python scripts/REST APIs to
integrate with loT solutions.
180 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.45,Page No.195
Should have the capability to reduce risk and ensure your network
configurations comply to HIPAA and PCI with that analyses and
assesses network configuration for compliance across your entire
wired and wireless network.
As per RFP
181 B. Technical
Specification ,
Section : 2.4.
Switch,EMS
;VII.Element
Management
System,Clause
No.46,Page No.195
Should have the ability to get actionable business insights and
speeding up troubleshooting by separating network from
application performance so you can quickly identify root-causes,
monitors shadow IT, reports maJicious or unwanted applications
and assesses security compliance.
Should have the ability to get actionable business
insights and speeding up troubleshooting by
separating network from application performance
so you can quickly identify root-causes, monitors
shadow IT/ reports malicious or unwanted
applications and assesses security compliance or
equivalent.
182 General As per RFP along with changes made in the
Correingdum based on Pre-Bid Queries
183 General As per RFP
184 2.3. Firewall
i) Firewall (DC) – Type
1;Page No.163-165
Blank
185 2 The Firewall OEM should be ICSA Labs certified for Firewall and
should be Common Criteria EAL 4 certified
As per RFP
186 3 OEM should be having recommended rating from NSS Lab's Next
Generation Firewall from past 2 years
As per RFP
187 6 Hardware:Should support 16 or more gigabit RJ45 interfaces As per RFP
188 Firewall Perfomance Blank
189 11 IPSec VPN throughput should be 20 Gbps or more As per RFP
190 12 NGFW throughput should be 8 Gbps with enterprise mix traffic As per RFP
191 13 Threat protection throughput should be 6 Gbps with enterprise
mix traffic
As per RFP
192 16 Should Support Virtualiation (ie Virtual Systems I Virtual
Domains). Should be having 10 or more vrrtual system license
from day one
As per RFP
193 18 Firewall FeaturesShould provide NAT functionality, including
PAT.Should support NAT 66, NAT 64, DNS 64, Static NAT"IPv4 to
1Pv6 and vice versa (VIP64 and VIP46) and 1Pv6-1Pv4 tunnelling
or dual stack.
As per RFP
194 25 Should support ISP Load balancing and Failover As per RFP
195 26 Should support multi-path intelligence based on link quality
criteria
As per RFP
196 30 VPNThe VPN should be integrated with firewall and should be
ICSA Labs certified for IPSec VPN
As per RFP
197 34 Should support Single Sign-On Bookmarks for SSL Web VPN As per RFP
198 37 Should also support PPTP and L2TP over IPSec VPN protocols. As per RFP
199 40 IPSShould have protection for 7000+ signatures As per RFP
200 46 Gateway Antivirus
Management, Log & ReportingThe Appliance should facilaitate
embedded anti-virus support
Gateway Antivirus
Management, Log & ReportingThe Appliance
should facilitate embedded anti-virus, anti-
malware support.
201 47 Gateway AV should be supported for real-time detection of
viruses and malicious code for
HTTP,HTTPS,FTP,SMTP,SMTPS,POP3 and IMAP protocols.
Gateway AV, Antimalware should be supported for
real-time detection of viruses and malicious code
for HTTP,HTTPS,FTP,SMTP,SMTPS,POP3 and IMAP
protocols.
202 2.3. Firewall
ii) Firewall (DR &
Perimeter) – Type 2--
Page No.165-168 2
The Firewall OEM should be ICSA Labs certified for Firewall and
should be Common Criteria EAL 4 certified
As per RFP
203 3 OEM should be having recommended rating from NSS Lab's Next
Generation Firewall from past 2 years
As per RFP
204 10 Firewall PerfomanceShouid have Firewall throughputs of
minimum 30 Gbps or more
As per RFP
205 11 IPSec VPN throughput should be 10 Gbps or more As per RFP
206 12 FW throughput should be 8 Gbps with enterprise mix traffic As per RFP
207 13 Threat protection throughput should be 6 Gbps with enterprise
mix traffic
As per RFP
208 16 Should Support Virtualiation (ie Virtual Systems I Virtual
Domains). Should be having 10 or more vrrtual system license
from day one
As per RFP
209 24 Should support Active-Active as well as Active- Passive
redundancy.
As per RFP
210 25 Should support ISP Load balancing and Failover As per RFP
211 26 Should support multi-path intelligence based on link quality
criteria
As per RFP
212 30 VPNThe VPN should be integrated with firewall and should be
ICSA Labs certified for IPSec VPN
As per RFP
213 34 Should support Single Sign-On Bookmarks for SSL Web VPN As per RFP
214 37 Should also support PPTP and L2TP over IPSec VPN protocols. As per RFP
215 40 IPS Should have protection for 7000+ signatures As per RFP
216 2.3. Firewall
iv) Firewall (Perimeter)
– Type 3-Page No.171-
174
Blank
217 2 The Firewall OEM should be ICSA Labs certified for Firewall and
should be Common Criteria EAL 4 certified
As per RFP
218 3 OEM should be having recommended rating from NSS Lab's Next
Generation Firewall from past 2 years
As per RFP
219 10 Firewall Perfomance: Shouid have Firewall throughputs of
minimum 6 Gbps or more
As per RFP
220 11 IPSec VPN throughput should be 3 Gbps or more As per RFP
221 12 NGFW throughput should be 300 Mbps with enterprise mix traffic As per RFP
222 13 Threat protection throughput should be 250Mbps with enterprise
mix traffic
As per RFP
223 14 Must support at least 1,500,000 or more concurrent connections As per RFP
224 15 Must support at least 30,000 or more new sessions per second
processing.
As per RFP
225 16 Should Support Virtualiation (ie Virtual Systems I Virtual
Domains). Should be having 5 or more vrrtual system license
from day one
As per RFP
226 24 Should support Active-Active as well as Active- Passive
redundancy.
As per RFP
227 25 Should support ISP Load balancing and Failover As per RFP
228 26 Should support multi-path intelligence based on link quality
criteria
As per RFP
229 30 VPNThe VPN should be integrated with firewall and should be
ICSA Labs certified for IPSec VPN
As per RFP
230 34 Should support Single Sign-On Bookmarks for SSL Web VPN As per RFP
231 37 Should also support PPTP and L2TP over IPSec VPN protocols. As per RFP
232 40 IPS :Should have protection for 7000+ signatures As per RFP
233 52 Web Filtering URL database should have 200 million or more
URLs under more than 70 categories
As per RFP
234 2.3. Firewall
v) Firewall (Server
Farm) – Type 4-Page
No.174-177
Blank
235 2 The Firewall OEM should be ICSA Labs certified for Firewall and
should be Common Criteria EAL 4 certified
As per RFP
236 3 OEM should be having recommended rating from NSS Lab's Next
Generation Firewall from past 2 years
As per RFP
237 10 Firewall PerfomanceShouid have Firewall throughputs of
minimum 10 Gbps or more
As per RFP
238 11 IPSec VPN throughput should be 5 Gbps or more As per RFP
239 12 NGFW throughput should be 1Gbps with enterprise mix traffic As per RFP
240 13 Threat protection throughput should be 800Mbps with enterprise
mix traffic
As per RFP
241 16 Should Support Virtualiation (ie Virtual Systems I Virtual
Domains). Should be having 5 or more vrrtual system license
from day one
As per RFP
242 24 Should support Active-Active as well as Active- Passive
redundancy.
As per RFP
243 25 Should support ISP Load balancing and Failover As per RFP
244 26 Should support multi-path intelligence based on link quality
criteria
As per RFP
245 30 VPN: The VPN should be integrated with firewall and should be
ICSA Labs certified for IPSec VPN
As per RFP
246 34 Should support Single Sign-On Bookmarks for SSL Web VPN As per RFP
247 37 Should also support PPTP and L2TP over IPSec VPN protocols. As per RFP
248 40 IPS:Should have protection for 7000+ signatures As per RFP
249 52 Web Filtering: URL database should have 200 million or more
URLs under more than 70 categories
As per RFP
250 2.3. Firewall
vi) Firewall (PLC
Network) – Type 5–
Type 4-Page No.177-
180 2
The Firewall OEM should be ICSA Labs certified for Firewall and
should be Common Criteria EAL 4 certified
As per RFP
251 3 OEM should be having recommended rating from NSS Lab's Next
Generation Firewall from past 2 years
As per RFP
252 9 Firewall Perfomance Should have Firewall throughputs of
minimum 2 Gbps or more
As per RFP
253 11 IPSec VPN throughput should be 1 Gbps or more As per RFP
254 12 NGFW throughput should be 200Mbps with enterprise mix traffic As per RFP
255 13 12 Threat protection throughput should be 150 Mbps with
enterprise mix traffic
As per RFP
256 Must support at least 1,000,000 or more concurrent connections As per RFP
257 Must support at least 30,000 or more new sessions per second
processing.
As per RFP
258 16 Should Support Virtualiation (ie Virtual Systems I Virtual
Domains). Should be having 5 or more vrrtual system license
from day one
As per RFP
259 24 Should support Active-Active as well as Active- Passive
redundancy.
As per RFP
260 25 Should support ISP Load balancing and Failover As per RFP
261 26 Should support multi-path intelligence based on link quality
criteria
As per RFP
262 30 VPNThe VPN should be integrated with firewall and should be
ICSA Labs certified for IPSec VPN
As per RFP
263 34 Should support Single Sign-On Bookmarks for SSL Web VPN As per RFP
264 37 Should also support PPTP and L2TP over IPSec VPN protocols. As per RFP
265 40 IPSShould have protection for 7000+ signatures As per RFP
266 52 Web Filtering URL database should have 200 million or more
URLs under more than 70 categories
As per RFP
267 Disk for Persistence
Storage
Page# 17; (2.1. - (i)- e)
At least 4 times the RAM capacity in RAID5 with persistence
storage with SSD’s.
At least 4 times the RAM capacity in RAID5 with
persistence storage with SSD’s (SAS mixed use
12Gbps)
268 High Availibilty Solution
Page# 17; (2.1. - (i)- e)
The HA solution between the two HANA boxes should be
integrated with cluster software and HANA System Replication.
As per RFP
269 Page# 18; (2.1. - (Ii)- a) Solution should have single console provisioning for compute,
storage and server-side network configuration and direct attach
storage (DAS). Direct connect midplane should deliver 14 Tbps of
bandwidth. FC SAN should be available
Solution should have single console provisioning
for compute, storage and server-side network
configuration and direct attach storage (DAS).
Direct connect midplane/no midplane should
deliver 14 Tbps of bandwidth. FC SAN should be
available
270 Page# 18; (2.1. - (ii)- a) Should provide a dedicated 10GbE or higher management
network for multi-enclosure communications, separate from data
plane
Should provide a dedicated 1G/10GbE or higher
management network for multi-enclosure
communications, separate from data plane
271 Capacity and Scalability
Page# 28; (2)
Offered Storage array shall be a true converge/ unified storage
with a single Microcode/ operating system instead of
running different Microcode/ Operating system/ Controllers for
File, block and object services respectively
Offered Storage array shall be a true converge/
unified storage with a single Microcode/ operating
system instead of
running different Microcode/ Operating system/
Controllers for File and block services respectively
272 Capacity and Scalability
Page# 28; (4)
Offered Storage array shall support minimum of 480 SSD’s Offered Array shall be scalable to more than 280
numbers of SSD drives from day 1 at the time of
bidding with proposed configuration, without
clustering/federation/additional controllers in
future.
273 Remote Replication
Page# 30; (20)
The Storage array shall also support three ways (3 Data Centers)
replication to ensure zero RPO at any site Near DR
and DR in native fashion without using any additional
replication appliance.
As per RFP
274 When fully populated, offered device shall support rated write
performance of more than 16TB per hour in native mode
As per RFP
275 When fully populated, offered device shall supported rated write
performance, when enabled with source level deduplication, of
more than 30TB/hr
As per RFP
276 Backup SW
Page# 35; (1)
Backup software licenses to be provided for the offered capacity
of SAN Storage.
As per RFP
Disk Backup
Page# 32; (2)
277 SLA
Page# 34; (6)
Availability/ Uptime of each server at DC/DR As per RFP
278 Delivery Timeline
Page# 13; (7. (iii))
Supply of DC / DR Components including hardware and Software.
6 Weeks
Supply of DC / DR Components including hardware
and Software. 8-10 Weeks
279 Brand inclusion Approved Make : HP/ Extreme /Cisco As per RFP
280 Core Switches (DC and
DR) Form Factor Pg# 38
Chassis switch with Minimum 4 usable Slots 19 Inch Rack
mountable switch with management/supervisor Engine 1+1. OEM
should provide all the hardware including fabric cards, CPU,
Power Supplies, Fan Trays etc. and software, licenses to get full
capacity of the provided chassis
As per RFP
281 Core Switches (DC and
DR) Architecture Pg# 38
Non-Blocking architecture. Must have EAL3 /NDCPP or above
common criteria certification.
As per RFP
282 Core Switches (DC and
DR) Per Slot Switching
Capacity Pg# 39
Per Slot Switching Capacity -2.4 Tbps As per RFP
283 Switch, EMS Core
Switch – Type1
Architecture Pg# 73
Non-Blocking architecture. Must have EAL3 /NDCPP or above
common criteria certification.
As per RFP
284 Switch, EMS Core
Switch – Type1 Per Slot
Switching Capacity Pg#
74
Per Slot Switching Capacity -3.2 Tbps As per RFP
285 Core Switch – Type2
Architecture Pg# 74
Non-Blocking architecture. Must have EAL3 /NDCPP or above
common criteria certification.
As per RFP
286 Name and model no 1kVA /0.9kW 1kVA /0.8kW
287
Secure
encryption
Page
25,
System should support Encryption of the data (Data at rest) on
both the internal storage and cache module of the array
controllers using encryption keys. Should support local key
management for single server and remote key management for
central management for enterprise-wide data encryption
deployment.
As per RFP
288 Secure
encryption
Page
25,
System should support Encryption of the data (Data at rest) on
both the internal storage and cache module of the array
controllers using encryption keys. Should support local key
management for single server and remote key management for
central management for enterprise-wide data encryption
deployment.
As per RFP
289
Disk Backup
Page
32,
Offered disk-based backup device shall also support
encryption functionality
As per RFP
290 b) Tape Library
Encryption
device
Page
33,
Offered Library shall be provided with a hardware device
like USB key, separate appliance etc. to keep all the
encrypted keys in a redundant fashion
As per RFP
291 1 Background and
Scope - 1.1 Scope of
Work - Data Center
and DR Co Location -
Page No. 57
The Data Center should be in Hyderabad and the service provider
should have his own building.
As per RFP
292 The Firewall must be appliance based As per RFP
293 As per RFP
294 As per RFP
295 New point under IPS to be added As per RFP
296 The Firewall must be appliance based As per RFP
297 As per RFP
298 As per RFP
299 New point under IPS to be added As per RFP
300 The Firewall must be appliance based As per RFP
301 As per RFP
302 As per RFP
303 New point under IPS to be added As per RFP
304 The Firewall must be appliance based As per RFP
305 As per RFP
Firewall Type - 1, Clause
No 5
Firewall (DR &
Perimeter) 5
Firewall (Perimeter), 5
Firewall (Server Farm),
5
New Point under VPN to be added
New Point under VPN to be added
New Point under VPN to be added
New Point under VPN to be added
306 As per RFP
307 New point under IPS to be added As per RFP
308 The Firewall must be appliance based As per RFP
309 As per RFP
310 As per RFP
311 New point under IPS to be added As per RFP
312 WAF New Point to be added As per RFP
313 Annexure – II
B. Technical
Specification
2.1. DC & DR Hardware
ii) Application Servers
for DC & DR
b) Server Blade
Page no. 22
High Availability
Solution
As per RFP
314 Annexure – II
B. Technical
Specification
2.1. DC & DR Hardware
v) Backup Solution for
DC & DR
c) Backup Software for
DC & DR
Page No.35
Backup software licenses to be provided for the offered
capacity of SAN Storage.
As per RFP
315 Annexure – II
B. Technical
Specification
2.1. DC & DR Hardware
iii) Non-SAP Servers
c) Blades for Legacy
Servers in DC
Page No. 23 As per RFP
316 Annexure IV Point # 6. Service Level Agreements: Availability of network links As per RFP
317 Annexure I - Scope of
Work (Page 56)
Point # 1.1.h Tool proposed should be leader in Gartner Quadrant As per approved make in the corrigendum
318 Annexure I - Scope of
Work (Page 64)
General Requirements As per RFP
319 Annexure II - Technical
Specifications (Page
119)
1.9 One time charges for co-location & managed services As per RFP
320 Annexure II - Technical
Specifications (Page
121)
1.12 NOC As per RFP
321 2.8 Managed Services
(Page 219)
Cross Connect & Telco services As per RFP
322 2.8 Managed Services
(Page 225)
DC-DR Services As per RFP
323 2.8 Managed Services
(Page 226)
DC-DR Services As per RFP
324 2.8 Managed Services New addition As per RFP
325 2.8 Managed Services New addition As per RFP
326 b) 1G Switch (DC) –
Type 2 page No 151
The switch should support 2*10-Gigabit ports SFP+ loaded with
2*SR transceivers and 2 RJ-45 1/10GBASE-T ports in addition to
the above ports
As per RFP
327 b) 1G Switch (DC) –
Type 2 page No 153
The Switch should support Link aggregation to groups together up
to 8 ports per trunk automatically using Link Aggregation Control
Protocol (LACP), or manually, to form an ultra-high-bandwidth
connection to the network backbone. The switch should provide
support up to 128 trunks
As per RFP
328 Point 2 - Page no 2 k. Managed Services. As per RFP
329 Point 7 - Page no 34 6. Service Level Agreements (SLA) - Security Incident and
Management Reporting
As per RFP
330 1.1 Scope of Work - 56 f) Supply, installation, configuration, testing and commissioning of
Security infrastructure like Next Generation Firewalls, Antivirus,
DDOS, PIM, HIPS, IDAM, DAM, IPS/IDS, Log Servers, and Web
Application Firewall etc.
As per RFP
331 Point 2 Page no 111 ADS, Antivirus & Patch Mgmt Servers operating system As per RFP
New Point under VPN to be added
Firewall (Server Farm),
5
Firewall (PLC Network),
5
New Point under VPN to be added
332 Point 7 - Page no 112 Centralized Management, Log and analysis license with 5 -year
support up to 100x firewall devices/administrative, supplied along
with 5 years 24 x 7 support along with hardware
As per RFP
333 Point 8 - Page no 112 Free of change training to 20-people team of Network Engireers
from NMDC to be provided by OEM at a centralized place
covering all aspects of operations and maintenance of the
firewalls
As per RFP
334 The Firewall must be appliance based As per RFP
335 New Point under VPN to be added As per RFP
336 New Point under VPN to be added As per RFP
337 New point under IPS to be added As per RFP
338 Point 5 - Page no 166 The Firewall must be appliance based As per RFP
339 Point 5 - Page no 166 New Point under VPN to be added As per RFP
340 Point 5 - Page no 166 New Point under VPN to be added As per RFP
341 Point 5 - Page no 166 New point under IPS to be added As per RFP
342 WAF - Page no 168 New Point to be added As per RFP
343 Point 1 - Page no 170 Firewall Type 1 for DC and DR As per RFP
344 The Firewall must be appliance based As per RFP
345 New Point under VPN to be added As per RFP
346 New Point under VPN to be added As per RFP
347 New point under IPS to be added As per RFP
348 The Firewall must be appliance based As per RFP
349 New Point under VPN to be added As per RFP
350 New Point under VPN to be added As per RFP
351 New point under IPS to be added As per RFP
352 The Firewall must be appliance based As per RFP
353 New Point under VPN to be added As per RFP
354 New Point under VPN to be added As per RFP
355 New point under IPS to be added As per RFP
356 point 28 - Page no 220 Trusted SSL Certificate Import As per RFP
357 point 28 - Page no 220 Using Load Balancer feature in Firewall
SSL,LLB
As per RFP
358 point 30 - Page no 220 Policy Verification Every Year As per RFP
359 point 31 - Page no 220 IPSEC VPN with unlimited users As per RFP
360 point 32 - Page no 220 SSL VPN with unlimited uers As per RFP
361 point 33 - Page no 220 IPSEC remote access VPN with unlimited users As per RFP
362 point 34 - Page no 220 Two factor based authentication integration As per RFP
363 Point 36 - Page no 220 OS Critical and Security Patch Management As per RFP
364 point 43 - Page no 220 System, Application and Security Log Analysis As per RFP
365 point 44 - Page no 221 Windows Server Security Management As per RFP
366 point 45 - Page no 221 Security Processes - User and Group Management As per RFP
367 point 46 - Page no 221 Security Policies and Configurations As per RFP
368 point 47 - Page no 221 Security Patches and Hot Fixes As per RFP
369 point 50 - Page no 221 File and Directory Security As per RFP
370 point 51 - Page no 221 Audit Logging As per RFP
371 point 52 - Page no 221 Windows Firewall Policy As per RFP
372 point 60 - Page no 221 Windows Server folder and File access security/ share permission
management.
As per RFP
373 point 77 - Page no 221 OS Patching As per RFP
374 point 161 - Page no 225 OS Logs, AV/AS logs, Vulnerability Assessment, Network Device
Logs, Rule Based Correlation & Risk Based Correlation
As per RFP
Point 5 - Page no 163
Point 5 - Page no 171
Point 5 - Page no 174
Point 5 - Page no 177
375 point 161 - Page no 225 OS Logs, AV/AS logs, Vulnerability Assessment, Network Device
Logs, Rule Based Correlation & Risk Based Correlation
As per RFP
376 point 162 - Page no 225 Incident Management, Log Retention for 6 Months As per RFP
377 point 163 - Page no 225 Penetration Testing (Tool based) As per RFP
378 point 164 - Page no 225 Historical Based Correlation As per RFP
379 point 165 - Page no 225 PCI DSS, FIM, Advanced Persistent Threat protection,
IPS/IDS, DDOS Protection, DDOS Reporting, Enabling DDOS
services for NMDC networks
As per RFP
380 point 166 - Page no 225 Basic web filter service As per RFP
381 point 167 - Page no 225 Application filter services As per RFP
382 point 168 - Page no 225 Automatic updates of signatures As per RFP
383 Page no 240 Firewall BoM As per RFP
384 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
5 (Page 158)
To ensure the proposed software is secure, it should have ISO
27034 certification from a verification or certification agency
which has global recognition
As per RFP
385 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
6 (Page 158)
EMS/NMS OEM must be an industry standard, enterprise grade
solution and shall be in the present in Gartner’s MQ reports for
NPMD and ITSM for last two years (2017 & 2018)
As per RFP
386 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
8 (Page 158)
Proposed EMS Solutions MUST have been in operations in at least
3 or more deployments across government/public sector,
monitoring and managing at least 10,000 network nodes in each
of the cases individually. Self-certification of the OEM, along with
the customer names and proof of software delivery must be
submitted at the time of bid submission
As per RFP
387 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
1 (Page 158)
The proposed EMS solution should be an integrated, modular and
scalable solution from single OEM (i.e. all Network Monitoring,
server Monitoring including application and database monitoring
and Service Management tools should be from single OEM) to
provide comprehensive fault management, performance
management, traffic analysis and business service management,
IT service desk\ help desk \trouble ticketing system & SLA
monitoring functionality
As per RFP
388 General Requirement of
IT
Service/Helpdesk/Point
No. 59 (Page 161)
The proposed helpdesk should have solutions like : Incident
management, Problem Management, Change Management,
Knowledge Management, Service Level Management, Service
Asset and Configuration management, Service Catalogue and
Request Fulfilment, etc. The certification copies to be submitted.
As per RFP
389 New Clause addition
request
Considering the current COVID situation, there will be a significant
change in the way organizations work with "Work from Home",
"Work Remotely" etc. becoming prevalent. Due to these ever-
changing landscape, self-help, self-service etc. becomes extremely
important. We request you to add this point as this will greatly
help in service fulfilment through automation
As per RFP
390 New Clause addition
request
As per RFP
391 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
3 (Page 157)
The proposed EMS solution should be built on modern container
technologies and have an option to deploy on classic mode non-
containerized as well as containerized mode.
As per RFP
392 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
9 (Page 158)
Solution should ensure compatibility of existing Infrastructure
with the procured infrastructure and it must fill the end
functionality of the project. Offered solution should support bi-
directional integration between the NOC and SOC to have the
single consolidated console of infrastructure and security events.
As per RFP
393 2.2 DC & DR Software
Enterprise
Management
Solution/General
Requirement/point no
9 (Page 158)
Server Fault Monitoring & Application Performance Management
Should provide a centralized point of control with out-of-the-box
policy-based management intelligence for easy deployment for
the servers, operating systems, applications and services for
correlating and managing all the IT infrastructure components of
a business service
As per RFP
394 V) Wireless Controller
for Access Points
IV Access Point( Indoor
)
Page No 189
The Proposed WLC must be compliant with IEEE CAPWAP or
equivalent for controller based WLANS.
As per RFP
395 Page No 189 The Proposed WLC should be 1 U , rack mountable appliance
with 2X1 G , (or better ), ethernet interface , USB support and RS-
232 Serial console interface .
As per RFP
396 Page No 190 The proposed must support coverage hole detection & correction
that can be adjusted on aper WLAN basis .
As per RFP
397 Page No 190 Should support Port based & SSID Based IEEE 802.1X
authentication .
As per RFP
398 2.5 Wi-Fi Access Point
(Outdoor )
Page No 195
Access Points proposed must include dual radios (2.4 Ghz & 5 Ghz
) , & should cover a distance of 2k.m. in open area . )
Access Points proposed must include dual radios
(2.4 Ghz & 5 Ghz ) , & should cover a distance of
150 Mtrs in open area
399 Page No 195 The Access Point have Integarted Antenna The Access Point have Integrated/ External
Antenna.
400 Page No. 112 /1.4/
Switch, Indoor Wireless,
NAC, EMS etc.
Networ
k
Compo
nents
Transceiver Count As per RFP
401 Raw
Power
Quality
Testing
Add this clause As per RFP
402 Page No. 227-230 Optical
Fiber
Laying
and
Backfilli
ng
Specification as per the clause mentioned in the Page No. 103-106
on Optical Fiber Laying and Backfilling.
As per RFP
403 151 b) 1G
Switch
(DC) –
Type 2
The switch should support 2*10-Gigabit ports SFP+ loaded with
2*SR transceivers and 2 RJ-45 1/10GBASE-T ports in addition to
the above ports
As per RFP
404 153 The Switch should support Link aggregation to groups together up
to 8 ports per trunk automatically using Link Aggregation Control
Protocol (LACP), or manually, to form an ultra-high-bandwidth
connection to the network backbone. The switch should provide
support up to 128 trunks
The Switch should support Link aggregation to
groups together up to 8 ports per trunk
automatically using Link Aggregation Control
Protocol (LACP), or manually, to form an ultra-high-
bandwidth connection to the network backbone.
405 106/4.8 Input
Protecti
on
(Thru In-
built 1P
MCB)
Should be provided at the input of the UPS
suitable for the full rated capacity of the UPS
Input Protection (Thru In-built 3P MCB)
406 25 Financial Quote, on Supply, Installation, Integration, Testing,
Commissioning
and Support: NOC
NOC for DC & DR will be part of managed services.
Scope of Work does not includes civil, electrical &
HVAC works for in premise NOC which will be used
for managing NMDC LAN & WAN.
407 1 Provide/ Upgrade of existing MPLS/ VPN at 15 locations. As per RFP
408 Annexure-VII (UPS) BOQ- Earthing & Lightning arrestor As per RFP
409 General Requirements
for the LAN
Infrastructure
(pagePage 8 of 53) Page
62 of RFP
f. Reliability and scalability of solution, open architecture and
availability of the
business-critical applications on High availability.
g.
As per RFP, please refer Annexure for Qty
410 1.4. Switch, Indoor
Wireless, NAC, EMS etc.
(page 112)
12 Access Point (Indoor) Nos. 300 Payment will be made as per actual quantities
used.
411 1.4. Switch, Indoor
Wireless, NAC, EMS etc.
(page 112)
13 Wireless LAN Controller for Access Points, 5 year warranty &
NBD support Nos. 10
AS per RFP
412 Generic Every Radio Location required AC Power and UPS Power As per RFP
413 Fig 43 Donimalai
Distribution Switch#6
Network Diagram
Line of Sight Details
DIOM CP PLC Room to Planning Cell Server
Room to SP PLC Room (SCADA) KIOM
MTSS Room to KIOM PLC Room
Pellet Plant Admin Building to LP Mech Room
LoS exists prima facie. However, field engineering
has to be carried out by successful bidder.
Bidder(s) to include such costs and efforts if any
more foreseen, in their bids
414 Generic Wireless Radio Pole/ Tower Height LoS exists prima facie. However, field engineering
has to be carried out by successful bidder.
Bidder(s) to include such costs and efforts, if any
more foreseen, in their bids
415 2.8. Managed Services IPSEC VPN with Unlimited Users
SSL VPN with unlimited users
IPSEC remote access VPN with unlimited users
As per RFP
416 1.3 Firewall Firewall – Type 1
Firewall- Type 2
Firewall- Type 3
Firewall- Type 4
As per RFP
417 Firewalls for DC & DR Accepted Make : Fortinet / Palo Alto / Cisco As per RFP
418 Annexure-VII Desktop for NOC As per RFP
419 Annexure-VII Bill of Material (BOM) As per RFP
420 Security Management Rule Based correlation and Risk based correlation
Incident Management
As per RFP
421 Security Management Rule Based correlation and Risk based correlation
Incident Management
As per RFP
422 Firewall Services Firewall with HA setups As per RFP
423 Network Access control
specification
Network Access control specification As per RFP
424 Firewall Services Trusted SSL certificate import As per RFP
425 Firewall Services Trusted SSL certificate import As per RFP
426 2.2 The system should integrate with Helpdesk / Service desk tool for
automated
incident logging and also notify alerts or events via e-mail or SMS.
As per RFP
427 Annexture-VI Core Switches, Distribution switches, Server, storage, Firewall and
etc
As per RFP
428 Annexture-VI Supply, Installation, Testing and Commissioning of (N) 30KVA UPS
System for
Central Distributor to support core switches, Servers, WAN
Optimizers, ILL load
balancers, and other networking equipment along with 30-
minutes battery back-up
(about 40 batteries of 65AH, 12V, Lead Acid, SMF) along with
Battery rack, MCB
protection gear and all other accessories - Bacheli, Kirandul,
Donimalai, Panna and
Paloncha. UPS to be SNMP manageable. 30kVA rating. Supply
should include 3-
year on-site warranty and maintenance
As per RFP
429 1.b Supply, Installation, Integration, Testing, Commissioning and
Support (SiitcS) of LAN
and WAN Networks.
As per RFP
430 1.c Provide/ Upgrade of existing MPLS/ VPN at 15 locations. As per RFP
431 Annexture-VI SOR As per RFP
432 1.1 Intended LAN/WAN Setup for NMDC Links will be terminated on ethernet interfaces of
SD-WAN Boxes.(Firewall)
433 1.1 NMDC will have a three-tier architecture as part of its SAP System
landscape and will consist of
Development environment
Quality environment
Production environment
Disaster Recovery Environment
As per RFP
434 Annexture-VI SOR As per RFP
435 1.1 Perform Due Diligence study and submit report for Migration of
legacy applications not being covered
under SAP data migration (e.g. Intranet Portal, Vigilance
application etc.) at HO and Sites to DC &
DR.
Migration of Legacy Applications is not within the
RFP scope
436 1.1 c. Design of the MPLS network, sizing, link management and
backup link solutions for
critical applications and users.
As per RFP
437 1.1 SOW (d) pg # 58 Storage Replication between DC & DR As per RFP
438 1.1 SOW pg # 57 & pg #
109
SAP HANA Databases listed in the Diagram of "Technical
Architecture of Appln landscape"
As per RFP
439 A. BoQ 1.1 (pg # 110) Local Server HW As per RFP
440 1.2 (pg # 110) DC & DR Software As per RFP
441 B.2.1 (i) - e(1) (pg #
124)
Disk for persistence SSD storage As per RFP
442 B.2.1 (i) - e(4) (pg #
124)
2 no.s of 24 ported 1 G Network Switches As per RFP
443 B.2.1 (ii) - a(1) (pg #
125)
DAS Storage for App and DB Servers As per RFP
444 B.2.1 (ii) - a(1) (pg #
125)
Solution req: Container provisioning As per RFP
445 Brand
inclusio
n
Approved Make : HP/ Extreme /Cisco As per RFP
446 Access
Switch
– Type
1
Archite
cture
Pg# 78
Should support ITU G.8032 standard As per RFP
447 Brand inclusion Approved Make : HP/ Extreme /Cisco As per RFP
448 Page No 189 The Proposed WLC should be 1 U , rack mountable appliance
with 2X1 G , (or better ), ethernet interface , USB support and RS-
232 Serial console interface .
As per RFP
449 2.5 Wi-Fi Access Point
(Outdoor ) Page No
195
Access Points proposed must include dual radios (2.4 Ghz & 5 Ghz
) , & should cover a distance of 2k.m. in open area . )
Access Points proposed must include dual radios
(2.4 Ghz & 5 Ghz ) , & should cover a distance of
150 Mtrs in open area
450 Radio Links - Point to
Point & Point to
Multipoint
Radio link (Point to point & Point to multipoint ) Pls refer to above mentioned specification.
NETWORKING Queries
Network
S.
No
Clau
se N
o.
Page
No
.
Existing C
on
ditio
nC
larification
s sou
ght
Bid
de
r' Sugge
stion
sR
esp
on
se
CLA
RIFIC
ATIO
NS
Co
mp
lian
ce
(Ye
s/N
o)
12
(a)
&
2(i)
Page N
o 3
& 8
The b
idd
er mu
st be, a co
mp
any registered
in
Ind
ia, un
der th
e com
pan
ies Act – 1
95
6 o
r 20
13
and
sho
uld
be in
bu
siness o
f IT /ITES/ Netw
orkin
g
for at least 5
years.
Req
uest yo
u to
please ch
ange th
e clauses as p
er belo
w:
The b
idd
er/An
y mem
ber o
f con
sortiu
m m
ust b
e, a com
pan
y registered in
Ind
ia, un
der
the co
mp
anies A
ct – 19
56
or 2
01
3 at least 5
years.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
The in
tend
ing b
idd
er mu
st be an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of su
ccessfully execu
ting sim
ilar
natu
re of w
orks as m
entio
ned
in th
e Scop
e of
Wo
rk viz. setting u
p o
f DC
/DR
(H/w
& S/w
),
Firewalls, active Sw
itches, M
anaged
Services,
Backb
on
e cablin
g, Setting u
p o
f Wi-Fi N
etwo
rks,
laying o
f WA
N/LA
N N
etwo
rks and
laying o
f OFC
etc. du
ring th
e last 7 years (as o
n 3
1st
March
’20
20
) of at least fo
llow
ing valu
e/billin
g:
On
e Pro
ject costin
g Rs 8
0 C
r
OR
Two
pro
jects costin
g Rs 5
0 C
r. each
OR
Three P
rojects co
sting R
s 40
Cr. each
.
Req
uest yo
u to
please am
men
d th
e clause as p
er belo
w :
The in
tend
ing b
idd
er or an
y con
sortiu
m m
emb
er mu
st havin
g an Exp
erience o
f
successfu
lly executin
g or o
ngo
ing sim
ilar natu
re of w
orks as m
entio
ned
in th
e Scop
e of
Wo
rk viz. setting u
p o
f DC
/DR
(H/w
& S/w
), Firewalls, active Sw
itches, M
anaged
Services, Backb
on
e cablin
g, Setting u
p o
f Wi-Fi N
etwo
rks, laying o
f WA
N/LA
N
Netw
orks an
d layin
g of O
FC etc. d
urin
g the last 7
years (as on
31
st March
’20
20
) of at
least follo
win
g value/b
illing:
On
e Pro
ject costin
g Rs 8
0 C
r
OR
Two
pro
jects costin
g Rs 5
0 C
r. each
OR
Three P
rojects co
sting R
s 40
Cr. each
.
RF
P C
lause w
ill prev
ail
The p
roject/p
rojects claim
ed to
ward
s
experien
ce, mu
st con
tain o
ne o
r mo
re
elemen
ts essentially fro
m each
of th
e follo
win
g
three catego
ries. Elemen
ts of C
ategory (a) b
elow
,
mu
st con
tribu
te at least 30
% co
st of th
e pro
ject.
The p
roject/p
rojects claim
ed to
ward
s experien
ce, mu
st con
tain o
ne o
r mo
re
elemen
ts essentially fro
m each
of th
e follo
win
g three catego
ries. Elemen
ts of C
ategory
(a) belo
w, m
ust co
ntrib
ute at least 3
0%
cost o
f the p
roject.
(a) The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d
Man
aged services.
The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d M
anaged
services.
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g
with
associated
IT com
po
nen
ts.
Active Sw
itches, EM
S and
Backb
on
e Cab
ling w
ith asso
ciated IT co
mp
on
ents.
2(iv) &
2(d
)
Page N
o 3
& 8
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Co
rrigen
du
m 0
2: D
ated
08
/06
/20
20
for Te
nd
er N
o: C
RP
20
E00
1 Te
nd
er D
ated
: 20
-05
-20
Clarificatio
ns to
Tech
no
-Co
mm
ercial Q
ue
ries
Sele
ction
of an
Expe
rien
ced
IT-Ne
two
rking P
artne
r
For
IT Infrastru
cture
Imp
lem
en
tation
for ER
P an
d o
the
r Futu
re D
igital Initiative
s at NM
DC
Locatio
ns.
Su
pp
lier N
am
e &
Ad
dre
ss:
Ph
on
e N
o. &
Em
ail Id
Sir,
Perm
itting co
nso
rtium
shall b
ring in
decen
t particip
ation
s of b
idd
ers
alon
g with
stron
g techn
o
com
mercial p
rop
osal th
us
ben
efiting en
d cu
stom
er
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
2
(c) Wi-Fi, P
2P
radio
links an
d Layin
g of
Un
dergro
un
d O
FC N
etwo
rks.
Wi-Fi, P
2P
radio
links an
d Layin
g of U
nd
ergrou
nd
OFC
Netw
orks.
3
2(d
)
Page N
o 8
Pro
ject-Wise, W
ork o
rder co
pies an
d co
mp
letion
certificates, dep
icting vario
us p
roject elem
ents
and
costs th
ereof, w
ith M
AF d
etails, to b
e
enclo
sed)
Pro
ject-Wise, W
ork o
rder co
pies an
d co
mp
letion
certificates, dep
icting vario
us p
roject
elemen
ts and
costs th
ereof, w
ith M
AF d
etails, to b
e enclo
sed)
Sir, For exp
erience ,W
hen
bid
der to
sub
mit P
roject w
ork o
rders an
d
wo
rk com
pletio
n certificates in
such
scneario
7 years o
ld M
AF fro
m
vaiou
s OEM
s will n
ot b
e ben
efecial
to en
d cu
stom
er , also lo
cating 7
years old
MA
F is practically d
ifficult
and
hen
ce requ
est to co
nsid
er on
ly
wo
rk ord
er and
com
pletio
n
certificate here
MA
F is no
t requ
ired
for th
e pro
jects cited
tow
ards eligib
ility.
Ho
wever, M
AF is
requ
ired as p
er the
list for so
lutio
n
offered
by th
e
Bid
der. Th
is is also
part o
f the tech
nical
requ
iremen
ts.
MA
F is no
t requ
ired fo
r the
pro
jects cited to
ward
s eligibility.
Ho
wever, M
AF is req
uired
as
per th
e list for so
lutio
n o
ffered
by th
e Bid
der. Th
is is also p
art
of th
e techn
ical requ
iremen
ts.
4C
on
sortiu
mR
equ
est you
to p
lease allow
the co
nso
rtium
(Lead + 1
) for m
ore p
articipatio
n o
f bid
der
Perm
itting co
nso
rtium
shall b
ring in
decen
t particip
ation
s of b
idd
ers
alon
g with
stron
g techn
o
com
mercial p
rop
osal th
us
ben
efiting en
d cu
stom
er
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
55
( e)P
age No
10
Certificate fro
m Statu
tory A
ud
itor/C
A sp
ecifying
the A
nn
ual Tu
rno
ver from
ICT services d
urin
g last
three years (2
01
6-1
9).
Req
uest yo
u to
please am
men
d th
e clasue as p
er belo
w :
Certificate fro
m Statu
tory A
ud
itor/C
A sp
ecifying th
e An
nu
al Turn
over d
urin
g last three
years (20
16
-19
).R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
2(iv) &
2(d
)
Page N
o 3
& 8
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
2
62
(iv)P
age No
3Th
e inten
din
g bid
der m
ust b
e an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of
successfu
lly executin
g similar n
ature o
f wo
rks as
men
tion
ed in
the Sco
pe o
f Wo
rk viz. setting u
p o
f
DC
/DR
(H/w
& S/w
), Firewalls, active Sw
itches,
Man
aged Services, B
ackbo
ne
cablin
g, Setting u
p o
f Wi-Fi N
etwo
rks, laying o
f
WA
N/LA
N N
etwo
rks and
laying o
f OFC
etc. du
ring th
e last 7 years (as o
n 3
1st
March
’20
20
) of at least fo
llow
ing valu
e/billin
g:
On
e Pro
ject costin
g Rs 8
0 C
r OR
Two
pro
jects
costin
g Rs 5
0 C
r. each O
R Th
ree
Pro
jects costin
g Rs 4
0 C
r. each.
We h
ave executed
ICT p
rojects ab
ove 8
0cr. H
ow
ever, on
ly 3-4
of th
e abo
ve-said w
ork
streams are in
clud
ed in
the >8
0cr w
ork co
mp
letion
. We d
o h
ow
ever have citatio
ns
from
oth
er client p
rojects fo
r the rest o
f the w
ork stream
s thu
s com
pletin
g all tho
se 10
differen
t wo
rk streams. W
e wo
uld
therefo
re requ
est you
to kin
dly relax th
is con
ditio
n
by statin
g
“wh
ile it is imp
erative for b
idd
ers to p
rod
uce w
ork co
mp
letion
certificates in IC
T
Systems In
tegration
category fo
r values exceed
ing 8
0crs (o
ne o
rder), 5
0crs (tw
o
ord
ers), 40
crs (3 o
rders) as th
e case may b
e, sho
uld
such
certificate(s) no
t com
prise all
wo
rk-streams as stated
in th
e RFP
, bid
ders are allo
wed
to p
rove th
eir expertise/p
ast
track record
in all sp
ecified areas th
rou
gh co
mp
letion
certificate of o
ther go
vernm
ental
pro
jects”. .
The clau
se is
amen
ded
as " on
e
or m
ore p
roject /
pro
jects claimed
tow
ards exp
erience
mu
st cover o
ne o
r
mo
re elemen
ts
essentially fro
m each
of th
e follo
win
g
three catago
ries.
Elemen
ts of catego
ry
( 1 ) b
elow
,mu
st
con
tribu
te at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
The clau
se is amen
ded
as " on
e
or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cover o
ne o
r mo
re
elemen
ts essentially fro
m each
of th
e follo
win
g three
catagories. Elem
ents o
f category
(a) belo
w,m
ust co
ntrib
ute at
least Rs 2
4 C
rs cost fro
m th
e
pro
ject / pro
jects,
72
(v) (iii)A
verage An
nu
al finan
cial turn
over d
urin
g the last
3 years, en
din
g 31
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr. A
ud
ited fin
ancial statem
ents fo
r the
last 3 years (2
01
6-1
7, 2
01
7-1
8, 2
01
8-1
9) to
be
enclo
sed.
Average A
nn
ual Tu
rno
ver Rs. 5
5 C
r.W
e requ
est you
to ch
ange th
e
clause as:
Average A
nn
ual fin
ancial tu
rno
ver
du
ring th
e last 3 years, en
din
g 31
March
-20
19
sho
uld
be at least R
s.
55
Cr. A
ud
ited fin
ancial statem
ents
for th
e last 3 years (2
01
6-1
7, 2
01
7-
18
, 20
18
-19
) to b
e enclo
sed.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
82
(iv)Th
e inten
din
g bid
der m
ust b
e an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of su
ccessfully execu
ting sim
ilar
natu
re of w
orks as m
entio
ned
in th
e Scop
e of
Wo
rk viz. setting
up
of D
C/D
R (H
/w &
S/w), Firew
alls, active
Switch
es, Man
aged Services, B
ackbo
ne cab
ling,
Setting u
p o
f Wi-Fi N
etwo
rks, laying o
f WA
N/LA
N
Netw
orks an
d layin
g of O
FC etc. d
urin
g the last 7
years (as on
31
st March
’20
20
) of at least
follo
win
g value/b
illing:
On
e Pro
ject costin
g Rs 8
0 C
r OR
Two
pro
jects
costin
g Rs 5
0 C
r. each O
R Th
ree Pro
jects costin
g
Rs 4
0 C
r. each.
We req
uest yo
u to
give relaxation
in valu
e of P
O.
We req
uest yo
u to
chan
ge the
clause as:
On
e Pro
ject costin
g Rs. 2
0 C
r. Or
Two
Pro
jects costin
g Rs. 1
0 C
r. Or
Three p
rojects o
f Rs. 5
Cr.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
2 (ii)
Valid
CM
MI Level 3
or ab
ove certificate
kind
ly remo
ve CM
MI Level 3
or m
ake it op
tion
al C
MM
i certification
is mo
re aligned
to So
ftware D
evelop
men
t hen
ce
this clau
se sho
uld
be ap
plicab
le to
the So
ftware O
EMs. M
SI/ Bid
der
do
es no
t do
any so
ftware
develo
pm
ent h
ence th
is
certification
sho
uld
no
t be
necessarily align
ed to
the
MSI/B
idd
er.
Clau
se is remo
ved
.
Clau
se is remo
ved
.
Ad
ditio
nal Q
uery
Ad
ditio
nal Q
uery
Kin
dly allo
w atleast 3
Co
nso
rtium
Mem
ber (in
clud
ing Lead
Bid
der).
Allo
win
g Co
nso
rtium
will in
crease
com
petitiven
ess of th
e Tend
ering
Pro
cess
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
Ad
ditio
nal Q
uery
Ad
ditio
nal Q
uery
Kin
dly allo
w at least 3
Co
nso
rtium
Mem
ber (in
clud
ing Lead
Bid
der).
Allo
win
g Co
nso
rtium
will in
crease
com
petitiven
ess of th
e Tend
ering
Pro
cess
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
2 (v) (iii)
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last
3 years, en
din
g 31
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr. A
ud
ited fin
ancial statem
ents fo
r the
last 3 years (2
01
6-1
7, 2
01
7-1
8, 2
01
8-1
9) to
be
enclo
sed.
Average A
nn
ual Tu
rno
ver Rs. 4
0 C
r.Th
is clause is very again
st to M
SME
/ NSIC
firms to
particip
ation
in th
e
bid
wh
o h
aving h
uge exp
erience in
this typ
es of p
rojects. So
kind
ly
allow
with
min
imu
m average
ann
ual tu
rno
ver of R
s. 40
Cr.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
2 (ii)
Valid
CM
MI Level 3
or ab
ove certificate
kind
ly remo
ve CM
MI Level 3
or m
ake it op
tion
al N
orm
ally CM
Mi certificatio
n is
requ
ired fo
r pro
ject that are related
to so
ftware d
evelop
men
t. Since th
e
tend
er is no
t related to
any
softw
are develo
pm
ent activity, w
e
requ
est you
to rem
ove th
is clause
as the sam
e is no
t relevant fo
r this
tend
er.
Clau
se is remo
ved
.C
lause is rem
ov
ed.
10
2 (ii)
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last
3 years, en
din
g 31
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr. A
ud
ited fin
ancial statem
ents fo
r the
last 3 years (2
01
6-1
7, 2
01
7-1
8, 2
01
8-1
9) to
be
enclo
sed.
Kin
dly am
end
this clau
se as:
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last 3 years, en
din
g 31
March
-20
19
sho
uld
be at least R
s. 60
Cr. A
ud
ited fin
ancial statem
ents fo
r the last 3
years (20
16
-17
,
20
17
-18
, 20
18
-19
) to b
e enclo
sed.
This clau
se is very Stringen
t and
restricting / d
isallow
ing fair
particip
ation
amo
ng vario
us lead
ing
IT com
pan
ies havin
g vast
experien
ce in Su
pp
ly, Installatio
n,
Testing C
om
missio
nin
g of IT
hard
ware, so
ftware, n
etwo
rking in
do
mestic / o
verseas pro
jects.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
9
11
2 (v) (iii)
IT Service & Secu
rity Accred
itation
s: The
inten
din
g bid
der m
ust p
ossess th
e follo
win
g
certification
s on
the d
ate of su
bm
ission
of th
e
bid
s:
(c) Valid
CM
MI Level 3
or ab
ove, certificate
Kin
dly allo
w B
idd
er with
valid ISO
certification
s on
ly.W
e recom
men
d to
inclu
de ISO
90
01
/27
00
1/ ISO
90
01
/20
08
or
CM
MI 3
. It will b
e mo
re op
en to
bid
ders.
Clau
se is amen
ded
Clau
se is amen
ded
12
Ad
ditio
nal Q
uery
Ad
ditio
nal Q
uery
Kin
dly allo
w atleast 3
Co
nso
rtium
Mem
ber (in
clud
ing Lead
Bid
der).
Co
nsid
ering th
e wid
e scop
e of w
ork,
requ
est you
to p
lease allow
con
sortiu
m fo
r flawless execu
tion
of
the P
roject.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
2 (ii)
Valid
CM
MI Level 3
or ab
ove certificate
kind
ly remo
ve CM
MI Level 3
or m
ake it op
tion
al C
MM
i certification
is generally an
ask for exp
ortin
g softw
are services
to th
e intern
ation
al market.
Mo
reover as p
er the sectio
n "5
.3
Co
mp
liance w
ith In
du
stry
Stand
ards", th
e solu
tion
is
com
plian
t as per ISO
20
00
0 (Service
Man
agemen
t) specificatio
ns. So
we
wo
uld
requ
est ITI Limited
to d
rop
this red
un
dan
t param
eter.
Clau
se is remo
ved
.C
lause is rem
ov
ed.
14
2 (v) (iii)
Average A
nn
ual Tu
rno
ver of R
s. 10
0 C
r.K
ind
ly allow
Bid
der w
ith valid
ISO certificatio
ns o
nly.
Since o
ur P
rime M
inister is very
mu
ch p
rom
otio
ng N
SIC/M
SME
firms,req
uest yo
u to
brin
g do
wn
the
turn
over to
50
Cro
re as it will b
e
very difficu
lt for a M
SME h
old
er to
furn
ish th
is kind
of Tu
rno
ver.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
15
Suggestio
nSu
ggestion
Kin
dly allo
w atleast 2
Co
nso
rtium
Mem
ber (in
clud
ing Lead
Bid
der).
Co
nsid
ering th
e wid
e scop
e of w
ork,
requ
est you
to p
lease allow
con
sortiu
m fo
r flawless execu
tion
of
the P
roject.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
16
Eligibility C
riteria (a)
8Th
e bid
der m
ust b
e, a com
pan
y registered in
Ind
ia, un
der th
e com
pan
ies Act – 1
95
6 o
r 20
13
and
sho
uld
be in
bu
siness o
f IT / ITI
ES/Netw
orkin
g for at least 5
years.
In th
e belo
w it is m
entio
ned
that o
rganizatio
n sh
ou
ld b
e 10
0C
r organ
ization
,Will yo
u
also co
nsid
er oth
er bu
siness tu
rno
ver like oil an
d gas,Lo
gistics,con
structio
n,P
rojects etc
with
min
imu
m tu
rno
ver in IT w
hich
mean
s they w
ill have m
inim
um
experien
ce in IT
,Rath
er it sho
uld
be clearly m
entio
ned
that 1
00
Cr tu
rno
ver sho
uld
be o
nly fro
m IC
T or
IT services on
ly .
Kin
dly ch
ange it to
10
0C
R IT services
or IC
T services com
pan
y
Clau
se amen
ded
. "A
verage A
nn
ual
finan
cial turn
ov
er fro
m IC
T B
usin
ess d
urin
g the last 3
y
ears, end
ing 3
1st
March
-20
19
sho
uld
b
e at least Rs. 1
00
C
r . Au
dited
fin
ancial
statemen
ts for th
e
last 3 y
ears (2
01
61
7, 2
01
7-1
8,
20
18
-19
) to b
e en
closed
. "
Clau
se amen
ded
. "Av
erage A
nn
ual fin
ancial tu
rno
ver
from
ICT
Bu
siness d
urin
g the
last 3 y
ears, end
ing 3
1st
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr . A
ud
ited fin
ancial
statemen
ts for th
e last 3 y
ears (2
01
61
7, 2
01
7-1
8, 2
01
8-1
9)
to b
e enclo
sed. "
17
Eligibility C
riteria (b
)8
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last
3 years, en
din
g 31
st March
-20
19
sho
uld
be at
least Rs. 1
00
Cr . A
ud
ited fin
ancial statem
ents fo
r
the last 3
years (20
16
17
, 20
17
-18
, 20
18
-19
) to b
e
enclo
sed.
In th
e belo
w it is m
entio
ned
that o
rganizatio
n sh
ou
ld b
e 10
0C
r organ
ization
,Will yo
u
also co
nsid
er oth
er bu
siness tu
rno
ver like oil an
d gas,Lo
gistics,con
structio
n,P
rojects etc
with
min
imu
m tu
rno
ver in IT w
hich
mean
s they w
ill have m
inim
um
experien
ce in IT
,Rath
er it sho
uld
be clearly m
entio
ned
that 1
00
Cr tu
rno
ver sho
uld
be o
nly fro
m IC
T or
IT services on
ly .
Kin
dly ch
ange it to
10
0C
R fro
m IT
services or IC
T services
Clau
se amen
ded
. "A
verage A
nn
ual
finan
cial turn
ov
er fro
m IC
T B
usin
ess d
urin
g the last 3
y
ears, end
ing 3
1st
March
-20
19
sho
uld
b
e at least Rs. 1
00
C
r . Au
dited
fin
ancial
statemen
ts for th
e last 3
years
(20
16
17
, 20
17
-18
, 2
01
8-1
9) to
be
enclo
sed. "
Clau
se amen
ded
. "Av
erage A
nn
ual fin
ancial tu
rno
ver
from
ICT
Bu
siness d
urin
g the
last 3 y
ears, end
ing 3
1st
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr . A
ud
ited fin
ancial
statemen
ts for th
e last 3 y
ears (2
01
61
7, 2
01
7-1
8, 2
01
8-1
9)
to b
e enclo
sed. "
18
Eligibility C
riteria (d
)8
The p
roject/p
rojects claim
ed to
ward
s experien
ce,
mu
st con
tain o
ne o
r mo
re elemen
ts essentially
from
each o
f the fo
llow
ing th
ree categories.
Elemen
ts of C
ategory (i) b
elow
, mu
st con
tribu
te
at least 30
% co
st of th
e pro
ject.
This statem
ents d
iffers with
the eligib
ility of o
rder valu
es that are given
if som
e on
e
picks h
igher o
rder valu
e it will b
e com
pletely irrelevan
t and
also it m
ight en
cou
rage
no
n IT p
artners also
Either th
is po
int itself to
be
remo
ved o
r con
sider as Th
e
establish
men
t of D
C/D
R/Fire-w
alls/
Man
aged services /A
ctive Switch
es
& P
assive Switch
es/Ro
uters as th
is
is a com
plete D
C so
lutio
n rath
er
than
a cablin
g solu
tion
.
The clau
se is
amen
ded
as " on
e
or m
ore p
roject /
pro
jects claimed
tow
ards exp
erience
mu
st cover o
ne o
r
mo
re elemen
ts
essentially fro
m each
of th
e follo
win
g
three catago
ries.
Elemen
ts of catego
ry
( 1 ) b
elow
,mu
st
con
tribu
te at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
The clau
se is amen
ded
as " on
e
or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cover o
ne o
r mo
re
elemen
ts essentially fro
m each
of th
e follo
win
g three
catagories. Elem
ents o
f category
(i) belo
w,m
ust co
ntrib
ute at
least Rs 2
4 C
rs cost fro
m th
e
pro
ject / pro
jects,
19
Eligibility C
riteria (e
)
(i)
8V
alid C
MM
i Level 3 o
r abo
ve, certificate C
MM
level3 o
r abo
ve is con
sidered
wh
en th
ere is any so
ftware cu
stom
ization
develo
pm
ent is req
uired
, Kin
dly req
uest yo
u to
no
t to co
nsid
er this p
oin
t as in th
e
entire sco
pe th
ere is no
softw
are develo
pm
ent o
r custo
mizatio
n is req
uired
oth
er than
imp
lemen
tation
.
This p
oin
t is irrelevant fo
r this
pro
ject.Kin
dly rem
ove.
Clau
se is remo
ved
.C
lause is rem
ov
ed.
20
De
livery p
erio
d sh
all
be
as be
low
:
13
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware. T0
+ 6 W
eeks
Du
e to th
e covid
19
situatio
n m
ost o
f the p
rod
uct d
eliveries are getting d
elayedkin
dly req
uest yo
u to
increase th
e
delivery term
s to T0
+12
weeks to
14
weeks m
inim
um
R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
21
Ad
ditio
nal Q
uery
Ad
ditio
nal
Qu
ery
Ad
ditio
nal Q
uery
• Man
po
wer req
uirem
ent is n
ot given
in th
is RFP
,If it com
es as a differen
t RFP
NM
DC
migh
t face a challen
ge of co
ord
inatio
n b
etween
peo
ple as th
ere will n
ot b
e any
respo
nsib
ility or O
wn
ership
from
System in
tegrators o
n th
e deliverab
les of th
e peo
ple
wh
o m
ight get recru
ited fro
m a d
ifferent agen
cy or o
rganizatio
n. N
MD
C m
ight face a
pro
du
ctivity loss o
f peo
ple d
ue to
lack of co
ord
inatio
n w
hich
intu
rn w
ill make a
finan
cial loss .Id
eally Man
po
wer sh
ou
ld also
be p
art of th
is RFP
so th
at com
plete
respo
nsib
ility lies with
single co
mp
any as co
ord
inatio
n an
d o
wn
ership
will b
e with
single co
mp
any.
No
t accepted
Please
No
t accepted
Please
22
2 (a)&
2(i)
Page N
o 3
& 8
The b
idd
er mu
st be, a co
mp
any registered
in
Ind
ia, un
der th
e com
pan
ies Act – 1
95
6 o
r 20
13
and
sho
uld
be in
bu
siness o
f IT /ITES/ Netw
orkin
g
for at least 5
years.
Please clarify co
nso
rtium
is allow
ed an
d th
is clause can
be q
ualified
by an
y mem
ber o
f
the co
nso
rtium
This w
ill make th
e bid
mo
re
com
petitive.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
The in
tend
ing b
idd
er mu
st be an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of su
ccessfully execu
ting sim
ilar
natu
re of w
orks as m
entio
ned
in th
e Scop
e of
Wo
rk viz. setting u
p o
f DC
/DR
(H/w
& S/w
),
Firewalls, active Sw
itches, M
anaged
Services,
Backb
on
e cablin
g, Setting u
p o
f Wi-Fi N
etwo
rks,
laying o
f WA
N/LA
N N
etwo
rks and
laying o
f OFC
etc. du
ring th
e last 7 years (as o
n 3
1st
March
’20
20
) of at least fo
llow
ing valu
e/billin
g:
On
e Pro
ject costin
g Rs 8
0 C
r
OR
Two
pro
jects costin
g Rs 5
0 C
r. each
OR
Three P
rojects co
sting R
s 40
Cr. each
.
Please clarify co
nso
rtium
is allow
ed an
d th
is clause can
be q
ualified
by an
y mem
ber o
f
the co
nso
rtium
.
This w
ill make th
e bid
mo
re
com
petitive.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
The p
roject/p
rojects claim
ed to
ward
s
experien
ce, mu
st con
tain o
ne o
r mo
re
elemen
ts essentially fro
m each
of th
e follo
win
g
three catego
ries. Elemen
ts of C
ategory (a) b
elow
,
mu
st con
tribu
te at least 30
% co
st of th
e pro
ject.
Please clarify if an
y on
e of th
e each catego
ry will also
qu
alify.Th
is will m
ake the b
id m
ore
com
petitive.
(a) The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d
Man
aged services.
The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d M
anaged
services.
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g
with
associated
IT com
po
nen
ts.
Active Sw
itches, EM
S and
Backb
on
e Cab
ling w
ith asso
ciated IT co
mp
on
ents.
C) W
i-Fi, P2
P rad
io lin
ks and
Laying o
f
Un
dergro
un
d O
FC N
etwo
rks.
Wi-Fi, P
2P
radio
links an
d Layin
g of U
nd
ergrou
nd
OFC
Netw
orks.
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
23
2(iv) &
2(d
)P
age No
3
& 8
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject /
pro
jects claimed
to
ward
s experien
ce m
ust co
ver o
ne o
r m
ore elem
ents
essentially
from
each
of th
e fo
llow
ing th
ree catago
ries. E
lemen
ts of
category
( 1 )
belo
w,m
ust
con
tribu
te at least R
s 24
Crs co
st from
th
e pro
ject / p
rojects,
24
2(d
)P
age No
8
Pro
ject-Wise, W
ork o
rder co
pies an
d co
mp
letion
certificates, dep
icting vario
us p
roject elem
ents
and
costs th
ereof, w
ith M
AF d
etails, to b
e
enclo
sed)
Please rem
ove M
AF an
d m
ake Ord
er cop
ies no
t man
datro
y if com
pletio
n certificate is
available. A
s wo
rk ord
er is un
der N
DA
in m
ost o
f the cases.
MA
F for th
e com
po
nen
ts we are
qu
otin
g will b
e attached
to th
e
techn
ical solu
tion
pro
po
sed.
MA
F is no
t requ
ired
for th
e pro
jects cited
tow
ards eligib
ility.
Ho
wever, M
AF is
requ
ired as p
er the
list for so
lutio
n
offered
by th
e
Bid
der. Th
is is also
part o
f the tech
nical
requ
iremen
ts.
MA
F is no
t requ
ired fo
r the
pro
jects cited to
ward
s eligibility.
Ho
wever, M
AF is req
uired
as
per th
e list for so
lutio
n o
ffered
by th
e Bid
der. Th
is is also p
art
of th
e techn
ical requ
iremen
ts.
25
Ad
ditio
nal Q
uery
Ad
ditio
nal
Qu
ery
Co
nso
rtium
Kin
dly allo
w C
on
sortiu
m in
the b
id as it is restrictin
g the p
articipatio
n o
f mo
re bid
ders.
This w
ill make th
e bid
mo
re
com
petitive.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
26
5 ( e)
Page N
o 1
0C
ertificate from
Statuto
ry Au
dito
r/CA
specifyin
g
the A
nn
ual Tu
rno
ver from
ICT services d
urin
g last
three years (2
01
6-1
9).
Please clarify if an
y of th
e con
sortiu
m m
emb
er can fu
lfill this criteria.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
27
2(iv)
Page N
o 3
Th
e inten
din
g bid
der m
ust b
e an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of
successfu
lly executin
g similar n
ature o
f wo
rks as
men
tion
ed in
the Sco
pe o
f Wo
rk viz. setting u
p o
f
DC
/DR
(H/w
& S/w
), Firewalls, active Sw
itches,
Man
aged Services, B
ackbo
ne
cablin
g, Setting u
p o
f Wi-Fi N
etwo
rks, laying o
f
WA
N/LA
N N
etwo
rks and
laying o
f OFC
etc. du
ring th
e last 7 years (as o
n 3
1st
March
’20
20
) of at least fo
llow
ing valu
e/billin
g:
On
e Pro
ject costin
g Rs 8
0 C
r OR
Two
pro
jects
costin
g Rs 5
0 C
r. each O
R Th
ree
Pro
jects costin
g Rs 4
0 C
r. each.
Kin
dly m
ake it du
ring last 1
0 years.
No
t accepted
Please
No
t accepted
Please
28
13
Page N
o 1
5In
crease/ decrease/ in
qu
antity o
r alter the
locatio
n o
f installatio
n &
com
missio
nin
g with
in
NM
DC
prem
ises at any o
f its Offices / M
inin
g
Areas/Sites.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
29
Clau
se 13
.7P
age No
15
ITI reserves its rights to
mo
dify, ad
d/d
elete any
con
ditio
ns as d
eemed
requ
ired in
the R
FP o
n a
later stage and
such
mo
dificatio
ns,
add
ition
s/deletio
ns sh
all be b
ind
ing o
n
theb
idd
er/Sup
plier.
With
Mu
tual co
nsen
t on
ly, ITI shall m
od
ify, add
/delete an
y con
ditio
ns as d
eemed
requ
ired in
the R
FP o
n a later stage.
Please m
ake it mu
tual o
therw
ise its
no
t po
ssible to
bid
the ten
der as
Bid
der w
ou
ld b
e bid
din
g keepin
g in
min
d th
e terms an
d co
nd
ition
s of
the R
FP.
The clau
se relevant
till RFP
stage. No
po
st bid
chan
ges.Th
e clause relevan
t till RFP
stage. No
po
st bid
chan
ges.
up
to 1
0%
Increase/ d
ecrease/ in q
uan
tity or alter th
e locatio
n o
f installatio
n &
com
missio
nin
g with
in N
MD
C p
remises at an
y
of its O
ffices / Min
ing A
reas/Sites.
30
Clau
se 15
Page N
o 1
6P
IP sh
all ind
emn
ify and
ho
ld h
armless ITI an
d its
emp
loyees fro
m an
d again
st any an
d
all suits, actio
ns o
r adm
inistrative p
roceed
ings,
claims, d
eman
ds, lo
sses, dam
ages, costs,
and
expen
ses of w
hatso
ever natu
re, inclu
din
g
attorn
ey’s fees and
expen
ses, in resp
ect of
the d
eath o
r inju
ry of an
y perso
n o
r loss o
f or
dam
age to an
y pro
perty, arisin
g in co
nn
ection
with
the o
ffer of services u
nd
er this Lo
A an
d b
y
reason
of th
e negligen
ce of th
e PIP
, or
their em
plo
yees, or agen
ts, except an
y inju
ry,
death
or p
rop
erty dam
age caused
by th
e
negligen
ce of N
MD
C/ITI, its em
plo
yees, or agen
ts.
No
twith
stand
ing an
ythin
g con
tained
elsewh
ere, the aggregate liab
ility of th
e Bid
der
will b
e capp
ed to
the co
st payab
le to th
e bid
der fo
r the w
ork execu
ted in
clud
ing
ind
emn
ification
claims.
This clau
se is makin
g the liab
ility
un
capp
ed fo
r bid
der, kin
dly cap
it to
the ch
arges payab
le to th
e bid
der.
RF
P C
lause w
ill
prev
ailR
FP
Clau
se will p
revail
31
Clau
se 15
Page N
o 1
6Term
inatio
nP
lease clarify, incase o
f termin
ation
du
e to an
y reason
, the b
idd
er will b
e paid
for th
e
pro
du
cts sup
plied
and
services executed
till the d
ate of term
inatio
n o
r any exten
sion
thereafter.
Since it’s a lo
ss to b
idd
er if pro
du
cts
and
services are already su
pp
lied.
Please in
corp
orate th
is clause.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
32
(A) i
14
PA
YM
ENT R
ELATED
: On
Placem
ent o
f Ord
er by ITI - 2
0%
of In
voice
Valu
e.
Req
uested
paym
ent term
s 20
%
33
(A) iI
14
On
Pro
of o
f Disp
atch - 2
0%
of In
voice
Valu
e.
20
%
34
(A) iII
14
On
Receip
t of Item
s at Site - 30
% o
f Invo
ice
Valu
e
45
%
35
(A) iV
14
On
Installatio
n o
f The Eq
uip
men
t - 20
% o
f
Invo
ice Valu
e
10
%
36
(A) V
14
On
Go
-Live and
Op
eration
al Accep
tance b
y
NM
DC
- 10
% o
f Invo
ice Valu
e.
5%
37
10
24
5B
OQ
RELA
TED: H
orizo
ntal C
ablin
g -Installatio
n
and
Co
mm
ission
ing ch
arges for th
e abo
ve
Do
we n
eed to
qu
ote b
oth
places ,its alread
y covered
in p
age no
24
6
Yes
Yes
38
22
46
Installatio
n o
f Cab
le Lin
ksInstallatio
n, Testin
g
and
Co
mm
ission
ing o
f Ho
rizon
tal Cab
le Links
alon
g with
sup
ply o
f requ
isite Cap
ing &
Casin
g /
PV
C co
nd
uits / H
DP
E pip
es
sup
ply o
f material P
VC
con
du
its /casing cap
ing is it u
nd
er ITI scop
e or n
ot
No
t to IT
I Scop
e. B
idd
er sho
uld
co
nsid
er the co
st fo
r HD
PE
pip
e, D
ucts an
d all cab
le lay
ing accesso
ries in
the lay
ing co
st.
No
t in ITI Sco
pe. A
ll costs
inclu
sive in p
rice bid
.
RF
P C
lause w
ill prev
ailR
FP
Clau
se will
prev
ail
39
12
47
OFC
Laying In
stallation
(Trench
ing, cab
le pu
lling
thro
ugh
HD
PE p
ipes,
Man
ho
les every 2kM
s or 2
right an
gle ben
ds)
Testing an
d
Co
mm
ission
ing o
f Op
tical Fibre Lin
ks alon
g with
sup
ply o
f ISI
marked
/ TEC ap
pro
ved H
DP
E pip
e
sup
ply o
f HD
PE p
ipe is it u
nd
er ITI scop
e or n
ot
No
t to IT
I Scop
e. B
idd
er sho
uld
co
nsid
er the co
st fo
r HD
PE
pip
e, D
ucts an
d all cab
le lay
ing accesso
ries in
the lay
ing co
st.
No
t in ITI Sco
pe. A
ll costs
inclu
sive in p
rice bid
.
40
Ad
ditio
nal Q
uery
Ad
ditio
nal
Qu
ery
Gen
eralIs B
illing as p
er actuals su
pp
lied / in
stalled if yes p
lease clarify regardin
g wastage %
Billin
g as per
actuals su
pp
lied/
installed
.B
illing as p
er actuals
sup
plied
/ installed
.
41
1kV
A O
nlin
e UP
S 4.3
No
min
al Inp
ut
Frequ
ency
20
95
0 H
z +/- 10
Hz
As p
er stand
ard p
ractice in In
dia , 5
0 H
z +/- 5%
is main
tined
for freq
uen
cy
synch
ron
ization
. We req
uest to
kind
ly con
sider th
is fact.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
42
Scop
e of W
ork
56
Sup
ply, in
stallation
, con
figuratio
n, testin
g and
com
missio
nin
g of Secu
rity
infrastru
cture like N
ext Gen
eration
Firewalls,
An
tivirus, D
DO
S, PIM
, HIP
S, IDA
M, D
AM
, IPS/ID
S,
Log Servers, an
d W
eb A
pp
lication
Firewall etc.
Please m
od
ify the clau
se as -"Sup
ply, in
stallation
, con
figuratio
n, te
sting an
d
com
missio
nin
g of Se
curity in
frastructu
re like
Ne
xt Ge
ne
ration
Firew
alls, Log Se
rvers,
and
We
b A
pp
lication
Firew
all etc."
Since o
ther asked
solu
tion
com
po
nen
ts are no
t part o
f RFP
BO
Q, P
lease remo
ve the sam
e.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
Sub
missio
n o
f a detailed
design
and
dep
loym
ent
meth
od
olo
gy and
imp
lemen
tation
plan
of
executio
n o
f the p
roject an
d th
e app
roval o
f
NM
DC
is T0+1
Week
It Sho
uld
be atleast T0
+ 3-4
Week
1) A
s it requ
ried site su
rvey at
differen
t zon
es and
at mu
ltiple sites
for th
e prep
aration
of d
esign, an
d
site wise B
OQ
.
2) P
reparatio
n o
f do
cum
entatio
n
with
detailed
draw
ing.
3) It also
requ
ired ap
pro
val from
NM
DC
.
RF
P C
lause w
ill
prev
ailR
FP
Clau
se will p
revail
13
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware T0
+ 6 W
eeks
13
Sup
ply o
f LAN
/ WA
N C
om
po
nen
ts T0 + 6
Weeks
13
Installatio
n an
d C
om
missio
nin
g of D
C / D
R T0
+ 9
Weeks
It Sho
uld
be atleast T0
+ 13
1
) Hard
ware in
stallation
will take at
least 3 w
eeks and
app
lication
installatio
n an
d o
ptim
ization
will
take at least 4 w
eeks.
RF
P C
lause w
ill prev
ail
43
Delivery Tim
elines
RF
P C
lause w
ill p
revail
Installatio
n an
d C
om
missio
nin
g LAN
/WA
N. T0
+
15
Weeks
It Sho
uld
be atleast T0
+ 32
to 3
6 W
eeks after all clearance an
d p
ermissio
n fro
m
con
cerned
auth
ority.
1) A
s the tren
chin
g wo
rk for O
FC
laying q
ty. is very hu
ge i.e. 27
0 K
M.
2) D
epen
dan
cies on
perm
ission
s
from
differen
t-differen
t con
cerned
auth
orities.
3) D
epen
dan
cies on
site and
weath
er con
ditio
ns.
44
Clearan
ces for
Excavation
Wo
rk
22
7Th
e Executin
g Agen
cy shall b
e respo
nsib
le for
ob
tainin
g necessary clearan
ces for excavatio
n
wo
rk from
the au
tho
rities on
beh
alf of th
e Ow
ner
and
pro
vide req
uisite co
pies o
f info
rmatio
n,
map
s, survey rep
ort etc to
the au
tho
rities.
Gettin
g clearance fo
r Excavation
wo
rk, sho
uld
no
t be in
the sco
pe o
f Bid
der.
1) A
s for m
ost o
f the tim
e
perm
ission
s requ
est mad
e by
bid
der, are n
ot en
tertained
pro
perlay b
y the G
ovt.
dep
artmen
ts, wh
ich lead
to d
elay.
Hen
ce, all perm
ission
requ
ests to
any go
vernm
ent d
epartm
ent sh
ou
ld
be p
laced b
y thro
ugh
govern
men
t
chan
nel o
nly.
45
Trench
less Diggin
g
23
3Tren
chless d
igging m
ay be u
sed in
sho
rt section
for cro
ssing N
ation
al high
ways, im
po
rtant ro
ad o
r
rail crossin
gs etc., wh
ere the co
ncern
ed
auth
orities d
o n
ot p
ermit o
pen
cutm
etho
d, fo
r
wh
ich n
o ad
ditio
nal co
st shall b
e pro
vided
by th
e
Emp
loyer.
1)Tren
chless d
igging sh
ou
ld b
e perm
itted, w
here th
ere is feasibility an
d n
o issu
es of
perm
ission
s.
2) Tren
chless d
igging sh
ou
ld b
e men
tion
ed alo
ng w
ith th
e OFC
laying B
OQ
line item
s
men
tion
ed in
page n
o. 1
61
, or it can
be a sap
erate line item
It will h
elp co
mp
leting th
e OFC
laying w
ork o
n tim
e.
46
Co
ntro
lled b
lasting
22
9Fo
r excavation
in h
ard ro
ck, con
trolled
blastin
g can b
e resorted
to. Th
e Co
ntracto
r shall
ob
tain n
ecessary perm
ission
s from
the statu
tory
auth
orities fo
r blastin
g and
the u
se of exp
losives
for th
is pu
rpo
se.
It migh
t lead in
the in
flation
of th
e pro
ject costin
g..
47
Op
tical Fiber Layin
g
and
Backfillin
g
22
7 - 2
30
Specificatio
n as p
er the clau
se men
tion
ed in
the
Page N
o. 1
03
-10
6 o
n O
ptical Fib
er Laying an
d
Backfillin
g.
It migh
t lead in
the in
flation
of th
e pro
ject costin
g..
48
Man
po
wer
Dep
loym
ent List
60
1) A
list need
s to b
e pro
vided
with
resou
rces wh
o
will b
e dep
loyed
on
the p
roject alo
ng w
ith th
e
roles
and
respo
nsib
ilities of each
resou
rce.
2) List an
d n
um
ber o
f all clou
d-b
ased reso
urces
(inclu
din
g bu
t no
t limited
to servers (V
Ms),
storage,
netw
ork co
mp
on
ents an
d so
ftware co
mp
on
ents)
oth
er than
man
po
wer th
at may b
e requ
ired.
Req
uired
mo
re details o
n th
e requ
ired reso
urce Q
ualificatio
n an
d Exp
erience p
art. As
in Ten
der th
ere is no
details availab
le in th
is regard.
Req
uired
for co
nsid
ering th
e cost !!
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
Entire cab
le laying w
ork is
with
in th
e NM
DC
Prem
ises and
hen
ce app
roval fro
m p
ub
lic
auth
orities is n
ot ap
plicab
le.
RFP
Clau
se w
ill pre
vail
RF
P C
lause w
ill prev
ail
43
Delivery Tim
elines
RF
P C
lause w
ill p
revail
En
tire cable lay
ing
wo
rk is w
ithin
the
NM
DC
Prem
ises an
d h
ence ap
pro
val
from
pu
blic
auth
orities is n
ot
app
licable.
49
OEM
Availab
ility3
2D
urin
g imp
lemen
tation
, IP sh
all ensu
re that fu
ll
time
team m
emb
er from
each O
EM is
available till th
e op
eration
al acceptan
ce of th
eir
respective B
oQ
.
Need
clarity on
the clau
se, becau
se if we n
eed to
ensu
re the fu
ll time
ph
ysical
presen
ce of O
EM team
mem
ber, it sh
ou
ld b
e the p
art of M
AF itself.
For en
surin
g the availab
ility of fu
ll
time O
EM team
mem
ber.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
50
Terms o
f Paym
ent (A
).
FOR
SUP
PLY ITEM
S:
14
(i). On
Placem
ent o
f Ord
er by ITI 2
0%
of In
voice
Valu
e.
(ii). On
Pro
of o
f Disp
atch 2
0%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site 30
% o
f Invo
ice
Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t 20
% o
f
Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y
NM
DC
10
% o
f Invo
ice Valu
e.
(i). On
Placem
ent o
f Ord
er by ITI 2
0%
of In
voice V
alue.
(ii). On
Pro
of o
f Disp
atch 2
0%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site 40
% o
f Invo
ice Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t 10
% o
f Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y NM
DC
10
% o
f Invo
ice Valu
e.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
3Th
e pro
ject/pro
jects claimed
tow
ards exp
erience,
mu
st con
tain o
ne o
r mo
re elemen
ts essentially
from
each o
f the fo
llow
ing th
ree categories.
Elemen
ts of C
ategory (a) b
elow
, mu
st con
tribu
te
at least 30
% co
st of th
e pro
ject.
The p
roject/p
rojects claim
ed to
ward
s experien
ce, mu
st con
tain o
ne o
r mo
re elemen
ts
essentially fro
m each
of th
e follo
win
g three catego
ries. Elemen
ts of C
ategory (a) b
elow
,
mu
st con
tribu
te at least 30
% co
st of th
e pro
ject aske
d (i.e
. 30
% o
f on
e p
roje
ct of R
s.
80
Cr o
r 30
% e
ach o
f two
Pro
jects o
f Rs. 5
0 C
r or 3
0%
each
of 3
Pro
jects o
f Rs. 4
0 C
r)
3(a) Th
e establish
men
t of D
C/D
R, Fire-w
alls and
Man
aged services.
(a) The estab
lishm
ent o
f DC
/DR
(Wh
ich co
nsist o
f Co
re Sw
itche
s, Co
re R
ou
ters, Lo
ad
Balan
cer, Se
rvers, H
igh cap
acity UP
S, Ge
nse
t etc) , Fire-w
alls and
Man
aged services.
3(b
) Active Sw
itches, EM
S and
Backb
on
e Cab
ling
with
associated
IT com
po
nen
ts.
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g with
associated
IT com
po
nen
ts.
3(c) W
i-Fi, P2
P rad
io lin
ks and
Laying o
f
Un
dergro
un
d O
FC N
etwo
rks.
(c) Wi-Fi, P
2P
radio
links an
d Layin
g of U
nd
ergrou
nd
OFC
Netw
orks.
52
b) 1
G Sw
itch (D
C) –
Type 2
15
1Th
e switch
sho
uld
sup
po
rt 2*1
0-G
igabit p
orts
SFP+ lo
aded
with
2*SR
transceivers an
d 2
RJ-4
5
1/1
0G
BA
SE-T po
rts in ad
ditio
n to
the ab
ove p
orts
Mo
st of th
e switch
es sup
po
rt SFP/SFP
+ Po
rts and
mo
st of th
e vend
ors are su
pp
ortin
g
that.
Kin
dly am
end
the sp
ecification
s as
"The sw
itch sh
ou
ld su
pp
ort 4
*10
-
Gigab
it po
rts SFP+ lo
aded
with
2*SR
transceivers
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
51
The in
tend
ing b
idd
er
mu
st be an
IT/ITES/Netw
orkin
g
com
pan
y, havin
g an
Experien
ce of
successfu
lly executin
g
similar n
ature o
f
wo
rks as men
tion
ed
in th
e Scop
e of W
ork
viz. setting u
p o
f
DC
/DR
(H/w
& S/w
),
Firewalls, active
Switch
es, Man
aged
Services, Backb
on
e
cablin
g, Setting u
p o
f
Wi-Fi N
etwo
rks,
laying o
f WA
N/LA
N
Netw
orks an
d layin
g
of O
FC etc. d
urin
g the
last 7 years (as o
n
31
st March
’20
20
) of
at least follo
win
g
value/b
illing: O
ne
Pro
ject costin
g Rs 8
0
Cr O
R Tw
o p
rojects
costin
g Rs 5
0 C
r. each
OR
Three P
rojects
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
53
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last
3 years, en
din
g 31
st March
-20
19
sho
uld
be at
least Rs. 1
00
Cr. A
ud
ited fin
ancial statem
ents fo
r
the last 3
years (20
16
17
, 20
17
-18
, 20
18
-19
) to b
e
enclo
sed.
We are req
uestin
g you
, kind
ly chan
ge the Eligib
ility Criteria to
35
Cr as in
the p
reviou
s
RFP
,
In ligh
t of th
e imp
act of th
e Co
vid-1
9 p
and
emic o
n em
plo
ymen
t and
entrep
reneu
rship
,
we req
uest kin
dly co
nsid
er MSM
E organ
ization
s also to
particip
ate in th
is RFP
sub
ject
to m
eeting th
e qu
ality and
techn
ical specificatio
ns.
Also
, as per th
e MSM
E po
licy circulars attach
ed, M
SME registered
Co
mp
any are eligib
le
for th
e Relaxatio
n o
f No
rms fo
r Start-up
and
Micro
& Sm
all Enterp
rises in P
ub
lic
Pro
curem
ent o
n p
ast Finan
cial turn
over reco
rds n
orm
s and
we req
uest fo
r you
r kind
con
sideratio
n an
d relaxatio
n.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
54
The in
tend
ing b
idd
er mu
st be an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of su
ccessfully execu
ting sim
ilar
natu
re of w
orks as m
entio
ned
in th
e Scop
e of
Wo
rk viz. setting u
p o
f DC
/DR
(H/w
& S/w
),
Firewalls, active Sw
itches, M
anaged
Services,
Backb
on
e cablin
g, Setting u
p o
f Wi-Fi N
etwo
rks,
laying o
f WA
N/LA
N N
etwo
rks and
laying o
f OFC
etc. du
ring th
e last 7 years (as o
n 3
1st M
arch
20
20
) of at least fo
llow
ing valu
e/billin
g: On
e
Pro
ject costin
g Rs 8
0 C
r OR
Two
pro
jects costin
g
Rs 5
0 C
r. each O
R Th
ree Pro
jects costin
g Rs 4
0 C
r.
each.
We are kin
dly req
uestin
g you
to kin
dly req
uest fo
r a MSM
E relaxation
as like the last
cancelled
RFP
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
55
Valid
CM
Mi Level 3
or ab
ove, certificate.
Kin
dly rem
ove th
e CM
MI certificate clau
se and
allow
MSM
E particip
ation
and
pro
mo
tion
in th
is Pan
dem
ic CO
VID
-19
Co
nd
ition
s.
We M
/S Co
nn
ectivity IT Solu
tion
s
Pvt Ltd
. We are C
ertified G
old
Partn
er to C
ISCO
. We are w
orkin
g in
man
y of th
e PSU
/Cen
tral govt/state
Go
vt for n
etwo
rking R
FPs. Fo
r the
BSFI cu
stom
er We su
pp
ly and
installed
netw
orkin
g equ
ipm
ent’s
15
00
locatio
ns in
PA
N IN
DIA
. We
are bu
ildin
g ITI Clo
ud
and
partn
er in
deliverin
g the so
lutio
ns.
Clau
se is remo
ved
.C
lause is am
end
ed
56
Clau
se 2(iv)
Page 3
The p
roject/p
rojects claim
ed to
ward
s experien
ce,
mu
st con
tain o
ne o
r mo
re elemen
ts essentially
from
each o
f the fo
llow
ing th
ree categories.
Elemen
ts of C
ategory (a) b
elow
, mu
st con
tribu
te
at least 30
% co
st of th
e pro
ject.
(a) The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d
Man
aged services.
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g
with
associated
IT com
po
nen
ts.
(c) Wi-Fi, P
2P
radio
links an
d Layin
g of
Un
dergro
un
d O
FC N
etwo
rks.
Req
uest to
Clarify th
at the Exp
erience Segm
ents m
entio
ned
in Su
b C
ategories (a), (b
),
and
(c) are from
mu
ltiple cu
stom
ers mu
ltiple p
urch
ase Ord
ers for o
ne o
r mo
re
elemen
ts from
each o
f the catego
ries.
i.e On
e or M
ore Elem
ent fro
m each
Catego
ry (a), (b), an
d (c) fro
m M
ultip
le Cu
stom
ers
Mu
ltiple O
rders.
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
57
An
nexu
re-VI B
OM
(P.N
os.2
48
)Fo
r all the B
OM
s It is asked th
at " Ap
plicab
le tax
rates sho
uld
be m
entio
ned
"
There is n
o co
lum
n fo
r Taxes in th
e BO
M. P
ls clarify wh
ere to m
entio
n th
e taxesP
rice bid
form
at am
end
ed. H
ow
ever
taxes will n
ot b
e co
nsid
ered fo
r ev
aluatio
n. O
nly
in
dicate cu
rrent tax
%
Price b
id fo
rmat am
end
ed.
Ho
wev
er taxes will n
ot b
e co
nsid
ered fo
r evalu
ation
. O
nly
ind
icate curren
t tax %
58
An
nexu
re – I : Scop
e
of W
ork
Page 5
7Th
e Data C
enter sh
ou
ld b
e in H
yderab
ad an
d th
e
service pro
vider sh
ou
ld h
ave his o
wn
bu
ildin
g.
Mo
st of D
C's p
layers have lo
ng lease b
uild
ings ,so
requ
est dep
t. to p
lease allow
the D
C
players w
ith lo
ng lease.
RF
P C
lause w
ill
prev
ailR
FP
Clau
se will p
revail
59
An
nexu
re – I : Scop
e
of W
ork
Page 5
9D
C &
DR
sho
uld
be fro
m sam
e service pro
vider
and
sho
uld
no
t be in
the sam
e seismic zo
ne
Can
we p
rovid
e DC
and
DR
from
differen
t service pro
viders w
ith sam
e specificatio
ns
like rated 3
and
sho
ld b
e in d
ifferent seism
ic zon
es.R
FP
Clau
se will
prev
ailC
lause is clear an
d p
revails
60
BO
QSeatin
g Space in
DC
for O
EM/ IP
/ SI/ NM
DC
Do
we also
need
to p
rovisio
n th
e seat in D
R as w
ellYES
YES
61
2. ( d
) on
p
age no
.8Eligib
ility Criteria
Req
uest to
amen
d as b
elow
:
The in
tend
ing b
idd
er mu
st have exp
erience o
f successfu
lly executin
g similar n
ature o
f
wo
rks for a to
tal value o
f Rs. 8
0 C
r or m
ore o
ut o
f wh
ich
a) The b
idd
er sho
uld
have su
ccessfully su
pp
lied an
d in
stalled sim
ilar IT Hard
ware
requ
iremen
ts for at least Th
ree (3) SA
P im
plem
entatio
n p
rojects o
f value n
ot less th
an
Rs. 1
0 cro
res each in
Ind
ia. Ou
t of w
hich
at least,
i 2 P
rojects sh
ou
ld b
e of valu
e of R
s.15
crores o
r mo
re.
ii On
e pro
ject shall b
e a SAP
HA
NA
Imp
lemen
tation
b) Th
e bid
der sh
ou
ld h
ave experien
ce in estab
lishin
g DC
-DR
installatio
ns o
f similar
natu
re for at least 2
organ
ization
s. The b
idd
er sho
uld
have exp
erience in
and
pro
vidin
g
com
plete su
pp
ort (FM
) Services for a sim
ilar DC
DR
installatio
n.
c) The b
idd
er shall h
ave experien
ce in settin
g up
of at least 2
no
s. of cam
pu
s wid
e
netw
orks co
nsistin
g of sw
itches/W
i fi access po
ints an
d W
LCs. A
t least on
e pro
ject of
WLA
N/P
oin
t to P
oin
t to R
adio
Links sh
all be co
nsid
ered.
d) Th
e bid
der co
mp
any sh
all have certified
Engin
eers in D
ata Cen
tre infrastru
cture
con
sisting o
f Servers, Storage, N
etwo
rk, Firewalls to
ensu
re Pro
per p
roject
imp
lemen
tation
shall b
e carried o
ut.
RF
P C
lause w
ill p
revail
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(i) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
62
2 ( e) i,ii,iii (o
n
page n
o.8
)IT Service &
Security A
ccreditatio
ns:
Req
uest to
amen
d as b
elow
:
i) Valid
ISO 2
00
01
,
ii)Valid
ISO 2
70
01
(OR
) CM
Mi Level 3
CM
Mi clau
se
remo
vedC
MM
i clause rem
oved
63
7 (p
age no
13
)
Delivery P
eriod
Req
uest to
amen
d as b
elow
:
In view
of th
e mu
ltiple co
mp
on
ents in
volved
, extensive geo
graph
ically distrib
uted
field
installatio
ns an
d in
view o
f curren
t lockd
ow
ns etc, th
e delivery an
d in
stallation
s may
take lon
g times an
d h
ence req
uest to
give abo
ut 1
2 w
eeks for su
pp
ly and
abo
ut
16
weeks th
ereof fo
r installatio
n fro
m th
e date o
f sup
ply.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
64
12
( a) (p
age no
14
)
Terms o
f Paym
ent: Fo
r Sup
ply o
f Items
Req
uest to
amen
d as b
elow
70
% P
aymen
t against D
elivery of th
e equ
ipm
ent an
d 2
0%
against In
stallation
and
10
%
on
Go
live.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
64
PA
ge# 2 , D
ate of
Sub
missio
n
Du
e Date fo
r Sub
missio
n o
f RFP
is 11
/06
/20
20
Cu
rrent situ
ation
of rap
id sp
read o
f coro
naviru
s, there are certain
guid
elines w
hich
have b
een issu
ed b
y the go
vernm
ent to
con
tain th
e spread
of C
OV
ID-1
9. D
ue to
this,
emp
loyees o
f ou
r com
pan
y, partn
ers and
OEM
s are wo
rking fro
m h
om
e and
have
travel restriction
s for m
eetings are in
place.W
e hereb
y sub
mit o
ur req
uest fo
r
extend
ing th
e bid
sub
missio
n d
eadlin
e from
the cu
rrent d
ate of b
id su
bm
ission
to 2
5th
Jun
e, 20
20
for p
reparatio
n an
d su
bm
ission
of tech
nical an
d co
mm
ercially respo
nsive
bid
.
RF
P C
lause w
ill p
revail
Revised
Bid
Sub
missio
n d
ates as
no
tified o
n w
eb site.
65
2, Eligib
ility Criteria,
Calu
se No
. ii
Page N
o. 3
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last
3 years, en
din
g 31
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr. A
ud
ited fin
ancial statem
ents fo
r the
last 3 years (2
01
61
7, 2
01
7-1
8, 2
01
8-1
9) to
be
enclo
sed.
Req
uest to
mo
dify th
e clause as " A
verage An
nu
al finan
cial turn
over d
urin
g the last 3
years, end
ing 3
1 M
arch-2
01
9 sh
ou
ld b
e at least Rs. 3
00
Cr. A
ud
ited fin
ancial
statemen
ts for th
e last 3 years (2
01
6-1
7, 2
01
7-1
8, 2
01
8-1
9) to
be en
closed
".
RF
P C
lause w
ill p
revail
Clau
se amen
ded
as. "Av
erage A
nn
ual fin
ancial tu
rno
ver
from
ICT
Bu
siness d
urin
g the
last 3 y
ears, end
ing 3
1st
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr . A
ud
ited fin
ancial
statemen
ts for th
e last 3 y
ears (2
01
61
7, 2
01
7-1
8, 2
01
8-1
9)
to b
e enclo
sed. "
66
2, Eligib
ility Criteria,
Calu
se No
. V , C
Page N
o. 3
Valid
CM
Mi Level 3
or ab
ove, certificate
Req
uest to
mo
dify th
e clause as "B
idd
er sho
uld
be V
alid C
MM
i Level 5 certificate".
Valid
certificate mu
st be En
closed
.
CM
Mi clau
se
remo
vedC
MM
i clause rem
oved
67
2, Eligib
ility Criteria,
Calu
se No
. ii
Page N
o. 3
New
add
ition
The B
idd
er sho
uld
have at least a staff o
f 35
0 train
ed an
d skilled
man
po
wer.
Trained
and
skilled m
anp
ow
er will b
e tho
se perso
nn
el wh
o h
ave at least t a B
Tech / B
.E. Co
mp
uter Scien
ce / Info
rmatio
n Tech
no
logy/Electro
nics C
om
mu
nicatio
n
/Info
rmatio
n Scien
ce or M
CA
qu
alification
. (Declearatio
n letter sh
ou
ld b
e pro
vided
)
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
68
3 B
id Su
bm
ission
,
Calu
se No
. i,
Page N
o.4
(i) EMD
for R
s. 2.0
Cr. w
hich
can b
e sub
mitted
in
the fo
rm o
f DD
or B
ank G
uaran
tee valid fo
r 6
mo
nth
s. Techn
ical Bid
s with
ou
t EMD
will n
ot b
e
con
sidered
.
Req
uest to
mo
dify th
e clause as "EM
D fo
r Rs. 1
.0 C
r. wh
ich can
be su
bm
itted in
the
form
of D
D o
r Ban
k Gu
arantee valid
for 6
mo
nth
s. Techn
ical Bid
s with
ou
t EMD
will n
ot
be co
nsid
ered"
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
69
3 B
id Su
bm
ission
,
Calu
se No
. 5,
Page N
o.4
A P
BG
of 1
0%
need
s to b
e sub
mitted
by th
e
successfu
l bid
der fo
r the p
eriod
of d
elivery
and
executio
n an
d 5
% fo
r 63
Mo
nth
s thereafter.
Req
uest to
mo
dify th
e clause as "A
PB
G o
f 5%
need
s to b
e sub
mitted
by th
e successfu
l
bid
der fo
r the p
eriod
of d
elivery and
executio
n an
d 2
% fo
r 63
Mo
nth
s thereafter"
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
70
12
. Terms o
f
Paym
ent:
(A). FO
R SU
PP
LY ITEMS:
(i). On
Placem
ent o
f Ord
er by ITI 2
0%
of In
voice
Valu
e.
(ii). On
Pro
of o
f Disp
atch 2
0%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site 30
% o
f Invo
ice
Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t 20
% o
f
Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y
NM
DC
10
% o
f Invo
ice Valu
e.
Req
uest to
mo
dify th
e clause as "(A
). FOR
SUP
PLY ITEM
S:
(i). On
Placem
ent o
f Ord
er by ITI 2
5%
of In
voice V
alue.
(ii). On
Pro
of o
f Disp
atch 2
5%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site 30
% o
f Invo
ice Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t 15
% o
f Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y NM
DC
5%
of In
voice V
alue.
RF
P C
lause w
ill
prev
ailR
FP
Clau
se will p
revail
71
Gen
eral Req
uirem
ent
of IT
Service/Help
desk/P
oi
nt N
o. 5
9 (P
age 16
1)
The p
rop
osed
help
desk sh
ou
ld h
ave solu
tion
s like
: Incid
ent m
anagem
ent, P
rob
lem M
anagem
ent,
Ch
ange M
anagem
ent, K
no
wled
ge Man
agemen
t,
Service Level Man
agemen
t, Service Asset an
d
Co
nfigu
ration
man
agemen
t, Service Catalo
gue
and
Req
uest Fu
lfilmen
t, etc. The certificatio
n
cop
ies to b
e sub
mitted
.
To co
ntin
uo
usly m
aintain
the h
ygiene o
f IT Service Man
agemen
t pro
du
ct we
recom
men
d to
add
" ITSM sh
ou
ld b
e ITIL 2
01
1 ce
rtified
inte
lligen
t solu
tion
that
leve
rages th
e late
st advan
cem
en
t in te
chn
olo
gy, such
as Mo
bility, A
nalytics, an
d
Au
tom
ation
to h
elp
CIO
s and
Service
Pro
vide
rs imp
rove
the
pro
du
ctivity of IT se
rvice
op
eratio
ns an
d re
du
ce th
e co
st and
com
ple
xities in
volve
d an
d it sh
ou
ld b
e atle
ast
certifie
d fo
r 12
pro
cesse
s with
Pin
k verify"
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
72
New
Clau
se add
ition
requ
est
Co
nsid
ering th
e curren
t CO
VID
situatio
n, th
ere
will b
e a significan
t chan
ge in th
e way
organ
ization
s wo
rk with
"Wo
rk from
Ho
me",
"Wo
rk Rem
otely" etc. b
ecom
ing p
revalent. D
ue
to th
ese ever-chan
ging lan
dscap
e, self-help
, self-
service etc. beco
mes extrem
ely imp
ortan
t. We
requ
est you
to ad
d th
is po
int as th
is will greatly
help
in service fu
lfilmen
t thro
ugh
auto
matio
n
Please ad
d an
add
ition
al clause as " Th
e syste
m m
ust su
pp
ort e
nd
to e
nd
zero
tou
ch
auto
matio
n, i.e
., the
use
r can re
qu
est th
e syste
m fo
r a service
usin
g natu
ral
langu
age, an
d th
e syste
m sh
ou
ld fu
lfill the
service
req
ue
st thro
ugh
backe
nd
auto
matio
n o
rche
stration
, with
ou
t any h
um
an in
teractio
n in
volve
d"
RF
P C
lause w
ill p
revail
No
t accepted
Please
73
New
Clau
se add
ition
requ
est
Co
nsid
ering th
e curren
t CO
VID
situatio
n, th
ere
will b
e a significan
t chan
ge in th
e way
organ
ization
s wo
rk with
"Wo
rk from
Ho
me",
"Wo
rk Rem
otely" etc. b
ecom
ing p
revalent. D
ue
to th
ese ever-chan
ging lan
dscap
e, self-help
, self-
service etc. beco
mes extrem
ely imp
ortan
t. We
requ
est you
to ad
d th
is po
int as th
is will greatly
help
in service fu
lfilmen
t thro
ugh
auto
matio
n
Please ad
d an
add
ition
al clause as " Th
e so
ftware
will h
ave th
e in
tellige
nce
to
catego
rize an
d classify an
incid
en
t to th
e m
ost ap
pro
priate
catego
ry and
set its
imp
act, seve
rity and
prio
rity leve
ls auto
matically b
ased
on
learn
ings fro
m h
istorical
analysis"
RF
P C
lause w
ill p
revail
No
t accepted
Please
74
New
Clau
se add
ition
requ
est
Co
nsid
ering th
e curren
t CO
VID
situatio
n, th
ere
will b
e a significan
t chan
ge in th
e way
organ
ization
s wo
rk with
"Wo
rk from
Ho
me",
"Wo
rk Rem
otely" etc. b
ecom
ing p
revalent. D
ue
to th
ese ever-chan
ging lan
dscap
e, self-help
, self-
service etc. beco
mes extrem
ely imp
ortan
t. We
requ
est you
to ad
d th
is po
int as th
is will greatly
help
in service fu
lfilmen
t thro
ugh
auto
matio
n
Please ad
d an
add
ition
al clause as "Th
e so
ftware
sho
uld
be
able
to ro
ute
a service
req
ue
st or in
cide
nt au
tom
atically to th
e m
ost ap
pro
priate
analyst an
d w
orkgro
up
,
and
the
analyst se
lectio
n w
ill be
learn
ed
by th
e syste
m fro
m h
istorical d
ata of p
ast
reso
lved
incid
en
ts and
time
to re
solve
com
bin
ed
with
analyst skills le
vels, q
uality o
f
reso
lutio
n, cu
rren
t wo
rkload
of th
e an
alyst, criticality of th
e ticke
t."
RF
P C
lause w
ill p
revail
No
t accepted
Please
75
New
Clau
se add
ition
requ
est
Please ad
d an
add
ition
al clause as "Th
e so
ftware
mu
st sup
po
rt easy cu
stom
ization
of
the
use
r inte
rface b
y IT team
with
ou
t any n
ee
d fo
r rele
ases, in
clud
ing scrip
s and
htm
l, in o
rde
r for in
trod
ucin
g custo
m lo
gic for u
ser in
pu
t field
s and
corre
spo
nd
ing
action
s, or visu
al ele
me
nts o
n th
e u
ser in
terface
"R
FP
Clau
se will
prev
ailN
ot accep
ted P
lease
76
Co
-locatio
n o
f DC
and
DR
Page N
o.
2/Sco
pe o
f
Wo
rk/1a
Establish
men
t of a D
C an
d D
R (o
n C
o-Lo
cation
basis at M
eitY Emp
aneled
Service
Pro
vider) to
ho
st the A
pp
lication
s of N
MD
C su
ch
as SAP
S/4 H
AN
A ER
P at D
C,
located
in H
yderab
ad an
d D
R lo
cated in
ano
ther
city and
ano
ther seism
ic zon
e.
Req
uest yo
u to
please exp
lain an
d elab
orate o
n co
-locatio
n exp
ectation
and
venu
e for
the D
R Lo
cation
s
With
ou
t kno
win
g expectatio
n o
f
Co
locatio
n services it w
ill be to
ugh
for SI to
fetch th
e com
petitive
prices fro
m M
anaged
Service
pro
viders
Co
-locatio
n services
to b
e pro
vided
by
DC
/DR
service
pro
vider in
clud
es
caging, sp
ace,
Po
wer, C
oo
ling,
Ph
ysical Security etc.
DC
will b
e in
Hyd
erabad
and
DR
in
ano
ther seism
ic zon
e
from
the sam
e
service pro
vider.
Co
-locatio
n services to
be
pro
vided
by D
C/D
R service
pro
vider in
clud
ing cagin
g,
space, P
ow
er, Co
olin
g, Ph
ysical
Security etc. D
C w
ill be in
Hyd
erabad
and
DR
in an
oth
er
seismic zo
ne fro
m th
e same
service pro
vider.
77
Integratio
nP
age No
.
2/Sco
pe o
f
Wo
rk/1b
Sup
ply, In
stallation
, Integratio
n, Testin
g,
Co
mm
ission
ing an
d Su
pp
ort (SiitcS) o
f
LAN
and
WA
N N
etwo
rks.
Req
uest yo
u to
please exp
lain th
e integratio
n an
d m
igration
aspects o
f this so
lutio
n.
As in
BO
Q B
lades fo
r Legacy Servers
are asked, So
requ
est you
to p
lease
defin
e the sco
pe o
f migratio
n
activities expected
from
the b
idd
er
for existin
g services and
app
lication
s run
nin
g on
existing
hard
wares
Migratio
n o
f legacy
app
lication
is no
t in
the sco
pe o
f this
Tend
er.M
igration
of legacy ap
plicatio
n
is no
t in th
e scop
e of th
is
Tend
er.
78
MP
LS/VP
NP
age No
.
2/Sco
pe o
f
Wo
rk/1c
Pro
vide/ U
pgrad
e of existin
g MP
LS/ VP
N at 1
5
locatio
ns.
Please p
rovid
e clarification
on
the sam
e. As P
age No
. 8 it is m
entio
ned
- "The req
uired
MP
LS and
ILL con
nectivity fro
m th
e TSPs sh
all be arran
ged sep
arately and
bid
der n
eed
no
t to acco
un
t for its co
st."
Bo
th Sp
ecs are con
tradictin
g , So
please p
rovid
e clarity on
the sam
e.
Bid
der n
eed n
ot
accou
nt fo
r its cost
Bid
der n
eed n
ot acco
un
t for its
cost
79
Intern
etP
age No
.
2/Sco
pe o
f
Wo
rk/1e
Pro
vide / u
pgrad
e of In
ternet leased
line at H
O,
Pro
jects and
oth
er locatio
ns.
Please p
rovid
e clarification
on
the sam
e. As P
age No
. 8 it is m
entio
ned
- "The req
uired
MP
LS and
ILL con
nectivity fro
m th
e TSPs sh
all be arran
ged sep
arately and
bid
der n
eed
no
t to acco
un
t for its co
st."
Bo
th Sp
ecs are con
tradictin
g , So
please p
rovid
e clarity on
the sam
e.
Bid
der n
eed n
ot
accou
nt fo
r its cost
Bid
der n
eed n
ot acco
un
t for its
cost
80
Security B
reach
inclu
din
g Data
Theft/Lo
ss/Co
rrup
tion
Page N
o.
37
/Security
/9/Secu
rity
Breach
inclu
din
g
Data
Theft/Lo
ss/
Co
rrup
tion
An
y incid
ent w
here in
system co
mp
rom
ised o
r
any case w
herein
data
theft o
ccurs (in
clud
ing in
ternal
incid
ents)
Req
uest yo
u to
please rem
ove th
is clause
Since th
e asked so
lutio
n is o
f
Netw
ork Secu
rity and
no
such
too
ls,
like DLP
, End
po
int P
rotectio
n, H
ost
based
IPS, N
etwo
rk beh
avior
analysis etc h
as been
con
sidered
in
this so
lutio
n. B
idd
er will n
ot b
e able
to d
eliver these services w
itho
ut
adeq
uate secu
rity too
ls
This is p
art of th
e
Man
aged servicves
to b
e pro
vided
by
the D
C/D
R service
pro
vider.
This is p
art of th
e Man
aged
servicves to b
e pro
vided
by th
e
DC
/DR
service pro
vider.
81
Scop
e of W
ork
Page N
o.
56
/ Scop
e
of W
ork/
Po
int N
o. F
Sup
ply, in
stallation
, con
figuratio
n, testin
g and
com
missio
nin
g of Secu
rity
infrastru
cture like N
ext Gen
eration
Firewalls,
An
tivirus, D
DO
S, PIM
, HIP
S, IDA
M, D
AM
, IPS/ID
S,
Log Servers, an
d W
eb A
pp
lication
Firewall etc.
Please m
od
ify the clau
se as -"Sup
ply, in
stallation
, con
figuratio
n, te
sting an
d
com
missio
nin
g of Se
curity in
frastructu
re like
Ne
xt Ge
ne
ration
Firew
alls, Log Se
rvers,
and
We
b A
pp
lication
Firew
all etc."
Since o
ther asked
solu
tion
com
po
nen
ts are no
t part o
f RFP
BO
Q, P
lease remo
ve the sam
e.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
82
Scop
e of W
ork
Page N
o.
56
/ Scop
e
of W
ork/
Po
int N
o. H
Imp
lemen
tation
and
com
missio
nin
g of ITSM
too
ls
for A
sset man
agemen
t, incid
ent, p
rob
lem an
d
chan
ge man
agemen
t as part o
f the so
lutio
n. To
ol
pro
po
sed sh
ou
ld b
e leader in
Gartn
er qu
adran
t
and
key stakeho
lders fro
m N
MD
C sh
ou
ld h
ave
access to
the d
ashb
oard
s on
the to
ol.
Since ITSM
too
l is no
t men
tion
ed in
BO
Q, P
lease inclu
de th
e same in
BO
QTo
avoid
skipp
ing ch
ances o
f this
solu
tion
com
po
nen
ts by b
idd
ers,
Please m
entio
n th
e same in
BO
Q.
EMS so
lutio
n
inclu
des ITSM
solu
tion
as well.
EMS so
lutio
n in
clud
es ITSM
solu
tion
as well.
83
Data C
enter an
d D
R
Co
Locatio
n
Page N
o.
57
/Techn
ic
al
specificatio
n o
f
colo
cation
and
man
aged
services
Please ad
dR
equ
est you
to p
lease add
DR
Au
tom
ation
, Ap
plicatio
n P
erform
ance m
on
itorin
g, Data
Cen
ter Man
agemen
t & In
fra auto
matio
n etc. to
ols fo
r smo
oth
op
eration
, man
agemen
t
and
Main
tenan
ce of D
C-D
R sites
Since D
C &
DR
will b
e installed
at
two
differen
t locatio
ns , W
itho
ut
adeq
uate to
ols fo
r main
tenan
ce ,
mo
nito
ring an
d au
tom
ation
and
loo
king at th
e ho
lisitic solu
tion
, it
will h
ave som
e gaps.
As p
er RFP
.
No
t accepted
Please
84
Gen
eral
Req
uirem
ents
Co
locatio
n &
Man
aged Services
Page N
o.
59
/Po
int
No
. 9,1
0
Perfo
rm D
ue D
iligence stu
dy an
d su
bm
it repo
rt
for M
igration
of legacy ap
plicatio
ns n
ot b
eing
covered
un
der SA
P d
ata migratio
n (e.g. In
tranet
Po
rtal, Vigilan
ce app
lication
etc.) at HO
and
Sites
to D
C &
DR
.
Perfo
rm D
ue D
iligence Stu
dy an
d su
bm
it plan
for
Migratio
n an
d su
pp
ort o
f legacy app
lication
s (e.g.
HR
MS/FA
S/PM
S/ IMS/P
ayroll etc.) fo
r histo
rical
repo
rting fo
r statuto
ry requ
iremen
ts.
Since in
clause it is m
entio
ned
to p
rovid
e repo
rt /plan
for SA
P D
ata and
legacy
app
lication
migratio
n. P
lease specify th
e detailed
scop
e of w
ork.
Please sp
ecify wh
ether d
oin
g
app
lication
migratio
n is in
bid
der
scop
e or b
idd
er just h
ave to
cord
inate w
ith existin
g app
lication
vend
or.
Migratio
n o
f legacy
app
lication
is no
t in
the sco
pe o
f this
Tend
er.
Migratio
n o
f legacy app
lication
is no
t in th
e scop
e of th
is
Tend
er.
Sub
missio
n o
f a detailed
design
and
dep
loym
ent
meth
od
olo
gy and
imp
lemen
tation
plan
of
executio
n o
f the p
roject an
d th
e app
roval o
f
NM
DC
is T0+1
Week
It Sho
uld
be atleast T0
+ 3-4
Week
1) A
s it requ
ried site su
rvey at
differen
t zon
es and
at mu
ltiple sites
for th
e prep
aration
of d
esign, an
d
site wise B
OQ
.
2) P
reparatio
n o
f do
cum
entatio
n
with
detailed
draw
ing.
3) It also
requ
ired ap
pro
val from
NM
DC
.
RF
P C
lause w
ill p
revail
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware T0
+ 6 W
eeksR
FP
Clau
se will
prev
ail
Sup
ply o
f LAN
/ WA
N C
om
po
nen
ts T0 + 6
Weeks
RF
P C
lause w
ill p
revail
Installatio
n an
d C
om
missio
nin
g of D
C / D
R T0
+ 9
Weeks
It Sho
uld
be atleast T0
+ 13
1
) Hard
ware in
stallation
will take at
least 3 w
eeks and
app
lication
installatio
n an
d o
ptim
ization
will
take at least 4 w
eeks.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
85
Delivery Tim
elines
Page N
o.
13
; Po
int
No
. 7
Installatio
n an
d C
om
missio
nin
g LAN
/WA
N. T0
+
15
Weeks
It Sho
uld
be atleast T0
+ 32
to 3
6 W
eeks after all clearance an
d p
ermissio
n fro
m
con
cerned
auth
ority.
1) A
s the tren
chin
g wo
rk for O
FC
laying q
ty. is very hu
ge i.e. 27
0 K
M.
2) D
epen
dan
cies on
perm
ission
s
from
differen
t-differen
t con
cerned
auth
orities.
3) D
epen
dan
cies on
site and
weath
er con
ditio
ns.
RF
P C
lause w
ill p
revail
86
Clearan
ces for
Excavation
Wo
rk
Page N
o.
22
7, C
lause
No
.1.1
,1.2
.
1
The Execu
ting A
gency sh
all be resp
on
sible fo
r
ob
tainin
g necessary clearan
ces for excavatio
n
wo
rk from
the au
tho
rities on
beh
alf of th
e Ow
ner
and
pro
vide req
uisite co
pies o
f info
rmatio
n,
map
s, survey rep
ort etc to
the au
tho
rities.
Gettin
g clearance fo
r Excavation
wo
rk, sho
uld
no
t be in
the sco
pe o
f Bid
der.
1) A
s for m
ost o
f the tim
e
perm
ission
s requ
est mad
e by
bid
der, are n
ot en
tertained
pro
perlay b
y the G
ovt.
dep
artmen
ts, wh
ich lead
to d
elay.
Hen
ce, all perm
ission
requ
ests to
any go
vernm
ent d
epartm
ent sh
ou
ld
be p
laced b
y thro
ugh
govern
men
t
chan
nel o
nly.
Entire cab
le laying
wo
rk is with
in th
e
NM
DC
Prem
ises and
hen
ce app
roval fro
m
pu
blic au
tho
rities is
no
t app
licable.
RFP
Clau
se w
ill
pre
vail
Entire cab
le laying w
ork is
with
in th
e NM
DC
Prem
ises and
hen
ce app
roval fro
m p
ub
lic
auth
orities is n
ot ap
plicab
le.
RFP
Clau
se w
ill pre
vail
87
Trench
less Diggin
gP
age No
.
23
3, C
lause
1.7
Trench
less diggin
g may b
e used
in sh
ort sectio
n
for cro
ssing N
ation
al high
ways, im
po
rtant ro
ad o
r
rail crossin
gs etc., wh
ere the co
ncern
ed
auth
orities d
o n
ot p
ermit o
pen
cutm
etho
d, fo
r
wh
ich n
o ad
ditio
nal co
st shall b
e pro
vided
by th
e
Emp
loyer.
1)Tren
chless d
igging sh
ou
ld b
e perm
itted, w
here th
ere is feasibility an
d n
o issu
es of
perm
ission
s.
2) Tren
chless d
igging sh
ou
ld b
e men
tion
ed alo
ng w
ith th
e OFC
laying B
OQ
line item
s
men
tion
ed in
page n
o. 1
61
, or it can
be a sap
erate line item
It will h
elp co
mp
leting th
e OFC
laying w
ork o
n tim
e.
Entire cab
le laying
wo
rk is with
in th
e
NM
DC
Prem
ises and
hen
ce app
roval fro
m
pu
blic au
tho
rities is
no
t app
licable.
RFP
Clau
se w
ill
pre
vail
Entire cab
le laying w
ork is
with
in th
e NM
DC
Prem
ises and
hen
ce app
roval fro
m p
ub
lic
auth
orities is n
ot ap
plicab
le.
RFP
Clau
se w
ill pre
vail
88
Co
ntro
lled b
lasting
Page N
o.
22
9
For excavatio
n in
hard
rock, co
ntro
lled
blastin
g can b
e resorted
to. Th
e Co
ntracto
r shall
ob
tain n
ecessary perm
ission
s from
the statu
tory
auth
orities fo
r blastin
g and
the u
se of exp
losives
for th
is pu
rpo
se.
It migh
t lead in
the in
flation
of th
e pro
ject costin
g..
RF
P C
lause w
ill p
revail
Entire cab
le laying w
ork is
with
in th
e NM
DC
Prem
ises and
hen
ce app
roval fro
m p
ub
lic
auth
orities is n
ot ap
plicab
le.
RFP
Clau
se w
ill pre
vail
RF
P C
lause w
ill prev
ail
85
Delivery Tim
elines
Page N
o.
13
; Po
int
No
. 7
89
Man
po
wer
Dep
loym
ent List
Page N
o. 6
01
) A list n
eeds to
be p
rovid
ed w
ith reso
urces w
ho
will b
e dep
loyed
on
the p
roject alo
ng w
ith th
e
roles
and
respo
nsib
ilities of each
resou
rce.
2) List an
d n
um
ber o
f all clou
d-b
ased reso
urces
(inclu
din
g bu
t no
t limited
to servers (V
Ms),
storage,
netw
ork co
mp
on
ents an
d so
ftware co
mp
on
ents)
oth
er than
man
po
wer th
at may b
e requ
ired.
Req
uired
mo
re details o
n th
e requ
ired reso
urce Q
ualificatio
n an
d Exp
erience p
art. As
in Ten
der th
ere is no
details availab
le in th
is regard.
Req
uired
for co
nsid
ering th
e cost !!
Clau
se is self
explain
atory
Clau
se is self explain
atory
90
OEM
Availab
ilityP
age No
. 32
Du
ring im
plem
entatio
n, IP
shall en
sure th
at full
time
team m
emb
er from
each O
EM is
available till th
e op
eration
al acceptan
ce of th
eir
respective B
oQ
.
Need
clarity on
the clau
se, becau
se if we n
eed to
ensu
re the fu
ll time
ph
ysical
presen
ce of O
EM team
mem
ber, it sh
ou
ld b
e the p
art of M
AF itself.
For en
surin
g the availab
ility of fu
ll
time O
EM team
mem
ber.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
91
Terms o
f Paym
ent (A
).
FOR
SUP
PLY ITEM
S:
Page 1
4/
Clau
se 12
(i). On
Placem
ent o
f Ord
er by ITI 2
0%
of In
voice
Valu
e.
(ii). On
Pro
of o
f Disp
atch 2
0%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site 30
% o
f Invo
ice
Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t 20
% o
f
Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y
NM
DC
10
% o
f Invo
ice Valu
e.
(i). On
Placem
ent o
f Ord
er by ITI 2
0%
of In
voice V
alue.
(ii). On
Pro
of o
f Disp
atch 2
0%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site 40
% o
f Invo
ice Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t 10
% o
f Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y NM
DC
10
% o
f Invo
ice Valu
e.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
92
The p
roject/p
rojects claim
ed to
ward
s experien
ce,
mu
st con
tain o
ne o
r mo
re elemen
ts essentially
from
each o
f the fo
llow
ing th
ree categories.
Elemen
ts of C
ategory (a) b
elow
, mu
st con
tribu
te
at least 30
% co
st of th
e pro
ject.
The p
roject/p
rojects claim
ed to
ward
s experien
ce, mu
st con
tain o
ne o
r mo
re elemen
ts
essentially fro
m each
of th
e follo
win
g three catego
ries. Elemen
ts of C
ategory (a) b
elow
,
mu
st con
tribu
te at least 30
% co
st of th
e pro
ject aske
d (i.e
. 30
% o
f on
e p
roje
ct of R
s.
80
Cr o
r 30
% e
ach o
f two
Pro
jects o
f Rs. 5
0 C
r or 3
0%
each
of 3
Pro
jects o
f Rs. 4
0 C
r)
93
(a) The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d
Man
aged services.
(a) The estab
lishm
ent o
f DC
/DR
(Wh
ich co
nsist o
f Co
re Sw
itche
s, Co
re R
ou
ters, Lo
ad
Balan
cer, Se
rvers, H
igh cap
acity UP
S, Ge
nse
t etc) , Fire-w
alls and
Man
aged services.
94
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g
with
associated
IT com
po
nen
ts.
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g with
associated
IT com
po
nen
ts.
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
The in
tend
ing b
idd
er
mu
st be an
IT/ITES/Netw
orkin
g
com
pan
y, havin
g an
Experien
ce of
successfu
lly executin
g
similar n
ature o
f
wo
rks as men
tion
ed
in th
e Scop
e of W
ork
viz. setting u
p o
f
DC
/DR
(H/w
& S/w
),
Firewalls, active
Switch
es, Man
aged
Services, Backb
on
e
cablin
g, Setting u
p o
f
Wi-Fi N
etwo
rks,
laying o
f WA
N/LA
N
Netw
orks an
d layin
g
of O
FC etc. d
urin
g the
last 7 years (as o
n
31
st March
’20
20
) of
at least follo
win
g
value/b
illing: O
ne
Pro
ject costin
g Rs 8
0
Cr O
R Tw
o p
rojects
costin
g Rs 5
0 C
r. each
OR
Three P
rojects
costin
g Rs 4
0 C
r. each.
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Page N
o.
3/Eligib
ility
Criteria (iv)
95
(c) Wi-Fi, P
2P
radio
links an
d Layin
g of
Un
dergro
un
d O
FC N
etwo
rks.
(c) Wi-Fi, P
2P
radio
links an
d Layin
g of U
nd
ergrou
nd
OFC
Netw
orks.
96
2.(b
)2
Eligibility C
riteria
(b). A
verage An
nu
al finan
cial turn
over d
urin
g the
last 3 years, en
din
g 31
stMarch
-20
19
sho
uld
be at
least Rs. 1
00
Crs. A
ud
ited fin
ancial statem
ents fo
r
the last 3
years (20
16
-17
, 20
17
-18
, 20
18
-19
) to
be en
closed
.
We req
uest yo
u to
amen
d th
e clause as fo
llow
s:-
Average A
nn
ual fin
ancial tu
rno
ver du
ring th
e last 3 years, en
din
g 31
stMarch
-20
19
sho
uld
be at least R
s. 10
0 2
00
Crs. A
ud
ited fin
ancial statem
ents fo
r the last 3
years
(20
16
-17
, 20
17
-18
, 20
18
-19
) to b
e enclo
sed.
RF
P C
lause w
ill p
revail
Clau
se amen
ded
as. "Av
erage A
nn
ual fin
ancial tu
rno
ver
from
ICT
Bu
siness d
urin
g the
last 3 y
ears, end
ing 3
1st
March
-20
19
sho
uld
be at least
Rs. 1
00
Cr . A
ud
ited fin
ancial
statemen
ts for th
e last 3 y
ears (2
01
61
7, 2
01
7-1
8, 2
01
8-1
9)
to b
e enclo
sed. "
97
2.(c)
2 Eligib
ility Crite
ria
(c). The b
idd
er sho
uld
be fin
ancially stro
ng h
aving
Po
sitive Net w
orth
in each
of th
e last 3 fin
ancial
years. Au
dited
Net w
orth
certificate for th
e last 3
years to b
e enclo
sed.
We req
uest yo
u to
amen
d th
e clause as fo
llow
s:-
The b
idd
er sho
uld
be fin
ancially stro
ng h
aving P
ositive N
et wo
rth o
f Rs. 2
5 C
rs in each
of th
e last 3 fin
ancial years. A
ud
ited N
et wo
rth certificate fo
r the last 3
years to b
e
enclo
sed.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
The in
tend
ing b
idd
er
mu
st be an
IT/ITES/Netw
orkin
g
com
pan
y, havin
g an
Experien
ce of
successfu
lly executin
g
similar n
ature o
f
wo
rks as men
tion
ed
in th
e Scop
e of W
ork
viz. setting u
p o
f
DC
/DR
(H/w
& S/w
),
Firewalls, active
Switch
es, Man
aged
Services, Backb
on
e
cablin
g, Setting u
p o
f
Wi-Fi N
etwo
rks,
laying o
f WA
N/LA
N
Netw
orks an
d layin
g
of O
FC etc. d
urin
g the
last 7 years (as o
n
31
st March
’20
20
) of
at least follo
win
g
value/b
illing: O
ne
Pro
ject costin
g Rs 8
0
Cr O
R Tw
o p
rojects
costin
g Rs 5
0 C
r. each
OR
Three P
rojects
costin
g Rs 4
0 C
r. each.
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Page N
o.
3/Eligib
ility
Criteria (iv)
98
2.(d
)2
Eligibility C
riteria
(d). Th
e pro
ject/pro
jects claimed
tow
ards
experien
ce, mu
st con
tain o
ne o
r mo
re elemen
ts
essentially fro
m each
of th
e follo
win
g three
categories. Elem
ents o
f Catego
ry (a) belo
w, m
ust
con
tribu
te at least 30
% co
st of th
e pro
ject.
(a) The estab
lishm
ent o
f DC
/DR
, Fire-walls an
d
Man
aged services.
(b) A
ctive Switch
es, EMS an
d B
ackbo
ne C
ablin
g
with
associated
IT com
po
nen
ts.
(c) Wi-Fi, P
2P
radio
links an
d Layin
g of
Un
dergro
un
d O
FC N
etwo
rks.
We req
uest yo
u to
amen
d th
e clause as fo
llos:-
The p
roject/p
rojects claim
ed to
ward
s experien
ce, mu
st con
tain o
ne o
r mo
re elemen
ts
essentially fro
m each
of th
e follo
win
g three catego
ries. Elemen
ts of C
ategory (a) b
elow
,
mu
st con
tribu
te at least 30
% IN
R 3
0crs in
the
cost o
f the p
roject
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
99
2.(e)
2.Eligib
ility Crite
ria
(e).IT Service & Secu
rity Accred
itation
s: The
inten
din
g bid
der m
ust p
ossess th
e follo
win
g
certification
s on
the d
ate of su
bm
ission
of th
e
bid
s:
(a). Valid
ISO 2
00
00
Certificate
(b) V
alid ISO
27
00
0 C
ertificate
(c) Valid
CM
Mi Level 3
or ab
ove, certificate
We req
uest yo
u to
amen
d th
e clause as fo
llow
s:-
Valid
ISO 1
40
00
Certifcate o
r ISO 2
00
00
Certificate o
r Valid
ISO 2
70
00
Certificate
and
Valid
CM
Mi Le
vel 3
or ab
ove
Ce
rtifcate
Clau
se mo
dified
Clau
se mo
dified
10
02
.(i)2
.Eligibility C
riteria
(i).Bid
ders n
eed to
qu
ote fo
r on
e of th
e bran
ds o
f
the eq
uip
men
t iden
tified b
y the u
ser and
men
tion
ed in
the tech
nical sp
ecs / Bill o
f
Material. N
o o
ther b
rand
will b
e con
sidered
Req
uest yo
u to
leverage on
the b
rand
nam
e to all tech
nically co
mp
laine O
EMs, su
ch
that w
e can su
bm
it a com
mercially co
mp
etitive bid
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
10
12
.(j)2
.Eligibility C
riteria
(j) The b
idd
er shall su
bm
it an u
nd
ertaking th
at
they d
o n
ot h
ave any o
ngo
ing d
ispu
tes on
statuto
ry levies like Inco
me Tax, G
ST, PF, ESI etc.
We req
uest yo
u to
delete th
e clause. O
r limit it to
con
viction
for an
y crimin
al offen
ces
wh
ich is fin
ally up
held
by th
e high
est app
ellate cou
rt.R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
10
22
(l)2
. Eligibility C
riteria
(l) Clau
se by C
lause co
mp
liance o
f RFP
terms &
con
ditio
ns n
eeds to
be su
bm
itted.
No
nco
mp
liance o
n tech
nical sp
ecification
s and
offers w
ith d
eviation
s are liable to
be rejected
.
We req
uest yo
u to
amen
d th
e clause as m
entio
ned
belo
w:
Clau
se by C
lause co
mp
liance o
f RFP
terms &
con
ditio
ns n
eeds to
be su
bm
itted.
No
nco
mp
liance o
n tech
nical sp
ecification
s and
offers w
ith d
eviation
s are liable to
be
rejected.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
10
33
(h)
3. B
id Su
bm
ission
:
No
crimin
al case sho
uld
be p
end
ing again
st the
bid
der an
ywh
ere in In
dia. Selfcertificatio
n sh
ou
ld
be p
rovid
ed to
this effect
This is co
nstu
red as crin
imal case co
nvictin
g the B
idd
er for an
y crimin
al offen
ces wh
ich
is finally u
ph
eld b
y the h
ightest ap
pellate co
urt.P
lease con
firm
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
10
44
(g) (ii)4
. Oth
er C
on
ditio
ns:
(g)Ap
pro
ach &
Meth
od
olo
gies:
(ii). The b
idd
er need
s to in
dicate it’s cap
abilities
alon
g with
the d
etails of In
ternal train
ers to
con
du
ct on
site and
offsite train
ings to
the team
of N
MD
C en
gineers an
d reso
urces d
eplo
yed
by ITI fo
r the P
roject.
Req
uest yo
u to
clarify that h
ere capab
ilities will b
e meet if M
SI sho
ws th
eir past reco
rd
of co
nd
utin
g trainin
g.
Clau
se is self
explain
atory
Clau
se is self explain
atory
10
57
7. D
elive
ry pe
riod
shall b
e as b
elo
w:
(i). Aw
ard o
f LOI-- T0
(ii). Sub
missio
n o
f a detailed
design
and
dep
loym
ent m
etho
do
logy an
d im
plem
entatio
n
plan
of execu
tion
of th
e pro
ject and
the ap
pro
val
of N
MD
C --T0
+1W
eek
(iii). Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware. --T0
+ 6 W
eeks
(iv). Sup
ply o
f LAN
/ WA
N C
om
po
nen
ts --T0 + 6
Weeks
(v). Installatio
n an
d C
om
missio
nin
g of D
C / D
R --
T0 + 9
Weeks
(vi). Installatio
n an
d C
om
missio
nin
g LAN
/WA
N.--
T0 + 1
5 W
eeks
Based
on
the cu
rrent scen
ario o
f CO
VID
-19
Pan
dem
ic, there h
as been
a majo
r
disru
ptio
n in
the p
rod
uctio
n cap
acities, sup
ply ch
ains o
f the O
EM's an
d P
artners.
Hen
ce, we req
uest yo
u to
mo
dify th
e timelin
e as follo
ws:
(i). Aw
ard o
f LOI-- T0
(ii). Sub
missio
n o
f a detailed
design
and
dep
loym
ent m
etho
do
logy an
d im
plem
entatio
n
plan
of execu
tion
of th
e pro
ject and
the ap
pro
val of N
MD
C --T0
+1
Week 3
we
eks
(iii). Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing h
ardw
are and
Softw
are. --T0 + 6
Weeks 8
we
eks
(iv). Sup
ply o
f LAN
/ WA
N C
om
po
nen
ts --T0 + 6
Weeks 1
2 w
ee
ks
(v). Installatio
n an
d C
om
missio
nin
g of D
C / D
R --T0
+ 9 W
eeks 25
we
eks
(vi). Installatio
n an
d C
om
missio
nin
g LAN
/WA
N.-- T0
+ 15
Weeks 3
2 w
ee
ks
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
10
68
(ii)8
(ii) Liqu
idate
d D
amage
s:
If the d
elay in co
mp
letion
is attribu
table to
the
PIP
, PIP
shall b
e liable to
pay as
Liqu
idated
dam
ages to ITI a su
m calcu
lated @
0.5
% o
f the O
ne Tim
e Co
st (sup
ply an
d
installatio
n valu
e) per w
eek of th
e delay o
r part
thereo
f sub
ject to a m
aximu
m o
f 10
% o
f
the O
TC (su
pp
ly and
installatio
n valu
e).
For o
ptim
izing o
ur B
id, w
e requ
est you
to am
end
the clau
se as follo
ws:-
If the d
elay in co
mp
letion
is attribu
table to
the P
IP , P
IP sh
all be liab
le to p
ay as
Liqu
idated
dam
ages to ITI a su
m calcu
lated @
0.5
% 0
.1%
of th
e un
de
livere
d p
ortio
n o
f
the O
ne Tim
e Co
st (sup
ply an
d in
stallation
value) p
er week o
f the d
elay or p
art thereo
f
sub
ject to a m
aximu
m o
f 10
% o
f the O
TC (su
pp
ly and
installatio
n valu
e).
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
10
78
(iii)8
(iii). Liqu
idate
d D
amage
s:
On
ce the d
elay tou
ches th
e up
per cap
pin
g of th
e
LD (1
0%
) with
ou
t any co
gent reaso
n, it w
ill be a
reason
eno
ugh
to start th
e pro
cess of rescin
din
g
the co
ntract an
d get th
e wo
rk com
pleted
by
ano
ther so
urce/agen
cy at the risk an
d co
st of th
e
PIP
.
Req
uest yo
u to
amen
d th
e clause as Fo
llow
s
On
ce the d
elay tou
ches th
e up
per cap
pin
g of th
e LD (1
0%
) , The P
IP sh
all be in
vited fo
r
mu
tual d
iscussio
n fo
r un
derstan
din
g the reaso
ns o
f delay, If th
e delayed
activities are
du
e to an
y reason
attribu
table to
PIP
, then
the sam
e shall b
e mitigated
by an
y oth
er
Third
Party, th
en P
IP sh
all be given
an ch
ance to
nego
tiate with
the Th
ird P
arty and
assist in co
mp
leting th
e delayed
activities.R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
10
89
(i)9
. Ban
k Gu
arante
es:
The LO
I shall b
e issued
to th
e selected b
idd
er
(PIP
) on
sub
missio
n o
f a Ban
k Gu
arantee (B
G) fo
r
10
% o
f the to
tal con
tract value, valid
for 1
8
mo
nth
s, tow
ards su
ccessful co
mm
ission
ing o
f the
pro
ject.
As th
e men
tion
timelin
e of P
roject is 1
5 w
eeks, So in
this C
on
curren
ce with
timelin
e
the P
G valid
ation
is also fo
r a 18
we
eks p
eriod
. Req
uest yo
u to
re Loo
k at this p
eriod
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
10
91
0(iii)
10
. Po
st Imp
lem
en
tation
:
(iii) PIP
shall p
rovid
e services as per th
e SLAs
defin
ed fo
r variou
s services in A
nn
exure - IV
Clau
se wise co
mp
liance to
be p
rovid
ed in
the
techn
ical bid
. SLA p
enalties if an
y levied o
n ITI b
y
NM
DC
, will b
e recovered
from
the P
IP.
We u
nd
erstand
that b
idd
er is respo
nsib
le for SLA
solely attrib
utab
le to it an
d h
ence w
ill
be p
enalsied
for th
e same. H
ence, w
e requ
est you
to am
end
the clau
se as follo
ws:-
PIP
shall p
rovid
e services as per th
e SLAs d
efined
for vario
us services in
An
nexu
re IV.
Clau
se wise co
mp
liance to
be p
rovid
ed in
the tech
nical b
id. SLA
pen
alties if any levied
on
ITI by N
MD
C, w
ill be reco
vered fro
m th
e PIP
for th
e faults so
lely attrib
uab
le to
PIP
.R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
11
01
2 (A
)1
2. Te
rms o
f Paym
en
t:
(A). FO
R SU
PP
LY ITEMS:
(i). On
Placem
ent o
f Ord
er by ITI --2
0%
of In
voice
Valu
e.
(ii). On
Pro
of o
f Disp
atch --2
0%
of In
voice V
alue
(iii). On
Receip
t of Item
s at Site-- 30
% o
f Invo
ice
Valu
e
(iv). On
Installatio
n o
f The Eq
uip
men
t-- 20
% o
f
Invo
ice Valu
e
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y
NM
DC
-- 10
% o
f Invo
ice Valu
e.
For en
ablin
g a better w
orkin
g capital fo
r the b
idd
er, we p
rop
ose th
e follo
win
g paym
ent
terms:-
(A). FO
R SU
PP
LY ITEMS:
(i). On
Placem
ent o
f Ord
er by ITI --2
0%
of In
voice V
alue
(ii). On
Pro
of o
f Disp
atch --2
0%
of In
voice V
alue o
n p
ro-rata w
ee
kly basis.
(iii). On
Receip
t of Item
s at Site-- 30
% o
f Invo
ice Valu
e on
pro
-rata we
ekly b
asis.
(iv). On
Installatio
n o
f The Eq
uip
men
t-- 20
% o
f Invo
ice Valu
e on
pro
-rata we
ekly
basis.
(v). On
Go
-Live and
Op
eration
al Accep
tance b
y NM
DC
-- 10
% o
f Invo
ice Valu
e
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
11
11
2(A
)O
n O
peratio
nal A
cceptan
ce:W
e un
derstan
d th
at the p
roced
ures an
d tests fo
r Op
eration
al Accep
tance sh
all be
perfo
rmed
by ITI/N
MD
C at its o
wn
cost. K
ind
ly con
firm.
Accep
tance Tests fo
r
op
eration
s,all
inclu
sive in th
e bid
.
Accep
tance Tests fo
r
op
eration
s,all inclu
sive in th
e
bid
.
11
21
2(A
)O
n O
peratio
nal A
cceptan
ce:W
e requ
est you
to d
efine th
e pro
cedu
res and
tests for O
peratio
nal A
cceptan
ce of th
e
Pro
ject.
As sp
ecified in
the
Tend
er and
stand
rads in
practice.
As sp
ecified in
the Ten
der an
d
stand
ards in
practice.
11
31
2(A
)O
n O
peratio
nal A
cceptan
ce:W
e requ
est you
to co
nfirm
wh
ether O
peratio
nal A
cceptan
ce shall b
e pro
vided
on
per
locatio
n b
asis OR
as com
pletio
n o
f pro
ject at all locatio
ns.
OA
shall b
e per
locatio
n b
asis as
app
licable as w
ell as
com
pletio
n o
f wh
ole
pro
ject.
OA
shall b
e per lo
cation
basis as
app
licable as w
ell as com
pletio
n
of w
ho
le pro
ject.
11
41
2 (C
)(C
). For R
ecurrin
g Services
(i). On
certification
of w
ork d
on
e on
qu
arterly
basis 1
00
% o
f Invo
ice value
We req
uest yo
u to
amen
d th
e clause as fo
llow
s:-
On
certification
of w
ork d
on
e: 10
0%
of In
voice valu
e Qu
arterly in
20
eq
ual
installm
en
ts.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
11
51
21
2. Te
rms o
f Paym
en
t:
The P
aymen
ts du
e, to P
IP sh
all be released
on
receipt fro
m N
MD
C as ab
ove, o
n b
ack to b
ack
basis
thro
ugh
an Escro
w acco
un
t arrangem
ent.
Req
uest yo
u to
clarify that th
e same p
aymen
t terms is in
con
curren
ce with
the N
MD
C
as well.
Also
, requ
est you
to sh
are the Escro
w A
greemen
t.R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
11
61
3.7
13
Imp
ortan
t no
tes
ITI reserves its rights to
mo
dify, ad
d/d
elete any
con
ditio
ns as d
eemed
requ
ired in
the
RFP
on
a later stage and
such
mo
dificatio
ns,
add
ition
s/deletio
ns sh
all be b
ind
ing o
n th
e
bid
der/Su
pp
lier
As th
is clause d
oesn
’t follo
w th
e CV
C n
orm
. So req
uest yo
u to
Delete th
is clause . A
lso
this clau
se pu
t the b
idd
er in H
uge risk an
d su
ch th
at it may sto
p h
im to
bid
for th
is.
The clau
se relevant
till RFP
stage. No
po
st bid
chan
ges.
The clau
se relevant till R
FP
stage. No
po
st bid
chan
ges.
11
71
7 (v)
17
. De
fect Liab
ility (Warran
ty) Pe
riod
:
(v). In ad
ditio
n, P
IP sh
all also p
rovid
e an exten
ded
warran
ty for an
y such
replaced
or rep
aired
com
po
nen
t for th
e perio
d o
f min
imu
m 1
2
mo
nth
s. Such
ob
ligation
shall b
e in ad
ditio
n to
the
defect liab
ility specified
un
der C
lause h
ereof.
Extend
ed D
LP sh
all no
t be agreed
. Please d
elete.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
11
82
3.3
23
. Term
inatio
n o
f Service
s//Re
scind
ing o
f
Co
ntract
23
.3. In
the even
t of Term
inatio
n an
d w
here th
e
defau
lt is attribu
table to
PIP
, PIP
will d
o
migratio
n/p
rovid
e kno
wled
ge transitio
n o
f
solu
tion
, man
aged services co
mp
on
ents to
service pro
vider ch
osen
by ITI at P
IP ’s o
wn
cost.
Req
uest yo
u to
amen
d th
e clause as:-
In th
e event o
f Termin
ation
and
wh
ere the d
efault is attrib
utab
le to P
IP, P
IP w
ill do
migratio
n/p
rovid
e kno
wled
ge transitio
n o
f solu
tion
, man
aged services co
mp
on
ents to
service pro
vider ch
osen
by ITI an
d th
e co
st will b
e b
ear b
y ITI.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
11
92
3.4
23
. Term
inatio
n o
f Service
s//Re
scind
ing o
f
Co
ntract
23
.4. In
add
ition
to th
e abo
ve, if the p
rogress o
f
the p
roject d
oes n
ot m
eet the agreed
timelin
es,
then
ITI has th
e right to
with
draw
this Lo
A. In
such
a case, PIP
shall p
eacefully h
and
over all th
e
executed
po
rtion
s of th
e Bo
M an
d o
ther w
orks
on
‘as is wh
ere basis’ in
clud
ing all th
e material
(hard
ware/so
ftware/licen
se), do
cum
entatio
n an
d
all the reco
rds etc. so
that im
plem
entatio
n o
f IT
infrastru
cture d
o n
ot get ad
versely imp
acted. In
such
a situatio
n, P
IP sh
all no
t be en
titled fo
r any
com
pen
sation
and
/or claim
wh
atsoever. Fo
r no
n-
perfo
rman
ce, ITI reserves the righ
t to en
-cash th
e
PB
G an
d aw
ard w
ork to
alternate ven
do
r for
com
pletio
n o
f the p
roject at risk an
d co
st of th
e
PIP
.
Req
uest yo
u to
delete th
is clause.
Becau
se in case o
f delay th
ere is separate LD
pen
alty is there.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
12
02
7 (c )
27
.Aw
ard o
f Co
ntract
(a). The w
ork sh
all be aw
arded
to th
e eligible an
d
qu
alified b
idd
er with
the lo
west q
uo
ted p
rice (L-
1) as p
er its price b
id.
Req
uest yo
u to
con
sider evalu
ation
meth
od
olo
gy for selectin
g the stro
ngest tech
nical
pro
po
sal at the b
est price rath
er Low
est qu
ote.
Hen
ce requ
est you
to co
nsid
er the Q
uality-cu
m-C
ost B
ased Selectio
n (Q
CB
S) R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
12
12
7 .A
ward
of C
on
tract
(c). ITI reserves the righ
t to n
egotiate w
ith th
e L1
bid
der in
case the q
uo
ted p
rice is
assessed to
be m
ore th
an reaso
nab
le.
As th
is is a LCB
S tend
er, so as p
er the C
VC
guid
elines th
ere sho
uld
no
t be an
y
nego
tiation
on
L-1 p
rice. Please d
elete.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
12
23
3A
ll the co
nsu
mab
les for th
e executio
n, testin
g,
com
missio
nin
g and
sup
po
rt for th
e pro
ject will b
e
to th
e PIP
’s accou
nt.
Req
uest yo
u to
pro
vide th
e all necessary co
nsu
man
le like Water, electricity d
urin
g full
con
tract perio
d fo
r smo
oth
executio
n o
f pro
ject. R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
12
33
53
5.1
. Do
cum
en
t Sub
missio
n
Ho
wever,EM
D o
f Rs 2
.0 C
rs (Ru
pees Tw
o C
rore
on
ly) in th
e form
of D
D/B
ankers C
heq
ue / B
G h
as
to b
e sub
mitted
in o
riginal o
nly an
d h
as to reach
the b
elow
men
tion
ed o
fficer/add
ress /17
:00
HR
S(IST) on
10
-06
- 20
20
.
Req
uest to
chan
ge the d
ue d
ate for EM
D o
riginal su
bm
ission
to till n
ext day o
f bid
sub
missio
n d
ate i.e 12
-06
-20
20
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
12
4A
nn
exure-IV
6. Se
rvice Le
vel A
gree
me
nts (SLA
)
In case o
f 2 co
nsecu
tive Qu
arterly SLA b
reach
un
der P
oin
t c), ITI has th
e right to
invo
ke the
termin
ation
clause.
Termian
ation
link to
SLA b
reach is n
ot accep
table, yo
u can
increase th
e pen
alty.
So, R
equ
est you
to d
elete the term
inatio
n asso
caited w
ith th
e SLAR
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
12
5A
nn
exure-IV
Secu
rity
9 Se
curity b
reach
inclu
din
g Data
The
ft/Loss/C
orru
ptio
n
For each
breach
/data th
eft, pen
alty will b
e levied
as per fo
llow
ing criteria. A
ny secu
rity incid
ent
detected
INR
5 Lakh
s. This p
enalty is ap
plicab
le
per in
ciden
t. These p
enalties w
ill no
t be p
art of
overall SLA
pen
alties cap p
er mo
nth
. In case o
f
seriou
s breach
of secu
rity wh
erein th
e data is
stolen
or co
rrup
ted, ITI reserves th
e right to
termin
ate the LO
I/Agreem
ent.
As yo
u are aw
are, in th
e increasin
gly con
nected
wo
rld w
hich
is beco
min
g high
ly
com
plex to
man
age, cyber acto
rs and
perp
etrators are co
nstan
tly on
the o
utlo
ok o
f
explo
iting vu
lnerab
ilities in th
e app
lication
s, datab
ases, op
erating system
s and
even
cause h
arm to
the system
by th
e meth
od
of so
cial engin
eering. Fu
rther, co
nsid
ering
recent rep
orts, th
e systems o
f large Mu
ltinatio
nal C
om
pan
ies, Nu
clear Po
wer P
lants
and
oth
er critical infrastru
cture w
ith state-o
f-the-art cyb
ersecurity system
s are bein
g
com
pro
mised
. Hen
ce, it po
ses an in
surm
ou
ntab
le challen
ge for th
e bid
der to
anticip
ate
all the p
oten
tial causes th
at may lead
to b
reach an
d facto
r the sam
e in its p
rop
osal.
Hen
ce we req
uest yo
u to
amen
d th
e clause as:-
For each
breach
/data th
eft, pen
alty will b
e levied as p
er follo
win
g criteria. An
y security
incid
ent d
etected IN
R 5
Lakhs 1
0,0
00
pe
r day till th
e In
cide
nt is re
solve
d fro
m th
e
date
of re
po
rting. M
aximu
m P
en
alty cap d
urin
g SLA is 5
% o
f the
Co
ntract V
alue
.
In case o
f seriou
s breach
of secu
rity wh
erein th
e data is sto
len o
r corru
pted
du
e to
reaso
ns so
lely attrib
utab
le to
PIP
, ITI reserves the righ
t to term
inate th
e
LOI/A
greemen
t.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
12
63
(i)3
. Bid
Sub
missio
n:
i. In th
e event o
f breach
of co
ntract, th
e entire
amo
un
t of EM
D/Secu
rity Dep
osit sh
all stand
forfeited
.
Wh
at con
stitutes a b
reach o
f the co
ntract, p
rior to
executio
n o
f the co
ntract at p
re-bid
stage wh
ich w
ou
ld en
title ITI to fo
refit the EM
D? It is co
nstu
red th
at misrep
resentatio
n
in th
e bid
do
cum
ents su
bm
itted o
r with
draw
al of th
e bid
up
on
award
of th
e con
tract
or failu
re to fu
rnish
the P
erform
ance B
ank G
uaran
tee and
execute th
e con
tract, up
on
issuan
ce of th
e LOA
to th
e bid
der- sh
all entitle N
MD
C to
forfeit to
the EM
D.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
12
78
(i).P
IP sh
all be req
uired
to co
mp
lete the assign
ed
wo
rks with
in th
e perio
d stip
ulated
in th
e RFP
. In
case of d
elay wh
ich m
ay occu
r du
e to th
e reason
s
beyo
nd
the co
ntro
l of P
IP, P
IP w
ou
ld ap
pro
ach ITI
with
full d
etails for exten
sion
and
time lim
it for
com
pletio
n o
f the w
ork
The fo
llow
ing even
ts shall n
ecessarily be co
nstu
red as b
eyon
d th
e reason
able co
ntro
l
of th
e Bid
der : a) C
han
ge ord
er ; b) d
elay / disru
ptio
n cau
sed b
y the o
ther co
ntracto
rs
or rep
resentatives o
f NM
DC
; c) force m
ajeure; d
) susp
ensio
n ; e)
RF
P C
lause w
ill
prev
ailR
FP
Clau
se will p
revail
12
81
1 (iv)
11
. Billin
g and
Paym
en
t:
Iv. The b
idd
er shall q
uo
te their p
rices on
FOR
destin
ation
basis. U
nlo
adin
g, Un
packin
g and
transp
ortatio
n to
the in
stallation
sites shall also
be b
orn
e by th
e PIP
.
In th
is pro
cess, the p
arties shall fo
llow
ICC
Inco
terms 2
01
0.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
12
91
41
4. Fo
rce M
ajeu
re
PIP
shall n
ot b
e con
sidered
in d
efault if a d
elay in
com
pletio
n o
f the w
ork o
ccurs d
ue to
cause
beyo
nd
its con
trol su
ch as acts o
f Go
d, n
atural
calamities, fire, strike, fro
st, floo
ds, rio
ts and
acts
of u
nsu
rpassed
po
wer. P
IP sh
all no
tify ITI in
writin
g with
in 1
0 d
ays from
the d
ate of su
ch
occu
rrence
Please in
crease the n
um
ber o
f days o
f no
tification
to 1
5 b
usin
ess days sin
ce the en
d o
f
the Fo
rce majeu
re event. D
oes th
e defin
ition
inclu
de all even
ts related to
weath
er &
oth
er natu
ral calamities, acts o
f govern
men
t, strikes, riots, ep
idam
ic, pan
dem
ic
(inclu
din
g any o
n-go
ing even
t), po
litical un
rest and
oth
er similar even
ts ?R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
13
01
71
7. D
efe
ct Liability (W
arranty) P
erio
d:
The d
efect liability p
eriod
of th
e pro
ject shall b
e
12
mo
nth
s from
the d
ate of h
and
ing o
ver of w
ork
(Op
eration
al Accep
tance).
It is con
stured
that th
e Op
eration
al Accp
etance sh
all be d
eemed
achieved
if the w
orks
are pu
t to u
se. Furth
er, the B
idd
er shall h
and
over th
e site po
st com
pletio
n o
f the
wo
rks and
the C
om
pan
y/ITI shall issu
e an O
peratio
nal A
cceptan
ce certificate with
in 1
0
days o
r shall b
e deem
ed ach
ieved o
n su
ch 1
0th
day. Th
e DLP
shall co
mm
ence fo
r the
wo
rks from
the d
ate of ach
ievemen
t of th
e Op
eration
al Accep
tance. In
case of p
artial
use, th
e DLP
for su
ch p
artial wo
rks shall co
mm
ence fro
m th
e partial o
peraito
nal
acceptan
ce.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
11
81
8. A
rbitratio
n:
Such
dem
and
for A
rbitratio
n sh
all be d
elivered to
the C
om
pan
y by th
e Bid
der / Su
pp
lier and
shall
specify th
e matters w
hich
are in q
uestio
n, d
ispu
te
or d
ifference an
d su
ch d
ispu
tes or d
ifference o
f
wh
ich th
e dem
and
has b
een m
ade an
d n
o o
ther
matter sh
all be referred
to arb
itration
.
Do
es the arb
itration
pro
ceedin
gs be in
tiated fo
r any claim
s/disp
utes o
ver the claim
s of
NM
DC
/Co
mp
any? Fu
rther, th
e arbitratio
n p
roceed
ings sh
all be co
nd
ucted
by a p
anel o
f
three arb
itrators, each
party ap
po
intin
g its no
min
ee and
the tw
o n
om
inees sh
all
app
oin
t the th
ird p
residin
g arbitrato
r.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
22
02
0. Su
b C
on
tracts
The B
idd
er / PIP
shall n
ot assign
or su
b-co
ntract
the w
ho
le or an
y part o
f the w
ork
award
ed to
it, with
ou
t the p
rior w
ritten ap
pro
val
of ITI.
We req
uest yo
u to
allow
sub
con
tracting o
f wo
rks i.e. Cab
le Laying, Tren
chin
g, Diggin
g,
Co
nfigu
ration
etc.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
32
22
2. C
on
fide
ntiality:
except th
at each P
arty may d
isclose C
on
fiden
tial
Info
rmatio
n to
its pro
fession
al adviso
rs or
aud
itors to
the exten
t necessary
The excep
tion
al perso
ns to
wh
om
the in
form
ation
may b
e disclo
sed o
n n
eed-to
-kno
w
basis sh
all inclu
de em
plo
yees, sub
con
tractors, ven
do
rs.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
42
3.4
.2
3. Te
rmin
ation
of Se
rvices//R
escin
din
g of
Co
ntract:
In ad
ditio
n to
the ab
ove, if th
e pro
gress of th
e
pro
ject do
es no
t meet th
e agreed tim
elines, th
en
ITI has th
e right to
with
draw
this Lo
A. In
such
a
case, PIP
shall p
eacefully h
and
over all th
e
executed
po
rtion
s of th
e Bo
M an
d o
ther w
orks
on
‘as is wh
ere basis’ in
clud
ing all th
e material
(hard
ware/so
ftware/licen
se), do
cum
entatio
n an
d
all the reco
rds etc. so
that im
plem
entatio
n o
f IT
infrastru
cture d
o n
ot get ad
versely imp
acted. In
such
a situatio
n, P
IP sh
all no
t be en
titled fo
r any
com
pen
sation
and
/or claim
wh
atsoever. Fo
r no
n-
perfo
rman
ce, ITI reserves the righ
t to en
cash th
e
PB
G an
d aw
ard w
ork to
alternate ven
do
r for
com
pletio
n o
f the p
roject at risk an
d co
st of th
e
PIP
.
An
y of th
e events en
titling term
inatio
n o
f the co
ntract an
d/o
r LOA
by ITI, m
ust b
e with
prio
r written
no
tice of th
e defau
lt event to
PIP
and
PIP
shall b
e given 4
5 b
usin
ess days
to rectify/rem
edy th
e breach
no
tified. If P
IP fails to
take steps to
remed
y the d
efault
no
tified, th
en th
e ITI shall h
ave write to
termin
ate with
no
tice. PIP
shall b
e entitled
to
release of p
aymen
ts tow
ards w
orks p
erform
ed u
ntil th
e effective date o
f termin
ation
.
An
y disp
uted
paym
ents sh
all be released
sub
ject to th
e resolu
tion
thro
ugh
the d
ispu
te
resolu
tion
pro
cess as per th
is Agreem
ent.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
5G
eneral
Termin
ation
P
lease con
firm th
at the P
IP sh
all have an
op
tion
to term
inate o
r susp
end
the co
ntract,
in th
e event: a) th
e ITI fails to co
mp
ly with
its ob
ligation
s un
der th
is con
tract and
act in
accord
ance th
erewith
inclu
din
g no
n p
aymen
t for th
e wo
rks perfo
rmed
; b) ITI su
spen
ds
the w
orks fo
r mo
re than
50
days fo
r any reaso
ns o
ther th
an fo
r no
tified b
reach o
f the
con
tract by P
IP as p
er Clau
se 20
.; c)beco
me sin
solven
t or th
e pro
ject stand
s cancelled
by N
MD
C. in
such
case of term
inatio
n, th
e PIP
shall b
e entitled
to p
aymen
t for w
orks
perfo
rmed
till effective date o
f termin
ation
, release of th
e securities in
cluid
ng th
e
PB
/EMD
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
65
- EMD
BG
Form
at(i). ITI an
d/o
r its officers, em
plo
yees disclaim
all
liability fro
m an
y loss o
r dam
age, wh
ether
foreseeab
le or n
ot, su
ffered b
y any p
erson
acting
on
or refrain
ing fro
m actin
g becau
se of an
y
info
rmatio
n in
clud
ing statem
ents, in
form
ation
,
forecasts, estim
ates or p
rojectio
ns co
ntain
ed in
this d
ocu
men
t or co
nd
uct an
cillary to it w
heth
er
or n
ot th
e loss o
r dam
age arises in co
nn
ection
with
any o
missio
n, n
egligence, d
efault, lack o
f
care or m
isrepresen
tation
on
the p
art of ITI
and
/or an
y of its o
fficers, emp
loyees.
No
twith
stand
ing an
ythin
g con
tain elsew
here in
the C
on
tract, in an
y case wh
atsoever
Co
ntracto
r’s maxim
um
liability u
nd
er the C
on
tract shall n
ot exceed
5%
of C
on
tract
Price. N
either P
arties shall b
e liable fo
r any co
nseq
uen
tial losses, p
un
itive, ind
irect and
remo
te dam
ages shall b
e exclud
ed.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
7A
nn
exure-V
No
n-D
isclosu
re
Agreem
ent
(b) Th
e guaran
tee shall stan
d co
mp
letely
disch
arged an
d all righ
ts of th
e ITI un
der th
is
Gu
arantee sh
all be extin
guish
ed if n
o claim
or
dem
and
is mad
e on
us in
writin
g on
or b
efore its
validity d
ate.
the EM
D secu
rity shall exp
ire on
ce the P
BG
is given b
y the su
ccessful b
idd
er or th
e
expiry o
f bid
validity fo
r un
successfu
l bid
ders. P
lease stipu
late the exp
iry date o
f the
EMD
wh
en issu
ed.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
8A
nn
exure-V
III
No
n-D
isclosu
re
Agreem
ent
Co
mp
any is liab
le for: 2
.2.1
its loss o
r its
un
auth
orized
disclo
sure o
f Co
nfid
ential
Info
rmatio
n, an
d 2
.2.2
any lo
ss or u
nau
tho
rized
disclo
sure o
f Co
nfid
ential In
form
ation
by an
y
perso
n th
at Co
mp
any m
ay disclo
se and
has
disclo
sed C
on
fiden
tial Info
rmatio
n to
un
der th
is
Agreem
ent
The lo
ss of co
nfid
ential in
form
ation
un
der its d
irect con
trol- sh
all on
ly make th
e Bid
der
liable u
nd
er this C
lause. K
ind
ly con
firm.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
13
9A
nn
exure-V
III
No
n-D
isclosu
re
Agreem
ent
An
y mo
dels, co
mp
uter p
rogram
s, do
cum
ents an
d
oth
er instru
men
ts con
tainin
g Co
nfid
ential
Info
rmatio
n rem
ain X
XX
's pro
perty. C
om
pan
y
shall at its o
wn
cost retu
rn o
r destro
y any su
ch
instru
men
ts or its co
pies at X
XX
's requ
est.
The receivin
g Party sh
all retain a co
py retain
ed fo
r legal/ archival p
urp
oses
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
14
0A
nn
exure-V
III
No
n-D
isclosu
re
Agreem
ent
This A
greemen
t termin
ates Five (5) years after
the d
ate bo
th P
arties signed
it or earlier, if it is
sup
erseded
by stip
ulatio
ns o
f any fu
ture
agreemen
t betw
een th
e Parties fo
r the P
roject o
r
if the P
arties decid
e to en
d th
e Pro
ject.
No
twith
stand
ing th
e abo
ve, the righ
ts and
ob
ligation
s set forth
in th
is Agreem
ent w
hich
have accru
ed p
rior to
termin
ation
shall su
rvive
the term
inatio
n o
r earlier expiratio
n o
f this
Agreem
ent fo
r a perio
d o
f five (5) years.
The term
of th
is Agreem
ent fo
r un
successfu
l bid
ders sh
all expire o
n th
e bid
expiry d
ate
or d
ate of aw
ard o
f issue o
f LOA
to su
ccessful b
idd
er, wh
ichever is earlier.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
14
1A
nn
exure-V
III
No
n-D
isclosu
re
Agreem
ent
Acco
rdin
gly, XX
X h
ereby exp
ressly waive, release
and
forego
any an
d all actio
ns o
r claims, in
clud
ing
cross claim
s, imp
leader claim
s or co
un
ter claims
against th
e Go
vernm
ent o
f Ind
ia arising o
ut o
f
this co
ntract an
d co
venan
ts no
t to su
e the
Go
vernm
ent o
f Ind
ia as to an
y man
ner, claim
,
cause o
f action
or th
ing w
hatso
ever arising o
f or
un
der th
is ND
A.
We req
uest yo
u to
delete th
e clause.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
14
2A
nn
exure-IX
PR
E-CO
NTR
AC
T
INTEG
RITY P
AC
T
5.3
The d
ecision
of th
e BU
YER to
the effect th
at a
breach
of th
e pro
vision
s of th
is Pact h
as been
com
mitted
by th
e IP sh
all be fin
al and
con
clusive
on
the IP
. Ho
wever, th
e IP can
app
roach
the
Ind
epen
den
t Mo
nito
r(s) app
oin
ted fo
r the
pu
rpo
ses of th
is Pact
The A
uh
tority sh
all exercises its rights u
nd
er this clau
se if the B
idd
er has failed
desp
ite
no
tification
of sh
ow
-cause fo
r the d
efault o
f the In
tegrity Pact co
mm
itted b
y it and
the
IEM h
as con
du
cted its en
qu
iry and
find
s that th
e Bid
der is at b
reach o
f the IP
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
14
3A
nn
exure-IX
PR
E-CO
NTR
AC
T
INTEG
RITY P
AC
T
8 Law
and
Place o
f Jurisd
iction
8.1
This P
act is
sub
ject to In
dian
Law. Th
e place o
f perfo
rman
ce
and
jurisd
iction
is the seat o
f the B
UYER
The seat sh
all be B
engalu
ru. K
ind
ly con
firm.
As p
er Mo
U w
ith ITI.
As p
er Mo
U w
ith ITI.
14
4G
eneral
Please p
rovid
e clarity on
the EB
sup
ply availab
ility, DG
and
transfo
rmer fo
r oth
er than
DC
& D
R site.
NM
DC
shall p
rovid
e
Po
wer su
pp
ly.N
MD
C sh
all pro
vide P
ow
er
sup
ply.
14
5G
eneral
We u
nd
erstand
that u
nin
terrup
ted p
ow
er sup
ply an
d p
rop
er earthin
g greed in
side o
f
com
mu
nicatio
n ro
om
to co
nn
ect the R
acks earthlin
g bu
s bar an
d all o
ther eq
uip
men
t's
for gro
un
din
g will b
e pro
vided
by C
usto
mer. P
lease con
firm.
earthin
g and
ligthn
ing arresto
r is
with
in th
e scop
e of
this Ten
der.
Eearthin
g and
Lighten
ing
arrestor is w
ith in
the sco
pe o
f
this Ten
der.
14
6G
eneral
We u
nd
erstand
that all civil w
ork w
ill be d
on
e by cu
stom
er. Please co
nfirm
. A
s per R
FP.
As p
er RFP
.
14
7G
eneral
We u
nd
erstand
anyth
ing req
uire to
imp
lemen
t the so
lutio
n su
ch as D
NS, D
HC
P, N
TP,
SLB/G
SLB etc. w
ill be p
rovid
ed b
y Cu
stom
er else inclu
de in
BO
Q
As p
er RFP
.
As p
er RFP
.
14
8X
)6G
eneral
There is n
o an
y specificatio
n o
r requ
iremen
t fou
nd
in R
FP fo
r earthin
g pit-earth
ing strip
or Earth
ing system
. As p
er ou
r un
derstan
din
g dep
artmen
t will arran
ge the p
rop
er
earthlin
g greed till th
e insid
e of co
mm
un
ication
roo
m to
con
nect th
e Racks earth
ling
bas b
ar and
all oth
er equ
ipm
ent's fo
r grou
nd
ing. P
lease correct if o
ur u
nd
erstand
ing is
wro
ng.
earthin
g and
ligthn
ing arresto
r is
with
in th
e scop
e of
this Ten
der.
Eearthin
g and
Lighten
ing
arrestor is w
ith in
the sco
pe o
f
this Ten
der.
14
91
.5. W
iFiP
oin
t-to-M
ultip
oin
t Rad
io fo
r 5 n
etwo
rk zon
es for
Wi-Fi co
verage(75
0m
radiu
s) at Weigh
brid
ges at
KS-2
min
es (for b
ud
getary p
ricing o
nly)
We u
nd
erstand
that th
e Bo
Q asso
ciated w
ith th
e Table is fo
r bu
dgetary p
ricing an
d
shall n
ot b
e part o
f Total C
on
tract Valu
e. Kin
dly co
nfirm
.
it will n
ot b
e part o
f
con
tract value an
d
will n
ot b
e part o
f
evaluatio
n
It will n
ot b
e part o
f con
tract
value an
d w
ill no
t be p
art of b
id
evaluatio
n
15
01
.1 C
learances
The O
wn
er/Emp
loyer sh
all furn
ish all req
uired
ban
k guaran
tees and
make p
aymen
ts to th
e
con
cerned
auth
orities d
irectly based
on
the
dem
and
letter ob
tained
by th
e Co
ntracto
r from
the co
ncern
ed au
tho
rities.
We u
nd
erstand
that N
MD
C sh
all be th
e Emp
loyer . Th
e Righ
t of w
ay and
Rein
statmen
t
charges sh
all be in
the sco
pe o
f NM
DC
. Kin
dly co
nfirm
All w
orks to
be
perfo
rmed
with
in
NM
DC
Prem
ises and
hen
ce this is n
ot N
ot
Ap
plicab
le.
All w
orks to
be p
erform
ed
with
in N
MD
C P
remises an
d
hen
ce this is N
ot A
pp
licable.
15
11
.1 C
learances
the C
on
tractor sh
all pro
po
se an altern
ate rou
te,
pro
mp
tly carry ou
t the su
rvey and
sub
mit sp
ecific
survey rep
ort fo
r that an
d reap
ply fo
r clearance
after taking in
to acco
un
t the
com
men
ts/ob
jection
s of th
e auth
ority
We u
nd
erstand
that co
ntracto
r is PIP
, the variatio
n in
the sco
pe d
ue to
chan
ge of ro
ute
shall b
e treated as ch
ange o
rder an
d sh
all be reim
bu
rsed b
y NM
DC
.
Paym
ent sh
all be
mad
e as per th
e
actual q
uan
tity
con
sum
ed an
d w
ork
executed
.
Paym
ent sh
all be m
ade as p
er
the actu
al qu
antity co
nsu
med
and
wo
rk executed
.
15
21
.5 R
einstatem
ent
The Execu
ting A
gency sh
all be req
uired
to carry
ou
t reinstatem
ent o
f the excavated
area in case
the co
ncern
ed au
tho
rity requ
ires so.
Rein
statemen
t shall in
clud
e all wo
rks necessary
(such
as recon
structio
n o
f metalled
/asph
alt road
,
foo
tpath
etc) to resto
re the excavated
area to
origin
al qu
ality and
shap
e.
The estim
ation
of R
e instatem
ent in
bid
din
g stage will resu
lt in u
naccu
rate
measu
remen
ts as the estim
ation
invo
lves man
y Assu
mp
tion
s. Hen
ce, requ
est you
to
con
sider th
e cost o
f Re In
statemen
t in N
MD
C sco
pe. Th
e RI sh
all be reim
bu
rsed o
n
sub
missio
n o
f Invo
ices on
pro
rata basis.
All w
orks to
be
perfo
rmed
with
in
NM
DC
Prem
ises and
hen
ce this is n
ot N
ot
Ap
plicab
le. A
ll wo
rks to b
e perfo
rmed
with
in N
MD
C P
remises an
d
hen
ce this is N
ot A
pp
licable.
15
31
.6 U
nd
ergrou
nd
Fibre O
ptic C
able
Installatio
n
The C
on
tractor sh
all ind
emn
ify the
Ow
ner/Em
plo
yer for all th
e dam
ages and
the
Co
ntracto
r shall b
e solely resp
on
sible fo
r the
dam
ages and
losses. Th
e Ow
ner/Em
plo
yer shall
no
t be liab
le for an
y such
dam
ages.
We req
uest N
MD
C to
con
sider P
IP to
be liab
le for o
nly th
ose d
amages w
hich
are
caused
by P
IP p
erform
ance. P
IP sh
all no
t be liab
le to an
y dam
ages caused
by th
ird
party. H
ence req
uest yo
u to
amen
d th
e clause as m
entio
ned
belo
w:
The C
on
tractor sh
all ind
emn
ify the O
wn
er/Emp
loyer fo
r all the d
amages an
d th
e
Co
ntracto
r shall b
e solely resp
on
sible fo
r the d
amages an
d lo
sses ocu
ured
du
e to th
e
perfo
rman
ce of P
IP. Th
e Ow
ner/Em
plo
yer shall n
ot b
e liable fo
r any su
ch d
amages.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
15
4Sectio
n A
: Op
tical
Fibre Layin
g
1.2
.1
Sectio
n A
: Op
tical Fibre
Laying
1.2
.1 Excavatio
n
For excavatio
n in
hard
rock, co
ntro
lled b
lasting
can b
e resorted
to. Th
e Co
ntracto
r shall o
btain
necessary p
ermissio
ns fro
m th
e statuto
ry
auth
orities fo
r blastin
g and
the u
se of exp
losives
for th
is pu
rpo
se. No
blastin
g is perm
itted n
ear
perm
anen
t wo
rk or d
wellin
gs.
Req
uest yo
u to
amen
d th
e clause as " th
e statuto
ry clearence w
ill be p
rovid
e by N
MD
C
from
each au
tho
rities of resp
ective site ,MSI w
ill help
in all kin
d o
f do
cum
entry w
ork".
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
15
5A
nn
exure-X
It is certified th
at ou
r firm/co
mp
any o
r any o
f ou
r
entity is n
ot b
lack listed/D
ebarred
from
do
ing
bu
siness o
r pu
t on
ho
liday list etc b
y any G
ovt.
Organ
ization
/ PSU
s for an
y reason
. Ho
wever, if
we fail to
com
plete th
e award
ed w
ork / fu
lfill the
RFP
con
ditio
ns, ITI Ltd
shall b
e free to take actio
n
/ black list o
ur firm
/ com
pan
y.”
We req
uest ITI to
amen
d th
e clause as m
entio
ned
belo
w fo
r com
petitive p
articipatio
n:
It is certified th
at ou
r firm/co
mp
any o
r any o
f ou
r entity is n
ot b
lack listed/D
ebarred
from
do
ing b
usin
ess or p
ut o
n h
olid
ay list etc by an
y Go
vt. Organ
ization
/ PSU
s for an
y
reason
. Ho
wever, if w
e fail to co
mp
lete the aw
arded
wo
rk / fulfill th
e RFP
con
ditio
ns,
ITI Ltd sh
all be free to
take action
/ black list o
ur firm
/ com
pan
y.”R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
15
6A
nn
exure-IX
PR
E-CO
NTR
AC
T
INTEG
RITY P
AC
T
In case an
y such
preced
ing m
iscon
du
ct on
the
part o
f such
official(s) is rep
orted
by th
e IP to
the
BU
YER w
ith fu
ll and
verifiable facts an
d th
e same
is prim
a facie fou
nd
to b
e correct b
y the B
UYER
,
necessary d
isciplin
ary pro
ceedin
gs, or an
y oth
er
action
as deem
ed fit, in
clud
ing crim
inal
pro
ceedin
gs may b
e initiated
by th
e BU
YER an
d
such
a perso
n sh
all be d
ebarred
from
furth
er
dealin
gs related to
the co
ntract p
rocess.
We req
uest yo
u to
delete th
e clause.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
15
7G
eneral
We req
uest yo
u to
con
firm w
heth
er Bid
der n
eeds to
sup
ply m
aterial to a cen
tral
locatio
n p
rop
sed b
y ITI/NM
DC
for in
spectio
n o
f receipt o
f materials O
R to
ind
ividu
al
site locatio
ns as p
rop
osed
by N
MD
C/ITI.
Delivery sh
all be at
Ind
ividu
al locatio
ns
and
Factory
Accep
tance Test/ P
re-
disp
atch in
spectio
n/
Insp
ection
at site will
be d
on
e as the case
may b
e and
shall b
e
discu
ssed an
d
finalised
with
Successfu
l Bid
der.
Delivery sh
all be at In
divid
ual
locatio
ns an
d Facto
ry
Accep
tance Test/ P
re-disp
atch
insp
ection
/ Insp
ection
at site
will b
e do
ne as th
e case may b
e
and
shall b
e discu
ssed an
d
finalised
with
Successfu
l Bid
der.
15
8G
eneral
We u
nd
erstand
that N
MD
C/ITI sh
all pro
vide W
areho
use w
ith Secu
rity for th
e
safekeepin
g of m
aterials. Kin
dly co
nfirm
.
Storage lo
cation
will
be p
rovid
ed at Site
stores, h
ow
ever
safety and
security
of th
e mateiral lies
with
the b
idd
er.
Storage lo
cation
will b
e
pro
vided
at Site stores, h
ow
ever
safety and
security o
f the
mateiral lies w
ith th
e bid
der.
15
9G
eneral
In o
rder to
have b
etter wo
rking cap
ital for th
e pro
ject we p
rop
ose an
Assign
men
t
clause as b
elow
to b
e inclu
ded
in th
e Paym
ent Sch
edu
le, wh
ich sh
all allow
us to
factor
the b
ill with
finan
cing in
stitutio
n, an
d th
erefore en
able u
s to m
anage o
ur fu
nd
requ
iremen
ts for execu
tion
of th
e pro
ject, we req
uest yo
u to
accept th
e same.
Assign
me
nt C
lause
(ne
w C
lause
pro
po
sed
) :
“The C
on
tractor sh
all no
t, with
ou
t the exp
ress prio
r written
con
sent o
f the Em
plo
yer,
assign to
any th
ird p
arty the C
on
tract or an
y part th
ereof, o
r any righ
t, ben
efit,
ob
ligation
or in
terest therein
or th
ere un
der, excep
t that th
e Co
ntracto
r shall b
e
entitled
to assign
either ab
solu
tely or b
y way o
f charge an
y mo
nies d
ue an
d p
ayable to
it or th
at may b
ecom
e du
e and
payab
le to it u
nd
er the C
on
tract to an
y Finan
cial
Institu
tion
(s) or B
ank(s) o
r NB
FC(s).
In th
e event th
e Co
ntracto
r assigns th
e mo
nies d
ue an
d p
ayable to
it or th
at may
beco
me d
ue an
d p
ayable to
it, un
der th
e Co
ntract, to
any Fin
ancial In
stitutio
n(s) o
r
Ban
k(s) or N
BFC
(s), the Em
plo
yer shall ackn
ow
ledge th
e intim
ation
letter it may receive
from
such
finan
cial institu
tion
(s) or B
ank(s) o
r NB
FC (s). If th
e Emp
loyer d
oes n
ot rep
ly
with
in 1
5 d
ays of th
e receipt o
f the in
timatio
n letter, it can
be co
nsid
ered as
“ackno
wled
ged b
y the Em
plo
yer”. Furth
ermo
re the Em
plo
yer will p
rovid
e an in
dicative
date b
y wh
en th
e fun
ds w
ill be released
to th
e Co
ntracto
r as a measu
re of co
mfo
rt for
the d
ecision
s of Fin
ancial In
stitutio
n(s) o
r Ban
k(s) or N
BFC
(s)”.
RF
P C
lause w
ill p
revail
No
t accepted
Please
16
0G
eneral
Please p
rovid
e fun
ction
al requ
iremen
t for N
on
-IT com
po
nen
t in th
e RFP
.A
s per R
FP.
As p
er RFP
.
16
1G
eneral
Please p
rovid
e clarity on
the EB
sup
ply availab
ility, DG
and
transfo
rmer fo
r oth
er than
DC
& D
R site.
NM
DC
shall p
rovid
e
Po
wer su
pp
ly.N
MD
C sh
all pro
vide P
ow
er
sup
ply.
16
2A
nn
exure-V
II (UP
S)G
eneral
15
Locatio
ns
We u
nd
erstand
that th
e backu
p p
ow
er sup
ply (o
nly U
PS) is asked
on
ly for 5
locatio
n i.e
Bach
eli, K
irand
ul, D
on
imalai, P
ann
a and
Palo
nch
a), p
lease clarify ho
w U
PS
requ
iremen
t for o
ther sites w
ill be ach
ieved. A
lso sp
ace, coo
ling, fu
rnitu
re, civil &
interio
r, lightin
g, security system
like CC
TV, A
ccess con
trol system
, fire detectio
n &
sup
pressio
n, an
d o
ther n
ecessary accessories if req
uired
will b
e pro
vided
by
pu
rchaser/C
usto
mer. P
lease clarify.
As p
er RFP
.
As p
er RFP
.
16
3A
nn
exure-V
II (UP
S)G
eneral
We u
nd
erstand
anyth
ing req
uire to
distrib
ute th
e po
wer w
ill be p
rovid
ed b
y Cu
stom
er
else inclu
de in
BO
Q
As p
er RFP
.
As p
er RFP
.
16
4G
eneral
We u
nd
erstand
that all civil w
ork w
ill be d
on
e by cu
stom
er. Please co
nfirm
. A
s per R
FP.
As p
er RFP
.
16
51
. Scop
e o
f Wo
rk: (i).
SiitcS of W
i-Fi zon
es (Ind
oo
r/ou
tdo
or) at H
O,
Pro
jects and
oth
er locatio
ns, to
cater to
data n
eeds o
f curren
t and
futu
re requ
iremen
ts of
NM
DC
.
We u
nd
erstand
that (In
do
or/o
utd
oo
r) RF C
overgae asp
ects is already co
nsid
ered an
d
Bid
der is n
ot rep
on
sible fo
r any co
verage issue / d
rak zon
es. Bid
der h
as to p
rop
osed
the q
ty as per SO
R o
nly., K
ind
ly con
firm?
Successfu
l bid
der
shall co
nd
uct R
F
stud
y and
pro
po
se
the co
verage
solu
tion
. Paym
ent
shall m
ade as p
er
the actu
al qu
anity
con
sum
ed an
d w
ork
perfo
rmed
.
Successfu
l bid
der sh
all con
du
ct
RF stu
dy an
d p
rop
ose th
e
coverage so
lutio
n. P
aymen
t
shall m
ade as p
er the actu
al
qu
anity co
nsu
med
and
wo
rk
perfo
rmed
.
16
61
. Scop
e o
f Wo
rk: (i).
SiitcS of W
i-Fi zon
es (Ind
oo
r/ou
tdo
or) at H
O,
Pro
jects and
oth
er locatio
ns, to
cater to
data n
eeds o
f curren
t and
futu
re requ
iremen
ts of
NM
DC
.
IP Sch
ema fo
r the W
AN
infrastru
cture w
ill be p
rovid
ed b
y the u
ser/Pu
rchaser/En
d
custo
mer
Shall b
e discu
ssed
with
Successfu
l
Bid
der.
Shall b
e discu
ssed w
ith
Successfu
l Bid
der.
16
71
.1 Sco
pe o
f wo
rkA
ny req
uired
version
/Softw
are /Hard
ware
up
grades, p
atch m
anagem
ent etc. w
ill be
sup
po
rted b
y the Im
plem
entatio
n p
artner fo
r the
entire co
ntract p
eriod
at no
extra cost to
ITI.
Kin
dly in
clud
e patch
Man
agemen
t Solu
tion
in B
OQ
line item
.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
16
86
. Service Level
Agreem
ents (SLA
)
In case o
f seriou
s breach
of secu
rity wh
erein th
e
data is sto
len o
r corru
pted
, ITI reserves the righ
t
to term
inate th
e LOI/A
greemen
t.
For each
breach
/data th
eft, pen
alty will b
e levied
as per fo
llow
ing criteria. A
ny secu
rity incid
ent
detected
INR
5 Lakh
s.
Req
uest to
remo
ve the term
inatio
n clau
se beacau
se the severity o
f the in
ciden
t is no
t
men
tion
ed.
Also
Kin
dly ch
ange th
e pen
alty of IN
R 5
lakhs p
er detected
incid
ent to
INR
10
,00
0 p
er
day fo
r delay in
respo
nse.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
16
96
. Service Level
Agreem
ents (SLA
)
95
% to
be reso
lved w
ithin
1 h
ou
rR
esovin
g 95
% secu
rity incid
ent w
ithin
an h
ou
r is practically ch
allengin
g. Req
uest yo
u to
revist the sam
e and
chan
ge it
"The critical secu
rity incid
ent sh
all be co
ntain
ed w
ithin
4 h
ou
rs after detectio
n"
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
17
0G
eneral
We u
nd
erstand
anyth
ing req
uire to
imp
lemen
t the so
lutio
n su
ch as D
NS, D
HC
P, N
TP,
SLB/G
SLB etc. w
ill be p
rovid
ed b
y Cu
stom
er else inclu
de in
BO
Q
As p
er RFP
.
As p
er RFP
.
17
1SLA
& D
ELIVER
Y
QU
ERIES SLA
SLA
Page# 3
4;
(6)
Availab
ility/ Up
time o
f each server at D
C/D
RA
s each o
f the H
W h
as been
pro
vision
ed w
ith H
A at each
level we req
uest yo
u to
chan
ge the sp
ecs " Availab
ility/ Up
time o
f each clu
ster at DC
/DR
"R
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
17
2D
eliveryD
elivery
Timelin
e
Page# 1
3;
(7. (iii))
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware. 6
Weeks
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing h
ardw
are and
Softw
are. 8-1
0 W
eeks
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
17
3D
elivery Timelin
e
Page# 1
3; (7
. (iii))
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware. 6
Weeks
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing h
ardw
are and
Softw
are. 8-1
0 W
eeksR
FP
Clau
se will
prev
ailR
FP
Clau
se will p
revail
17
4P
Age# 2
, Date o
f
Sub
missio
n
Du
e Date fo
r Sub
missio
n o
f RFP
is 11
/06
/20
20
As yo
u m
ight b
e aware o
f the cu
rrent situ
ation
of rap
id sp
read o
f coro
naviru
s, there
are certain gu
idelin
es wh
ich h
ave been
issued
by th
e govern
men
t to co
ntain
the
spread
of C
OV
ID-1
9. D
ue to
this, em
plo
yees of o
ur co
mp
any, p
artners an
d O
EMs are
wo
rking fro
m h
om
e and
have travel restrictio
ns fo
r meetin
gs are in p
lace.We h
ereby
sub
mit o
ur req
uest fo
r extend
ing th
e bid
sub
missio
n d
eadlin
e from
the cu
rrent d
ate of
bid
sub
missio
n to
25
th Ju
ne, 2
02
0 fo
r prep
aration
and
sub
missio
n o
f techn
ical and
com
mercially resp
on
sive bid
.
RF
P C
lause w
ill p
revail
Date o
f sub
missio
n, as n
otified
o
n w
ebsite
17
51
. Scop
e of W
ork, P
g
2
Establish
men
t of a D
C an
d D
R (o
n C
o-Lo
cation
basis at M
eitY Emp
aneled
Service Pro
viders) to
ho
st the A
pp
lication
s of N
MD
C
We req
uest th
at the w
ord
ings o
f the clau
se be m
od
ified as
Establish
men
t of a D
C an
d D
R (o
n C
o-Lo
cation
basis B
Y M
eitY Emp
aneled
Service
Pro
viders) to
ho
st the A
pp
lication
s of N
MD
C
RF
P C
lause w
ill p
revail
Co
-locatio
n services to
be
pro
vided
by D
C/D
R service
pro
vider in
clud
ing cagin
g,
space, P
ow
er, Co
olin
g, Ph
ysical
Security etc. D
C w
ill be in
Hyd
erabad
and
DR
in an
oth
er
seismic zo
ne fro
m th
e same
service pro
vider.
The in
tend
ing b
idd
er mu
st be an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an
Experien
ce of su
ccessfully execu
ting sim
ilar
natu
re of w
orks as m
entio
ned
in th
e Scop
e of
Wo
rk viz. setting
up
of D
C/D
R (H
/w &
S/w), Firew
alls, active
Switch
es, Man
aged Services, B
ackbo
ne cab
ling,
Setting u
p o
f Wi-Fi N
etwo
rks, laying o
f WA
N/LA
N
Netw
orks an
d layin
g of O
FC etc. d
urin
g the last 7
years (as on
31
st March
’20
20
) of at least
follo
win
g value/b
illing:
On
e Pro
ject costin
g Rs 8
0 C
r OR
Two
pro
jects
costin
g Rs 5
0 C
r. each O
R Th
ree Pro
jects costin
g
Rs 4
0 C
r. each.
We req
uest to
amen
d th
e clause as b
elow
The in
tend
ing b
idd
er mu
st be an
IT/ITES/Netw
orkin
g com
pan
y, havin
g an Exp
erience
of su
ccessfully settin
g up
of D
C/D
R , . d
urin
g the last 7
years (as on
31
st March
’20
20
) of
at least follo
win
g value/b
illing:
On
e Pro
ject costin
g Rs 8
0 C
r OR
Two
pro
jects costin
g Rs 5
0 C
r. each O
R Th
ree Pro
jects
costin
g Rs 4
0 C
r. each.
RF
P C
lause w
ill p
revail
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
17
62
. Eligibility C
riteria,
Pg 3
The p
roject/p
rojects claim
ed to
ward
s experien
ce,
mu
st con
tain o
ne o
r mo
re elemen
ts essentially
from
each o
f the fo
llow
ing th
ree categories
Furth
er to ab
ove am
end
men
t, we req
uest th
at bid
der sh
ou
ld b
e allow
ed to
sho
wcase
category w
ise experien
ce con
tainin
g on
e or m
ore elem
ents essen
tially from
each
men
tion
ed criteria th
rou
gh sep
arate PO
s.
Th
e clause is
amen
ded
as " on
e o
r mo
re pro
ject / p
rojects claim
ed
tow
ards exp
erience
mu
st cov
er on
e or
mo
re elemen
ts essen
tially fro
m
each o
f the
follo
win
g three
catagories.
Elem
ents o
f catego
ry ( 1
) b
elow
,mu
st co
ntrib
ute at least
Rs 2
4 C
rs cost fro
m
the p
roject /
pro
jects,
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing
hard
ware an
d So
ftware. T0
+ 6 W
eeks
Kin
dly am
end
the d
elivery / installatio
n tim
elines as
Sup
ply o
f DC
/ DR
Co
mp
on
ents in
clud
ing h
ardw
are and
Softw
are. T0 +1
2 W
eeksR
FP
Clau
se will
prev
ail
Sup
ply o
f LAN
/ WA
N C
om
po
nen
ts T0 + 6
Weeks
Sup
ply o
f LAN
/ WA
N C
om
po
nen
ts T0 + 1
2 W
eeksR
FP
Clau
se will
prev
ail
Installatio
n an
d C
om
missio
nin
g of D
C / D
R T0
+ 9
Weeks
Installatio
n an
d C
om
missio
nin
g of D
C / D
R 1
0 W
eeks after com
pletio
n o
f delivery at D
C
/ DR
RF
P C
lause w
ill p
revail
Installatio
n an
d C
om
missio
nin
g LAN
/WA
N.T0
+ 15
Weeks
Installatio
n an
d C
om
missio
nin
g LAN
/WA
N. 1
5 W
eeks po
st delivery o
f LAN
/ WA
NR
FP
Clau
se will
prev
ail
17
88
. Liqu
idated
Dam
ages, Pg 1
3
If the d
elay in co
mp
letion
is attribu
table to
the
PIP
, PIP
shall b
e liable to
pay as
Liqu
idated
dam
ages to ITI a su
m calcu
lated @
0.5
% o
f the O
ne Tim
e Co
st (sup
ply an
d
installatio
n valu
e) per w
eek of th
e delay o
r part
thereo
f sub
ject to a m
aximu
m o
f 10
% o
f the O
TC
(sup
ply an
d in
stallation
value).
We req
uest to
amen
d th
e LD clau
se as
Liqu
idated
dam
ages to ITI a su
m calcu
lated @
0.5
% o
f the O
ne Tim
e Co
st (sup
ply an
d
installatio
n valu
e) per w
eek of th
e delay o
r part th
ereof su
bject to
a maxim
um
of 5
% o
f
the O
TC (su
pp
ly and
installatio
n valu
e).
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
On
Receip
t of Item
s at Site - 30
% o
f Invo
ice Valu
eW
e requ
est to am
end
the p
aymen
t terms fo
r follo
win
g line iitem
s as
On
Receip
t of Item
s at Site - 40
% o
f Invo
ice Valu
eR
FP
Clau
se will
prev
ail
On
Installatio
n o
f The Eq
uip
men
t - 20
% o
f Invo
ice
Valu
e
On
Installatio
n o
f The Eq
uip
men
t - 10
% o
f Invo
ice Valu
eR
FP
Clau
se will
prev
ail
On
Go
-Live and
Op
eration
al Accep
tance b
y
NM
DC
- 10
% o
f Invo
ice Valu
e
On
Go
-Live and
Op
eration
al Accep
tance b
y NM
DC
- 10
% o
f Invo
ice Valu
eR
FP
Clau
se will
prev
ail
No
te: For Item
No
.(i), paym
ent sh
all be released
,
against su
bm
ission
of B
ank G
uaran
tee for
equ
ivalent am
ou
nt valid
for a p
eriod
of 6
Mo
nth
s.
Bid
der is alread
y sub
mittin
g 10
% P
BG
of O
TC . H
ence ad
ditio
nal P
BG
for an
y advan
ce
paym
ent sh
ou
ld n
ot b
e app
licable.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
RF
P C
lause w
ill prev
ail
Th
e clause is am
end
ed as "
on
e or m
ore p
roject / p
rojects
claimed
tow
ards exp
erience
mu
st cov
er on
e or m
ore
elemen
ts essentially
from
each
of th
e follo
win
g three
catagories. E
lemen
ts of
category
(a) belo
w,m
ust
con
tribu
te at least Rs 2
4 C
rs co
st from
the p
roject /
pro
jects,
17
6
17
7
17
9
2. Eligib
ility Criteria,
Pg 3
7. D
elivery perio
d, P
g
13
12
. Terms o
f
Paym
ent: P
g 14
18
0B
OQ
Detailed
BO
Q fo
r all IT / Softw
ware/ N
ON
IT
com
po
nen
ts
For d
efined
BO
Q, b
idd
er sho
uld
no
t be h
eld resp
on
sible fo
r sho
rtfall in an
y IT Hard
ware
/ softw
are du
ring im
plem
entatio
n o
f com
plete so
lutio
n in
clud
ing p
erform
ance an
d
scalibility.
RF
P C
lause w
ill p
revail
RF
P C
lause w
ill prev
ail
Top Related