Post on 18-Feb-2022
transcript
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 1-
RATE CONTRACT FOR SELECTION OF AGENCY(S) FOR SUB-PARTS:-
a) PROVIDING NEW EXTENDED WAN CONNECTIVITY, RELOCATION OF WAN AND RECTIFICATION
OF WAN / LAN NETWORK ISSUES IN VARIOUS GOVERNMENT
DEPARTMENTS/CORPORATIONS/AUTONOMOUS BODIES / SCHOOLS / HIGHER SECONDARIES /
COLLEGES
b) PROVIDING EQUIPMENTS AND ADHERING TO SERVICE REQUIREMENTS RELATED TO DELIVERY
AND REPLACEMENT OF EQUIPMENTS FOR GOA BROADBAND NETWORK PROJECT
Info Tech Corporation of Goa Limited
(A Government of Goa Undertaking)
3rd FLOOR, IT HUB, ALTHINO, PANJIM-GOA-403001, INDIA
Tender Number: ITG-IT/0482/IT-Services-Wan/2019 Dated: 07/03/2019
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 2-
PART - I
TENDER DETAILS
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 3-
Info Tech Corporation of Goa Limited (A Government of Goa Undertaking)
IT-HUB, 3rd Floor,
Altinho-Panaji, Goa-403001
NOTICE INVITING e-TENDER (NIT) (Electronic mode only)
Tenders are invited by ITG, Government of Goa in two bids – (1) Eligibility cum Technical bid and (2)
Financial bid from well-established and reputed Organizations / Institutions / Agencies who fulfill
the eligibility criteria and having proven track record in the field of Active & Passive components like
fiber & LAN connectivity, networking, UPS cabling etc. The bidder should also have association
Original Equipment Manufacturer (OEM) for providing equipment for Goa Broadband Network
project
This RFP document has two sections.
Sub part A. deals with providing new extended WAN connectivity, relocation of WAN and
rectification of WAN and rectification of WAN/LAN network issues in various government
department/ corporations / autonomous bodies/schools/higher secondary/colleges and
Sub part B. deals with providing equipments and adhering to service requirements related to
delivery, installation, maintenance and replacement of equipments for Goa Broadband Network
project for a period of 05 years
Bidder can bid for both Sub Part A and Sub Part B. Bidder could also choose to bid only of Sub Part
A. or Sub Part B. For Part B, bidder could choose to provide more than one bid (maximum of three)
provided the make and model of the equipments proposed in the options are different.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 4-
This RFP invites all the qualified bidders to submit their financial offers for the works in accordance
with the conditions and manner prescribed in this Request for Proposal (RFP) document.
The bidders are advised to study this RFP document carefully before submitting their proposals in
response to the RFP notice. Submission of a proposal in response to this notice shall be deemed to
have been done after careful study and examination of this document with full understanding of its
terms, conditions and implications.
The RFP containing all the details of the project that can be obtained (downloaded) from the tender
wizard site and the bidder is advised to pay the RFP cost (Document Fee) and the processing fee as
mentioned in the tender document.
An Earnest Money Deposit (E.M.D.) of Rs. 30.00 Lakh (Rupees Thirty Lakhs) should be provided by
the tenderer/bidder along with the bid. The EMD to be paid online through e-payment mode via
NEFT/RTGS/OTC/debit card/credit card facility net banking(AXIS bank) with preprinted challan
available on e-tendering website and directly credit the amount to ITG account as generated by
challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card /net
banking(Axis bank) challan along with bid. EMD in any other form will not be accepted. The
Eligibility bid will be opened / downloaded in the premises of ITG, IT Hub, Althino, Panjim-Goa in
the presence of bidders or their authorized representative if any, as per the NIT Schedule. The
commercial bid in respect of the bidders qualifying the eligibility bid & technical bid shall intimated
to the eligible bidders by a letter/email.
II. CRITICAL INFORMATION
Sr No
Item Particulars
1 Description of the work
Rate Contract for selection of Agency for Sub part A. Providing new extended WAN Connectivity, relocation of WAN and rectification of WAN network issues in various Government Departments / Corporations/Autonomous Bodies /Schools /Higher Secondary /Colleges Sub part B. Providing equipment and adhering to service requirements related to delivery and replacement of equipment for Goa broadband project
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 5-
2 Mode of Tendering E-Tendering
3 E-Tendering Website www.etender.goa.gov.in or www.tenderwizard.com/GOA
4 Tender Document Fee Rs 8000/- Rupees Eight thousand only (Non-Refundable) to be paid through online through e-payment mode via Demand draft /NEFT/RTGS/OTC/debit card/credit card facility/net banking (Axis Bank) with preprinted challan available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of DD/NEFT/RTGS/ OTC /debit card/credit card/net banking (Axis Bank) challan along with bid.
5 Tender Processing Fee Rs 2000/- Rupees Two thousand only (Non-Refundable) to be paid through online through e-payment mode via Demand Draft/ NEFT/RTGS/OTC/debit card/credit card facility/net banking (Axis Bank) with preprinted challan available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of DD/NEFT/RTGS/OTC /debit card/credit card/net banking (Axis Bank) challan along with bid.
6 Earnest Money Deposit (E.M.D.)
Rs. 30.00 Lakhs (Rupees Thirty Lakhs) for the bid to be paid online through e-payment mode via NEFT/RTGS/OTC/debit card/credit card facility net banking(AXIS bank) with preprinted challan available on e-tendering website and directly credit the amount to ITG account as generated by challan and upload the scanned copy of NEFT/RTGS/OTC/debit card/credit card /net banking (Axis bank) challan along with bid.
7 Date and time for request of Tender Document
19/04/2019 (up to 3.00 pm)
8 Last date for submission of written queries for clarification
26/03/2019 (up to 10:00 am)
9 Date of Pre-bid meeting
26/03/2019 at 2.30 p.m. at ITG, 3rd floor, Opp. ITI Althino, Panjim-Goa.
10 Last Date for response to clarification
27/03/2019 up to 5.45 p.m.
11 Last date and Time for online submission of bids
24/04/2019 up to 5:00 pm
12 Date and Time for opening of eligibility
25/04/2019 at 02:00 pm
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 6-
and technical bid
13 Date for technical presentation
25/04/2019 from 04:00 p.m onwards. {only eligible bidders shall be called for Technical Presentation}
14 Date and Time for opening / of commercial bids
Will be communicated to the shortlisted bidders
15 Contact details Info Tech Corporation of Goa Limited
IT-HUB, 3rd Floor, Altinho-Panaji, Goa- Phone
Tenders not conforming to the requirements mentioned above and as laid down in the terms and conditions or not accompanied by EMD in the form prescribed at the time of opening of the technical bid are liable to be summarily rejected. The decision of Managing Director, ITG for purpose of Eligibility / Commercial Bid shall be final and binding to all the bidders.
For any of the assistance regarding participation in the e-Tender contact Mr. Dillip Pai B., Mobile:-
08888636107, Mr. Ramesh, Mobile:-9552488004, Mr. Kiran, Mobile:-08600651553, email:
goaetender@gmail.com.
For and on behalf of Info Tech Corporation of Goa Ltd
Sd/-
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 7-
PROFILE OF INFO TECH CORPORATION OF GOA LTD. (ITG)
Background
M/s INFO TECH CORPORATION OF GOA LTD. (ITG), an ISO 9001:2008 Certified Organization, has
been set up by the Government of Goa to promote overall growth of the state's economy through the use of
Information Technology.
M/s INFO TECH CORPORATION OF GOA LTD under the administrative control of Department of
Information Technology has been providing various IT services to Government
departments/institutions/organizations in the State of Goa who has setup the required IT Infrastructure for
the use of e-Governance Application, etc in their respective offices with an aim towards creating an e-
citizen for all transactions and for making Goa as an “Intelligent State”.
Objective
The technological advancements in Information & Communication Technology are very rapid and
continuous. The e-Governance Application development is in various stages of implementation in almost
all State Government Departments & Government Organizations. The various Government Departments &
Organizations has setup this IT Infrastructure for use of e-Governance Application. In order to get efficient
management of IT Infrastructure existing in their Offices, a number of requests are received from these
Departments & Organizations. Maintenance of this IT Infrastructure is absolutely necessary.
It is therefore felt that Info Tech Corporation of Goa Ltd (ITG), proposes to address
Sub Part A:- the concerns for management of IT Infrastructure in various Departments and Organizations
under the Government. The successful bidder will be required to maintain the entire equipments under
comprehensive warranty and maintenance support for a period of 03 years from the issuance of the work
order.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 8-
Sub Part B:-For Goa Broad Band Network, the networking equipment needs to be upgraded to cater to
increased bandwidth requirements as per table below.
Network Intended upgradation
SHQ to DHQ 100 Gbps
DHQ to THQ 40 Gbps
THQ to VGP / Government offices
10 Gbps
Household (from VGPs) 100 Mbps
We seek proposal from interested parties who would be interested in supplying equipments as per
the stated service levels related to supply and replacement. The successful bidder will be required to
maintain the entire equipments under comprehensive warranty and maintenance support during the
envisaged 05 years contract period.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 9-
DEFINITIONS & ACRONYMS
In this tender document and associated documentation, the following terms shall be interpreted as indicated below:
ITG Info Tech Corporation of Goa Ltd, Goa
DOIT / DOIT Department of Information Technology, Goa
GOG Government of Goa
GSDC/SDC (Goa) State Data Center
GBBN Goa Broad Band Network
OEM Original Equipment Manufacturer
EMD Earnest Money Deposit
DD Demand Draft
PAN Permanent Account Number
Deity Department of Electronics and Information Technology,
New Delhi
PBG Performance Bank Guarantee
NOC Network Operation Center
MAF Manufacturer’s Authorization Form
Purchaser Info Tech Corporation of Goa Ltd, Goa
Bidder/Tenderer Person/Company who bids against this tender
Contractor/Supplier/IA Successful Tenderer / Bidder/ implementing Agency to
whom tender is awarded
Contract an undertaking signed by the Vendor against the Tender
NMS Network Monitoring System
UPS Un-interrupted Power supply
WAN Wide Area Network
Non-responsive failure to furnish complete information in a given format
and manner required as per the tender documents or non-
submission of tender bid in given Forms/Pro-forma or
not following procedure mentioned in this tender or any
of required details or documents is missing or not clear
or not submitted in the prescribed format or non
submission of tender fee or EMD
IT Infrastructure All the IT related equipments which includes hardware,
software’s, networking, etc
Date of Successful
Implementation
The date on which entire IT infrastructure is successfully
installed and verified by ITG as per the terms &
conditions of RFP
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 10-
I. SCOPE OF THE PROJECT
The proposals are sought from eligible bidder for sub part A and Sub part B.
Sub Part A deals with providing new extended WAN Connectivity, relocation of WAN and
rectification of WAN network issues in various Government
Departments/Corporations/Autonomous Bodies /Schools /Higher Secondary /Colleges and
maintain the same for a period of 3 years from the date of successful installation/ rectification and
commissioning.
Sub part B. deals with providing equipments and adhering to service requirements related to
delivery, installation, maintenance and replacement of equipments for Goa Broadband project for a
period of 05 years..
1. Scope of Project for Sub Part A
A. The details and scope of the project (for Sub Part A) are: -
a) The project is proposed to provide through a combination of wireless and OFC technologies
where ever required.
b) To achieve high availability, ITG may opt to connect the important offices through two
differently routed OFC/Wireless each with its own fail-over system. In such cases, both links
shall work in active- active mode.
c) The agency needed to integrate the new/relocated (WAN/LAN) connectivity to the existing
WAN/LAN.
d) The agency shall integrate with other networks such as NIC net/ NKN/NOFN/ Taluka PoP if
required.
e) ITG reserves the right to modify the Architecture depending on the requirement and technical
feasibility.( there shall not be any extra cost to ITG for the same)
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 11-
f) The contractor shall deploy sufficient manpower to meet the SLA requirements.
g) The contractor shall integrate the new/relocated (WAN/LAN) connectivity to the existing
Network Monitoring System (NMS) deployed by DOIT.
B. Contractor is required to carry out following tasks: (Role and Responsibility)
a) Supply, installation of equipment‟s (i.e. Routers, OFC, Racks, UPS etc) as per the work orders
issued by ITG.
b) Providing required Manpower for Operation & maintenance of the infrastructure and
Monitoring of the links during the warranty period.
c) Scheduled and preventative maintenance of all Network Equipment installed for
providing connectivity at locations. The preventive maintenance of the network
equipment will includes cleaning of racks, UPS, tagging of cables on quarterly basis.
d) Management / Remote Management, Maintenance and operations of all the Equipment.
e) Ensure availability of regulated power supply to all the equipment at all the Locations.
f) Relocation of existing WAN/LAN equipment within Goa as per GoG/ITG requirements.
g) Training the end user and Centre for e-Governance staff
h) Routine review of bandwidth and related service availability with GoG/ITG.
i) Proper cabling and Tagging of the cable and equipment periodically.
j) Taking over, operation, management and maintenance of existing equipment at
locations as per the instructions of ITG of various Government departments/
corporations/ autonomous bodies / schools /higher secondary /colleges and remote
offices.
k) Design and deployment of solution to integrate with old network during the transition time.
l) Ensure security of the network as per the information security policy of the
Government.
m) Coordination with Video Conferencing Equipment Supplier(s) for integration of the
Video Conferencing facility as and when required.
n) Liaison with the old Network Operator to keep the network up during and after the transition
time.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 12-
o) Liaison with the service provider/vendor(s) for better availability of the network.
p) Migration of the network to new architecture in coordination with the service
provider/vendor.
q) Survey, design and implement of new WAN architecture if required.
r) Migration of the network to IPv6 if required.
s) The Contractor should obtain accredited ISO 27001 certification for the network in ITG‟s name.
t) Supply of 1 KW or more UPS at the network location if required.
C. Service Terms
a) The entire scope of the work depends on the technical skill and experience in management of
the same level or kind of infrastructure.
b) It is mandatory for Contractor to deploy qualified professional to install, commission &
maintain the equipment, as defined under scope of work.
c) The Contractor has to deploy necessary problem escalation process to take care of users at
priority.
d) For extending better services to the government, the Contractor will be allowed to deploy &
use own tested and proven solution, with prior permission form the ITG.
e) The Contractor need to manage & maintain various records related to the services extended to
the Government.
f) The Government network is being operated & maintained by various agencies. In such
circumstances the Contractor may need to coordinate and approach various agencies, if
required.
g) The Contractor is responsible to maintain documentation on the progress of the work and will
have to update the same on regular basis. Vendor will have to submit the progress reports
regularly, as per the guideline issued by ITG.
h) The understanding of the comprehensive maintenance under warranty period is as follows.
1) In case of failure, the Contractor needs to replace or repair the faulty
part/component/device to restore the services at the earliest.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 13-
2) The cost of the repairing or replacement of faulty part/component/device has to be
entirely born by the Contractor.
3) All expenses related to part/component/device, including hiring of specialized technical
expertise, in case required, has to be borne by the Contractor as part of comprehensive
maintenance.
4) The Contractor also needs to make alternate arrangement in case of major failure happens
in the network, due to which services may be affecting for longer period.
5) After repairing or replacement of the part/component/device, the Vendor needs to put
the same into operation.
6) The route diagrams of fiber laying along with internal network diagrams need to be
recorded by the vendor and the same should be submitted to ITG. Further, in case of
alternate route carried out under emergency the route diagrams for same should also be
submitted to ITG.
2. PROJECT IMPLEMENTATION for Sub Part A
The successful bidder is expected to perform the following tasks for the Partial Acceptance Test (PAT):
Installation and commissioning of all the links as per the plan approved by ITG, which would
be conducted together with the Acceptance Tests for the network, by the service
provider/vendor. ITG will supervise and monitor the progress of the installation and testing of
the network and the links and necessary coordination should be made with service
provider/vendor for timely installation and commissioning of the network. The network and
links will be under Trial Operation (24X7) for a period of 15 days, wherein all SLA terms have
to be met for a continuous period of one week (7 days) for each link.
A. Dispatch of required equipment, installation, testing and commissioning of the links as per
ITG approved implementation timelines. Necessary coordination should be made with the
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 14-
service provider/vendor for the smooth migration/implementation of the project.
B. NMS Reports in a format (to be decided by ITGG) will be submitted by Vendor(s) (under the
control and supervision of ITG Agency) after successful operation of Network during the trial
period.
C. Completion of PAT should be approved by the ITG.
D. The installation and testing of the links in all offices. The Vendor shall carry out cabling work
at such locations as may be selected by ITG within a specified period as specified in Instruction
letter / LOI / Order and complete their provisional Acceptance Test to the satisfaction of ITG
within 30 days from the date specified. This period may be extended depending upon the
fulfillment of Conditions Precedent.
E. The ITG will supervise and monitor the progress of the installation and testing of the network
and the links and necessary coordination should be made service provider/vendor for timely
installation and commissioning of the network. All Invoices, Vouchers, Bills for supplied
goods and services by the vendor under the scope of the work will be verified measured and
accepted by the Engineer‐In‐Charge/ its designated agency(s) for release of payment.
F. As part of implementation the Vendor shall provide details of equipment that will be
incorporated in the proposed system with material which would be vetted and approved by
ITG. The location for storing spare parts and quantity there on should also be clearly indicated.
G. The Vendor shall provide the necessary technical support, Standard Operating Procedure
(SOP) and other information to ITG and its user organizations in implementing the proposed
solutions.
H. The Vendor shall not disturb or damage the existing network of communication. If in case any
damage to the network is done, the same shall be corrected with no extra cost. The agency
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 15-
shall also be responsible for paying penalty, as imposed by the service owner to which the
damage is incurred.
I. In case of the material/solution supplied and installed is rejected owing to its non‐conformity
to the specification or due to the poor quality of workmanship, the same shall be replaced
promptly.
J. Vendor shall treat all matters connected with the contract strictly confidential and shall sign a
Non-disclosure agreement with ITG.
K. Any damage caused to the property of Government of Goa while executing the job shall be
solely Vendor's responsibility. In case any damage to the property is caused, the same will be
recovered from the Vendors. No any extra cost shall be paid to the Vendor for such reasons.
L. The Vendor shall have to furnish the documentation of the work undertaken in consultation
with ITG. Two sets of such documentation should be provided along with the payment claim
file in line with the payment terms.
M. The Vendor shall be fully responsible for implementing the Project in totality and should
include the items and their prices, if not included in Schedule of Requirement to complete the
project on turnkey basis. Any claim whatsoever in this regard will not be entertained later on.
N. In the event of the delay in delivery of contracted services or services is not satisfactory the
purchaser/ITG may procure goods from else ware as required and Vendor shall be liable
without limitations for the difference between the cost of such substitution and the price set
forth in the contract for the goods involved i.e. at the risk and cost of the Vendor.
O. ITG reserves the right to visit any working site of the Vendor without prior intimation.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 16-
P. The vendor shall be solely responsible for obtaining necessary insurance as per the statutory
requirement under government laws for manpower and machinery on the site. ITG will not be
responsible for any kind of loss or damage to the vendor during the contract period.
Q. All work shall be performed and executed by the Supplier in strict conformity with the
engineer‐in-charge / representative from ITG and any relative instruction issued to the
Supplier by the Engineer-in‐charge time to time.
R. Operation and Maintenance of the links
i. The Vendor shall operate and maintain the links for the duration of contract
period signed between with ITG.
ii. Adequate manpower shall be deployed on need basis to honor the SLA commitments
and the agreement of contract.
iii. Upkeep of the Terminal End Equipment to meet the SLA parameters. Preventive
maintenance has to be carried out on a periodical basis.
iv. Monitor the links proactively for performance as per SLA and the same will also be
monitored from the NMS Solution implemented by DOIT.
v. The Vendor shall provide all information regarding the network which is required to
analyze and integrate the same with the NMS Solution implemented by DOIT.
vi. The details of procedure for Problem Resolution and Fault Report Management have
to be updated to ITG in a standard format.
vii. Security incidents monitoring and taking corrective/preventive actions. Service
provider/vendor shall implement certain security policies in consultation with ITG to
alert SPAM or suspicious traffic generating from and/or entering into the network.
Such incidents have to be updated to ITG in a standard format.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 17-
S. Deliverables: Following reports shall be submitted / reviewed with ITG during periodic meetings (as decided by ITG):
i. Summary and detailed NMS Reports along with SLA Parameters data as provided by
DOIT/ ITG.
ii. Problem Reports and Resolution summary
iii. Security Incidents Reports
iv. Capacity Management inputs and suggestions
3. IMPLEMENTATION TIMELINES, SERVICE LEVEL AND PENALTY CLAUSE for
Sub Part A
A. Implementation Timelines
S/n
Activity Timeline Penalty
1 Delay in Installation and Commissioning
30 working days from work order
0.5% of order value for delayed item per week or part thereof for delay in installation and commissioning
Note: Maximum Penalty cap of 10% of contract value for Penalty for Delay in Implementation.
B. Service Level Agreements (SLA)
The prime objective of the project is to provide secure and high-quality network connectivity to
Govt. Offices and Departments. In order to ensure that the required bandwidths for services are
available round the clock, in a efficient manner, a Service Level Agreement (SLA) is to be signed
between ITG and the successful bidder. Therefore, the SLA would be critical in implementation
of bandwidth, as the remuneration of the bidder shall open the same.
1. Service Level Objectives
The Vendor shall meet service level objectives and corresponding parameters
as mentioned below at any given point of time. Service level objectives and
parameters are categorized according to:
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 18-
a) Reliability
i. Availability of Links
ii. Quality of Links
b) Manageability
iii. Serviceability parameters – Service Turn around time
iv. Capability & Capacity
v. Deployment Time
If the services are very poor (word “poor” indicates that the SLA parameters
are not met in any given month), the successful bidder will be advised to
improve the quality of services and in case he does not, his services will stand
terminated.
2. SLA Terms and Definition
Sl.
No
SLA Terms
Descripti
on
1 GOG Network
refers to the overall network
2 Uptime „Uptime‟ refers to network availability across various
segments i.e. in various Government
Departments/Corporations /Autonomous Bodies /Schools
/Higher Secondary /Colleges. “%Uptime” means ratio of
„up time‟ (in minutes) in a month to Total time in the month
(in minutes) multiplied by 100.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 19-
3 Premier
Location
The locations of Government department offices which are
business critical and having citizen facing
applications/services with Government transactions on a day
to day basis. All the WAN links are premier. Approximately
50% of the total locations are premier locations.
4 Normal
Location
The locations of Government department offices which are not
having day to day Government transactions of citizen facing
applications/services. Approximately 50% of the total
locations are normal locations.
5 Prime
Business
Hours
(PBH)
PBH refers to the prime network utilization period, which
shall be typically starting from 08:00 hrs till 20:00 hrs on all
working days or any other period to be defined by the state.
6 Extended
Business
Hours
(EBH)
EBH refers to the lean network utilization period, which shall
be typically starting from 20:00 hrs till 08:00 hrs on all
working days and full day on any holiday and Sunday or any
other period defined by the state.
7 Planned
Network
Outage
„Planned Network Outage‟ refers to unavailability of network
services due to infrastructure maintenance activities such as
configuration changes, up gradation or changes to any
supporting infrastructure. Details related to such planned
outage shall be agreed with the State government and shall be
notified to all the related Departments and relevant offices in
advance (at least five working days).
8 Unplanned
Network
Outage
„Unplanned Network Outage‟ refers to an instance in which
link is not available for the Department connecting to the
network for more than 3 consecutive times at 15 minutes
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 20-
interval.
9. Denial of
Service
A sudden burst of network traffic leading to more than 90-
95% utilization of the ITG network bandwidth in any segment
or complete network.
10 Quarterly
Guaranteed
Revenue
(QGR)
Maximum fees which the bandwidth operator(s)/ successful bidder may get from the ITG on a quarterly basis for services rendered. This would be determined from the „Financials Template‟ submitted by the bidder as part of the proposal.
C. Down time calculation:
Downtime of a link shall be calculated based on the data collected by the monitoring
tool (NMS) implemented by DOIT.
Following principles apply for the calculation of the downtime:
1. Output port of the End Terminal Equipment of the new connectivity provided.
Network equipments either at the locations shall be monitored by the NMS
implemented by DOIT.
2. A link shall be down when a “Ping” test to the remote router at the respective
locations fails due to the link failure or failure of the End Terminal Equipment
which are supplied by the service provider/vendor.
3. Downtime with regards to quality of the link will be calculated as follows:
a) In case any of the quality parameters are falling under “Breach of SLA”
(as mentioned in section on quality of links), alerts will be generated by
the NMS of the DOIT to the vendor/service provider or through
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 21-
“trouble ticket” generated by NMS.
b) Start of the downtime will be the time the alerts or any call is registered as mentioned above
c) Polling will be done for all the above performance parameters at the
interval of 3 minutes to check the compliance with the minimum
performance requirements
d) The link will be considered down till the performance parameters are
within the minimum performance requirements specified.
e) All the downtimes shall be added together for each link every month to
arrive at the downtime for that particular link for that month.
D. Calculation of Uptime
„Uptime‟ refers to network availability across various segments. Uptime for each link
shall be calculated based on the following formula for every month:
Uptime (In percentage) = 100 x [{Total Available time per month} - Downtime of a Link]
[Total Available time per month]
Note:
1. Total Available time per month = (12 hrs * N days) – SLA Exclusion Time 2. N = Number of working days
3. Downtime of a link = Downtime of a particular link
4. SLA Exclusion Time: i. Power outage: Downtime caused due to non-availability of power for the equipments installed
by the service provider/vendor is not attributed to the service provider/vendor. ii. Scheduled Preventive Maintenance activity of the network equipments at all GBBN PoP is not
attributed to service provider/vendor. iii. Any scheduled and approved preventive maintenance activity of Bandwidth equipments at all
GBBN PoP is not accountable for calculations of penalties.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 22-
E. Network Downtime SLA
Resolution SLA (service provider/vendor) for Premier locations
Equipment which affects services for the entire network
Parameter
Permitted
Unavailability
in a quarter
during
PBH
Penalty beyond
Permitted
Unavailability in a
quarter during PBH
Permitted
Unavailability
in a quarter
during
EBH
Penalty beyond
Permitted
Unavailability
in a
quarter during EBH
Unavailability of network
connectivity due to the WAN
equipment at each location.
(OFC cuts, wireless, routers
etc)
4 Hours
INR 15,000 for each hour of
Unavailability
8 Hours
INR 7,500 for each
hour of Unavailability
Unavailability of network
connectivity due to the LAN
equipment at each location.
(switches, cables, lan ports etc)
5 Hours
INR 3,000 for each hour of
Unavailability 10 Hours
INR 1,500 for each
hour of Unavailability
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 23-
Resolution SLA (service provider/vendor) for normal locations
Equipment which affects services for the entire network
Parameter
Permitted
Unavailability
in a quarter
during
PBH
Penalty beyond
Permitted
Unavailability in a
quarter during PBH
Permitted
Unavailability
in a quarter
during
EBH
Penalty beyond
Permitted
Unavailability
in a
quarter during EBH
Unavailability of network
connectivity due to the WAN
equipment at each location.
(OFC cuts, wireless, routers
etc)
6 Hours
INR 10,000 for each hour of
Unavailability
10 Hours
INR 5,000 for each
hour of Unavailability
Unavailability of network
connectivity due to the LAN
equipment at each location.
(switches, cables, lan ports etc)
7 Hours
INR 2,000 for each hour of
Unavailability 12 Hours
INR 1,000 for each
hour of Unavailability
F. Downtime SLA for links
Though the SLA parameters will be calculated on a monthly basis, the penalties
will be calculated on a quarterly basis before the quarterly payments.
Uptime SLA for Network Link
S/n
Activity Target Penalty
1 Availability of connectivity
99% a) 99% or Better= NIL b) 98.00% to 99 = 1% of QP per connectivity c) 96.00% to 97.99% = 3% of QP per connectivity d) 90.00% to 95.99% = 5% of QP per connectivity e) 80.00% to 89.99% = 10% of QP per connectivity d) if the connectivity is not available for 80% or less in a quarter, the connectivity will be considered as unavailable and the payment for the said connectivity
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 24-
will not be considered in the QP.
Note: Successful Bidder/Contractor shall be paid Quarterly Payment (QP) as per the services
provided to TENDERER. The penalty, if any, will be recovered against the payment invoice
submitted by the selected agency.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 25-
G. Security Audit SLA for Sub Part A
The service provider/vendor shall be responsible for the closure of relevant gaps
(related to primary bandwidth, equipment/PoP in the field) reported at the end of
the Security Audit conducted every nine months by an independent Third party
Security Auditor. The secondary service provider/vendor shall be responsible for
the closure of relevant gaps (related to secondary bandwidth) reported at the end
of the Security Audit conducted every nine months by an independent Third
party Security Auditor.
The gaps will be classified under 3 categories namely: High, Medium and Low
based on their severity. The applicable SLAs would be as follows:
Responsibility Issue Penalty
Closure of gaps in
security audit report
which will be
reviewed and
confirmed by the
Security Audit
agency / TPA
Any „High‟ severity gaps not
closed within 15 days from
the date of issue of the report
to the vendor
Rs. 10000 for each 8 days of
delay thereon / audit point or
gap
Any „Medium‟ severity gaps
not closed within 1 month
from the date of issue of the
report to the vendor
Rs. 5000 for each 15 days of
delay thereon / audit point or
gap
Any „Low‟ severity gaps not
closed within 1 month from
the date of issue of the report
to the vendor
Rs. 2000 for each month of
delay thereon / audit point or
gap
Any „High‟ severity gaps not
closed within 2 months from
the date of issue of the report
to the vendor
Notice may be issued to
vendor for termination of
services and if the vendor‟s
response is not satisfactory
then the ITG may terminate
the contract and forfeit the
PBG.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 26-
Any „Medium‟ severity gaps
not closed within 3 months
from the date of issue of the
report to the vendor
Notice may be issued to
vendor for termination of
services and if the vendor‟s
response is not satisfactory
then the ITG may terminate
the contract and forfeit the
PBG.
H. Network Equipment - Implementation SLA for Sub Part A
Implementation SLA – service provider/vendor
Sl.N
o
Activity
Timelines for the
completion of activity
Penalty for delay *
1
Installation of new or replacement of Equipment‟s, asset tags including
cable dressing at Premier level office
5 Weeks from the
date of issue of
work order
2% of the Capex cost
2
Installation of new or replacement of Equipment‟s, asset tags including cable dressing at normal offices
7 Weeks from the
date of issue of
work order
2% of the Capex cost
* If the delay is in fraction of a week, proportional penalty shall be levied. In case the delay is more than 8 weeks for any of the above activity, ITG reserves
the right to cancel the site order.
I. Take over SLA for Sub Part A:
Sl
No
Description Penalty
1 Delay in Taking over of the existing
(complete) network beyond the dates
specified in the work order.
10% of the QGR amount per fortnight
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 27-
Note: If the TENDERER fails to provide space and related clearances to carry out the
job as per the agreement terms, as a result of which the installation of the equipment
is delayed and the Successful Bidder is not able to adhere to the schedule for
completing the Acceptance Tests. Delay solely on account of above will not be
included while ascertaining actual delay.
1. Scope of Project for Sub Part B
Networking equipment at the core of GBBN needs to be upgraded to cater to increased bandwidth requirements as per table below.
Network Intended upgradation
SHQ to DHQ 100 Gbps
DHQ to THQ 40 Gbps
THQ to VGP / Government offices
10 Gbps
Household 100 Mbps
ITG hence envisage bidder to be able to procure, install, service under warranty and
maintenance conditions as per Service Level Argreements for a period of 05 years.
The OEM make proposed should be of firms which are rated high (amongst top 5) by any
of research organizations such as Gartner, Forrester, Everest. Please provide
documentation in support of the same.
Sub Part B does not involve Optical fibre laying works.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 28-
A. The network Topology planned for the upgraded GBBN network is as follows
Fig: Network architecture for upgraded infrastructure at core layer for project
Notes to the image: It is advisable to have firewalls of different OEMs at both the legs of
terminations.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 29-
B. A high availability network is envisaged to minimise failure. Similarly on the
distribution layer a high availability network is planned as per figure below
Fig: Network architecture for the upgraded infrastructure at the distribution layer of the
network
a) On the access layer, we have 189 villages and 225 Government offices (Points of Presence).
The switches at these locations needs to be replaced.
C. Service Levels for sub part B
a) Implementation timelines: It is assumed that a phased implementation of upgradation
of the network will be planned. The entire upgradation will be completed within 3
months of finalizing the works. Hence the bidder is required to be able to service the
equipment requirement at different locations as per timeline within these 3 months.
b) It will be the responsibility of the bidder to ensure that no equipment is out of warranty
and no end of life, support or sale equipment is operational in the project. In case of
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 30-
identification of such instance ITG will be free to replace the equipment from a separate
supplier at risk and cost of the successful bidder.
c) The service levels for the major procurements planned in the project are as per table
below
S/n
Activity Timeline Penalty
1 Delay in delivery of equipment for equipment ordered
6 weeks (42 calendar days from issuance of work order)
In case capex model is accepted by ITG, 1% of order value for delayed item per day beyond the timeline In case Opex model is accepted by ITGG, 10% of yearly opex charge for delayed item per day beyond the timeline.
d) For the equipment which have been supplied, installed and commissioned, Bidder will
be required to ensure that the downtime is not affected due to non availability of
equipment. Bidder has to hence make the necessary provisions for spares and resources
to cater to this requirement.
Sr.
No.
Network
segment
Service
Window
Maximum permissible cumulative delay for replacement of equipment on monthly basis
Penalty for breach on a monthly basis
1 Core layer
(SHQ and
DHQ)
24 hours X 7
days
1 hour 1% of the service value of the order for every hour delay beyond the permissible delay penalty The penalty will be maximum 10% of the total service value of the order
2 Distribution
layer
(THQ)
24 hours X 7
days
4 hours 1% of service value of the order for every hour delay beyond the permissible delay penalty The penalty will be maximum of 10% of the
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 31-
total service value of the order
3 Access layer
layer
(Village Gram
Panchayat
and
Government
offices)
8 hours X 6
days
12 hours 1% of service value of the order for every 1 hour delay beyond the permissible delay penalty The penalty will be maximum of 10% of the total service value of the order
For the last mile, ITG will ensure the sufficient inventory of equipment is available and hence
the onus on ensuring the availability of equipment for last mile device on bidder is to ensure
timely delivery once the order has been placed
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 32-
4. ELIGIBILITY CRITERIA
The bidder must fulfill the following eligibility conditions and must also submit
documentary evidence in support of fulfilling these conditions while submitting the
Eligibility bid. The scanned copy/copies of these documents should be uploaded on
the e-tendering website during submission of bids before its last date. Tenders
satisfying the following eligibility conditions will only be considered for further
processing. In absence of proof of following supportive document the tender will not
be considered.
Sr. No Clause Documents required
1
The bidder should be registered under the companies Act 1956/2013 or a partnership Act 2013, and should have offices in India and should be in existence and operations for at least 5 years as on date of notice inviting tender.
1. Certificate of incorporation
2. Registration certificate (Upload Documents as “RC Doc 1” )
2 The bidder should have a valid GSTN certificate and PAN card.
1. Copy of GSTN Certificate
2. Copy of Valid PAN card (Upload Documents as “RC Doc 2” )
3
The bidder should give a declaration that the bidder has not been debarred/ blacklisted as on bid calling date by any Central or Govt. / Quasi –Govt. Departments or organizations for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices as per Format given in Annexure-I
1. Declaration in this regard by the authorized signatory of the bidder.
(Upload Documents as “Annexure 1” )
4
Bidder should have office in Goa. If the bidder has no office in Goa, then an undertaking should be provided wherein the successful bidder will open an Office in Goa within 45 days of placing the order.
Proof of office or undertaking in respect to opening office in Goa in 45 days should be submitted.
(Upload Documents as
“RC Doc 4” )
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 33-
5
Bidder should have experience of having successfully completed works of IT infrastructure projects (involving fiber, WAN, LAN, UPS, etc connectivity) during the last 7 years wherein
1. Atleast one project of not less than 12 crores OR
2. Two projects each of not less than 09 crores OR
3. Three projects each of not less than 06 crores.
Copy of work order or client certificates.
(Upload Documents as
“RC Doc 5” )
6
The bidder must have an average annual financial turnover of atleast 15 crores during the last 3 years as on the date of notice inviting tender.
Audited balance sheet clearly indicating the year and turn over details OR CA certificate showing the turn over details.
(Upload Documents as
“RC Doc 6” )
7
The bidder should have authorization from the manufacturer for the brands that it would be using for LAN components, OFC components, switches, racks, routers, OLT, ONU, RF components, FTTX components and UPS. (The OEM make proposed should be of firms which are rated high (amongst top 05) by any of research organizations such as Gartner, Forrester, Everest)
Valid documentary proof of the manufacturers original certificate must be submitted.
(Upload Documents as
“RC Doc 7” )
8
Power of attorney: The signatory should be authorized by the board of director of the company.
Authorization certificate (authorized by Board of Directors)
(Upload Documents as
“RC Doc 8” )
9
The bidder must have on its roll at least 50 Technically qualified professionals in networking, security, server systems integration, and prior experience in providing the Server Infrastructure maintenance services
Certificate from bidders HR Department for number of technically qualified professionals employed by the company.
(Upload Documents as “RC Doc 9” )
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 34-
5. WORK STRUCTURES
A. OFC CABLING WORKS
a) Contractor will be responsible to undertake and complete the works related to
supply installation and commissioning of services as indicated in the bid anywhere within the Goa promptly and within the duration prescribed by ITG.
b) Contractor will be responsible to provide the services at all the locations which
also include Taluka places at the agreed price. Bidder is required to Supply / Install / Commission all passive and active networking items like Switches, Routers, OLT,ONU,UPS, Racks Transceivers, OFC components, I/Os and Patch Cords, as per the specifications mentioned in the Bid document.
c) The works are to be completed on turnkey basis and the supplied equipments are
required to be maintained for Three years from the date of supply. The Contractor shall be responsible for implementation of the work as defined.
d) ITG does not guarantee any fixed quantity at the time of signing the rate contract
agreement. The rates discovered by this RFP should be valid for a period of Three year from the date of agreement. The escalation of the rate during the rate contract is not permitted.
e) Contractor should make Back to Back agreement with respective OEM for the
same.
f) In case of end of life products bidder has to provide technically higher and latest product with approval of ITG.
B) LAN WORKS
(a) To carry out the feasibility study for the deployment of required LAN.
(b) Contractor needs to organize and manage the entire project including design,
supply, and installation and commissioning. The Bidder shall be in a position to test,
demonstrate and certify the LAN connectivity in accordance with the contract.
(c) The Contractor shall carry out site survey and prepare tentative BoM for the work to
be carried out at that particular site. This BoM will have to be submitted to ITG for
approval along with final bill of material indicating the location of equipment to be
installed.
(d) The Contractor will be responsible to undertake and complete the works related to
supply installation and commissioning services.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 35-
(e) The Contractor will be responsible to remove existing old/faulty cables or material.
(f) The Contractor shall be responsible to share the status report of existing
infrastructure (i.e. Cable, network equipments, patch cord, OFC etc.), during
resolving complaints.
(g) The Contractor shall provide one copy of the Network Diagram, Sign off reports etc.
to concern ITG authorities for further process of completion of orders.
(h) The Contractor will be responsible to provide the services at all the locations at the
agreed price.
(i) Contractor is required to Supply and Install LAN components and commission LAN
as per the requirements.
(j) The structured cabling works are to be completed on turnkey basis including
installation of all required casing, conduits, flexi pipes, I/O boxes, Face Plates, etc. To
ensure quality of work done, no cable should be left bare or visibly exposed and the
supplied equipments are required to be maintained for Three years from the date of
Signoff. The Contractor shall be responsible for implementation of the work as
defined.
(k) Delivered Solution must be tested and commissioned along with end user signoff.
(l) Any hardware equipments or software‟s required for those testing and
commissioning procedures is the sole and full responsibilities of the Vendor.
(m) The Contractor shall be responsible for the „On Site‟ warranty support during the
contract period. All goods or materials shall be supplied strictly in accordance with
the specifications, drawings, datasheets, other attachments and conditions stated in
the RFP/Agreement/SLA.
(n) All materials supplied by the Contractor shall be guaranteed to be of the best quality
of their respective kinds and shall be free from faulty design, workmanship and
materials.
(o) Detailed report is required to be submitted for the work under progress and for
functional performance of LAN, the connectivity, throughput. The same have to be
certified by ITG / PROJECT COORDINATOR.
(p) Contractor shall submit the installation plan for each location to PROJECT
COORDINATOR, who in turn shall approve the plan before execution. Bidder will
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 36-
have to fill up an installation and commissioning report and get the same duly
signed by concern officer with their seal and remarks if any.
(q) The Contractor has to provide on‐site warranty for all equipments as mentioned in
RFP.
(r) Warranty period shall start from the date of successful installation & signoff by
ITG/Department or its designated agency on completion of installation, testing and
commissioning of the equipment.
(s) On acceptance of work, a sign off report must be prepared by the SI/vendor and
signed by both parties the user/ITG & the vendor. Only after signing the completion
letter, the beginning of the warranty period will be considered.
(t) The Contractor should ensure that while installation or attending the complaints of
LAN, day‐to‐day functioning of official work and existing network
setup/connectivity/internet connectivity should not get disrupted.
(u) The Contractor will be responsible to undertake and complete the works related to
supply installation and commissioning services as indicated in the bid anywhere in
the state of Goa promptly and within the duration prescribed by ITG\user
department.
(v) The Contractor will be responsible to provide the services at all the site locations
which also include Districts, Taluka places, Villages at the agreed price. Bidder is
required to Supply/ Install / Commission Router, OLT, ONU, Switches, UPS,
Transceivers, OFC components, I/Os and Patch Cords etc.. As per the specifications
mentioned in the Bid document.
(w) The works are to be completed on turnkey basis and the supplied equipments are
required to be maintained for Three years from the date of Sign off. The Bidder shall
be responsible for implementation of the work as defined.
(x) The Contractor shall confirm that the Trench width should be 300 mm & its depth
must be 1000 mm from Ground Level.
(y) HDPE pipes shall be protected by RCC half round.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 37-
C) MAJOR ACTIVITIES, THE WORKS INVOLVED:
The Under Ground Cables are buried to a depth such that the top of the cable is One meter (1.6 mtrs) below the normal ground level. The items of work involved in U/G Cable laying are as under: ‐ (a) Excavations of trench up to a depth such that the top of the cable is 1.6 meter below
the normal ground level according to the construction specifications.
(b) Laying and pulling of cables in trenches are through pipes/ ducts.
(d) All the cables should be weatherproof, outdoor grade & as per latest standard.
(e) OFC LIU should be 6/12/24/48 core (Fully Loaded) by default for all sort of OFC
cabling work
(g) Joint indicators for OFC cable are to be placed for every OFC joint.
(h) Digging and burying of OFC cable 1Km. Length and the OFC cables are to be laid in
buried HDPE pipes. Diameter of the HDPE pipe should be 25mm of Std. Make with
ISI mark.
(i) Back filling in compacting of the excavated trenches according to the constructions
specifications and removal of excess earth from the site.
(j) Construction of pillar foundations erection, painting and sign writing of pillars.
(m) Jointing and End‐to‐End testing of Cables– Correspondence and Electrical tests.
Supply, fixing, painting and sign writing of root and joint indicators.
(n) Documentation: Submission of detail of work carried out.
(o) Modernized Method of cable laying should be incorporated, where, minimum
damage to the infrastructure is required i.e. cable laying machine maybe used for
such purposes.
(p) Vendor is required to maintain work log and activity sheets.
(r) Vendor must comply and confirm the above mentioned points in their proposals.
(s) There are three types of Cabling Distribution: ‐
● The Campus Backbone is the cabling system that provides data and/or
telecommunication services between buildings. It connects two or more Buildings
and will almost always be in the form of fiber optic cabling.
● The Building Backbone is the cabling system that provides telecommunication
services between floors or areas within a building. It connects the Building to the
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 38-
Floors and will usually consist of both fiber optic and copper links.
● The horizontal cabling is the cabling system that provides telecommunication
services from the Floor to the Nodes. It will almost always be in the form of copper
cabling but occasionally fiber optic may be required.
D) Standard Cabling Best Practices: (a) For Cabling, the Cable used shall be Standard Branded CAT6, 100ohm, 4 pair
unshielded twisted pair (UTP) For e.g. If 25 nodes are required at a floor with future
expansion planning of 20 more nodes, then in such situation planning should be
done for scalable distribution.
(b) All Floor uplink shall be provided on fiber only and if distance between two‐point is
around or more than 90 Mtr. CAT6 cable can be used for Up‐link.
(c) All node should be connected to switch through I.O. Port and Patch panel only.
(d) Cable Tagging shall be at both side and at both end (i.e. node side and rack side and
inside & outside of I.O port & Patch panel)
(e) Care must be taken to not to stretch or abrade cables during installation, i.e. the
pulling tension for cables must not be exceeded.
(f) Cables that pass through the infrastructure of the building shall be suitably protected
against damage. Through walls and floors this shall involve an appropriate type of
sleeve; through any form of metalwork or stiff plastic then a rubber grommet shall
be used.
(g) To ensure cable management and also strain relief, cables shall be properly dressed
using Velcro cable ties. However, cables ties should never be over tightened.
(h) On vertical runs, the cables shall be dressed and tied from the bottom up, thus
putting minimum strain on the cables.
(i) Cables shall not run behind radiators.
(j) In order that the system may be easily re‐routed, or damaged sections quickly
replaced, free access to the cable, where possible, is important
(k) Draw cords shall be left in ducting, piping etc. for future use
(l) Because of the nature of modern offices, I.S. insist dust sheets be used at all times.
(m) Special care shall be taken to avoid contact with dangerous materials e.g. asbestos
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 39-
(n) Sharp bends in the cable will damage the insulating material thus causing
unacceptable losses in the transmission medium. Therefore, the internal radius of
every bend in a cable shall be such as not to cause damage to the cable, nor impair
the characteristics of the cable.
(o) Patch panels shall be installed within the Communications 24 nodes from the top,
continuing downwards.
(q) The cable shall be clearly labeled at both ends, as outlined in the documentation
and/or drawing.
(r) High power electrical plant may produce switching transients and radio frequency
emissions that may induce interference on the UTP cable. Therefore, in addition to
the rules imposed by the IEE Regulations, data cables shall not run parallel to power
cables, especially where these cables may carry heavy switching loads. If, however,
this is unavoidable it is advisable to keep cables as far apart as possible. (Like
Transformer‐100CM, Electric Meter‐ 100Cm Fluorescent Light‐30Cm).
(s) Cable shall not be routed over pipes, conduits, other cabling, ceiling tiles, etc., but
shall rest directly on the supporting surface so as to minimize the potential for sharp
bends, kinks etc. Every cable used shall be supported in such a way that it is not 25
exposed to undue mechanical strain and so there is no appreciable mechanical strain
on the terminations.
(t) For cables which are not continuously supported, the maximum distance between
supports shall not exceed 50cm (horizontal or vertical).
(u) All newly installed Device must be capable of supporting CAT6a cabling.
E) The Scope of work for RF consists of following task:
1) The bidder will be responsible for end-to-end installation, commissioning and
maintenance of the RF link up to the termination point on network equipment at the
node
2) The RF link includes supply and installation of radios at both (base and remote)
location along with all the necessary components like Antennas, Mounting structure
(pole/Mast), clamps, cables(active/Passive), lightening arrester, earthing, aviation
lamp, etc.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 40-
3) The distance between the GOG Network node and the remote location may vary from
1km to 20kms.
4) The RF equipments connected in the GOG Network should be able to deliver
minimum throughput of 30mbps from day one.
6) The Radio‟s should be provided with at least 1 Ethernet 10/100/1000 Base-Tx port for
connecting to the network device provided by the GOG at the end locations.
7) The contractor shall carry out the survey/feasibility study wherever required, to
identify and resolve all the RF/data path related issues for the proposed
connectivity.
8) The Contractor will be responsible for site readiness and transportation of material,
erection and anchoring of support structure, earthing, lightening arrestor, STP/RF
cable, aviation lamp, surge protection, tower and other accessories.
9) It will be responsibility of the ITG to arrange and obtain all the necessary permissions
at the base and remote location for the required erection of the support structure
and installation.
10) The Contractor will be provided with the required access, power at each location for
installation and commissioning of the devices. However, it will be responsibility of
the bidder to extend the electrical power at each site as per actual requirement.
12) The Contractor is required to maintain the required the SLA, failing which
operational penalties will be levied.
13) The Contractor will have to use the IP schema provided by concern depart of GOG.
14) The Contractor shall be bound to the Service Level Agreement under the contract and
is supposed to provide the support service during the contract period.
6. APPROVALS / CLEARANCES / Power supply
a) Necessary approval /ROW / Clearance from various department shall be taken by ITG to
facilitate vendor to work in different buildings / roads/ departments etc..
b) Necessary power supply shall be provided by ITG to facilitate vendor to work in different
buildings / roads/ departments etc..
c) The bidder will be responsible for replacement of faulty equipment at sites accept power
surge issues at the sites, for power surge/Burning case vendor submit the budgetary after
approve ITG issue the PO.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 41-
7. HOW TO EXECUTE THE PROJECT.
A. CABLE LAYING WORKS
a) General The Underground OFC / Copper Cables are extensively used in
outdoor network of ITG networks. The cables are laid from ITG nodes or from
RUs (Remote Units) to Distribution Points (DPs). For the purpose of
flexibility, Pillars / Junction boxes are introduced in the network. The primary
cables, which are of higher size, are laid from ITG Network locations to Pillars
/ Junction boxes. The distribution cables are laid from Pillar / Junction box to
DP. The capacity of Pillars and DPs are decided in accordance with demand
and size of the network. The quality of construction of U/G cable Net Work
decides the quality and reliability of services, delivered to the users to a large
extent. Therefore, the construction practices of the U/G
b) Cables should be of very high quality, strictly in accordance with
constructions specifications.
c) The Cables / Components / Accessories to be used in the project must be of
approved brands.
d) Bidder should supply/install all required accessories weather it is mentioned
explicitly or not to
e) Adhere to the scope of work of this RFP. All active network components
should be IPv6 compatible and should be with IPv6 ready.
B. CONSTRUCTION SPECIFICATIONS Classification of Soil: For the purpose of trenching, the soil shall be categorized as
under.
a) Soft Soil
This will include all types of soils‐ soft soil/hard soil such as sand, gravel, loam,
clay, black cotton morrum, single, river or nalla bed boulders, soiling of roads, ,
densely pebbles/stones etc., lime concrete, mud concrete and their mixtures which
for excavation yields to the application of picks, showels, sacrifices, ripper and other
manual digging implements including chiseling.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 42-
b) Footpaths / Along Road Side:
Trenching on Foot Path or along Road on carpeted surface may be necessary in
certain Stretches where roads have been metaled edge to edge and there is no
un‐metaled corridor or footpath available for trenching and laying the cables.
(i) Tarmac (Asphalt) Foot Path/ Road: means Foot path / Road with tarmac surface
with or without compacted strata below the tarmac surface, irrespective of thickness
of Tarmac/Metal.
(ii) Kharanja: means Footpath / Road covered with various types of bricks with or
without compacted strata below the surface, irrespective of thickness of bricks.
(iii) Tiled Foot Path/ Roads: means Footpath / Road covered with various types of
tiles/stone slabs with or with out compacted strata below the tiled surface,
irrespective of thickness of tiles / stone slabs.
(iv) Cement Concrete Foot Path Road: means the surface on Footpath / Road
covered with CC (Cement Concrete) with or without compacted strata below the
surface,nirrespective of thickness of cement concrete.
c) Road Crossings:
(i) "Tarmac or Asphalt Road" means the road surface, which is metaled by
asphalt/tarmac normally having compacted strata below the metaled surface,
irrespective of thickness of asphalt/tarmac.
(ii) Kharanja Road: means road covered with various types of bricks with or without
compacted strata below the tiled road surface, irrespective of thickness of bricks.
(iii) Tiled/CC Road: means road made of tiles of any type/stone slabs/bricks or CC
road normally having compacted strata below the tiled/CC surface, irrespective of
thickness of tiles/CC.
(iv) RCC Road: means the surface made of cement concrete duly reinforced with
steel bars normally having compacted strata below RCC, irrespective of thickness of
RCC.
(v) WBM road: means water bound macadam surface made of stone, metal and
gravel and rolled with road roller.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 43-
At road crossings, the trenches shall be so dug that top of RCC pipe shall be at
one‐meter depth from ground level.
d) Excavation of Trenches
• Before excavation of trenches the route should be marked for trenching. Care should
be taken to see that the route of the trench to excavate is reasonably straight avoiding
the existing underground service.
• The Vendor should take trial pits to locate the underground services before
commencement of actual trenching. These trial pits shall be 30 cms. wide, 120 cms.
deep and 120 cms. Long at right angles to the proposed trench at an interval of 20 to
50 Mtrs along the proposed cable route. If a slab is encountered, the same may be
removed and trial pits may be made.
• In city areas, the trench will normally follow the footpath or the road except where it
may have to come to the edge of carriage way or cutting across roads with the
specific permission from the concerned authorities maintaining the road (such
permission shall be obtained by the Vendor). Outside the city limits, the trench will
normally follow the boundary of the roadside land. However, where the roadside
land is full of burrow pits or when the cables have to cross culverts / bridges or
streams, the trench may come closer to the road edge or in some cases, over the
embankment or shoulder of the road (Permission for such deviations for cutting the
embankment as well as shoulder of the roads shall be obtained by the Vendor).
• The alignment of the trench will be decided by Engineer‐In‐Charge or by TPA. Once
the alignment is marked, no deviation from the alignment is permissible except with
the approval of Engineer‐In‐Charge or TPA. While marking the alignment only the
center line will be marked and the Vendor shall set out all other works to ensure
that, the excavated trench is as straight as possible. The Vendor shall provide all
necessary assistance and labour, at his own cost for marking the alignment. Vendor
shall remove all bushes, undergrowth, stumps, rocks and other obstacles to facilitate
marking the center line without any extra charges. It is to be ensured that minimum
amount of bushes and shrubs shall be removed to clear the way and the Vendor shall
give all consideration to the preservation of the trees. The line‐up of the trench must
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 44-
be such that cables shall be laid in a straight line except at locations where it has to
necessarily take a bend because of change in the alignment or gradient of the trench.
e) Methods of Excavation:
In city limits as well as in built up areas, the Vendor shall resort to use of manual
labour only to ensure that no damage is caused to any underground or surface
installations belonging to other public utility services and / or private parties.
However, along the Highways and across country routes, there shall be no objection
to the Vendor resorting to mechanical means of excavation, provided that no
underground Installations exist in the path of excavation, if any, are damaged.
There shall be no objection to resort to horizontal boring to bore a hole of required size
and to push through G.I. Pipe through horizontal bore at road crossing or rail crossing
or small hillocks etc. Necessary barricades, night lamps, warning boards and required
watchman shall be provided by the Vendor to prevent any accident to pedestrians or
vehicles.
When trenches are excavated in slopes, uneven ground, inclined portion, and the lower
edge shall be treated as normal level of the ground for the purpose of measurement of
depth of the trench. In certain locations, such as uneven ground, hilly areas and all other
places, due to any reason whatsoever it can be ordered to excavate beyond standard
depth of 100 Cms. above the cable to keep the bed of the trench as smooth as possible.
If excavation is not possible to the minimum depth of 100 Cms. above the cable, as
detailed above, full facts shall be brought to the notice of the Engineer‐In‐ Charge / TPA
in writing giving details of location and reason for not being able to excavate that
particular portion. Approval may be granted in writing under genuine circumstances.
The Vendor shall be responsible for all necessary arrangements to remove or pump out
water from trench. The Vendor should survey the soil conditions encountered in the
section and make his own assessment about dewatering arrangements that may be
necessary. Wherever the soil is hard due to dry weather conditions, if watering is to be
done for wetting the soil to make it loose, the same will be done by the Vendor.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 45-
f) Trenching near culverts / Bridges:
At bridges and culverts the cable shall be laid in GI pipe of suitable size with the
permission of concerned authorities maintaining the roads/bridges. Such permission
shall be obtained by the Vendor. While carrying out the work on bridges and culverts,
adequate arrangement for cautioning the traffic by way of caution boards during day
time and danger lights at night shall be provided.
The GI pipe should be clamped to the outside of the parapet wall of the culvert or
bridge with the help of clamps, nails, nuts, bolts and screws of suitable size to ensure
that the pipe is securely fixed. The GI clamps should be of minimum 25 mm width and 3
mm thickness and should be fixed at an interval of 50 cms. If necessary, the pipe should
be taken to the parapet walls at the ends where the wall diverges away from the roads.
The work should be carried out in consultation with the authorities concerned
maintaining the roads and bridges.
In case of small bridges and culverts, where there is a likelihood of their subsequent
expansion and remodeling, the cable should be laid with some curve on both sides of
the culvert or the bridge to make some extra length available for readjustment of the
cable at the time of reconstruction of culvert or the bridge.
g) Excavation in Surfaced Strata:
1) Excavation on Footpath
The excavation of trenches in all types of footpaths including dismantling of
asphalt/all type of tiles/CC and WBM shall be done up to a depth such that the top
of the cable is 1.0 M below the normal ground level. The excavation on the footpaths
will be done manually. The Vendor shall have to provide shoring wherever
necessary, in case the depth of trench is more than one meter. It is expected that the
other services may be present below the footpath, therefore, extra care need to be
exercised while excavation of trenches.
2) Excavation of Trenches along the roads (which are carpeted end to end)
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 46-
The excavation of trenches along the roads which are carpeted from end to end
including
dismantling of' asphalt, concrete and WBM shall be done up to a depth such that the
top of the cable is 1.0 M below the normal ground level. The excavation along the
roads shall be done manually. The Vendor shall have to provide shoring wherever
necessary, in case the depth of trench is more than one meter. It is expected that the
other services may be present below the roads, therefore, extra care need to be
exercised while excavation of trenches.
3) Excavation at Road Crossings:
The excavation of trenches in all types of roads including dismantling of asphalt / all
type of tiles / CC and WBM shall be done up to a depth such that the top of the RCC
pipe Is 1.0 meter below the normal ground level. After excavation of trench, RCC
Pipes of 100mm/ 150mm/225mm /300mm dia shall be laid at the road crossings.
The roads, which are broad, may be opened for half their width, allowing the other
half for use of vehicular traffic. The second half of the width should be opened after
laying pipes and reinstating the first half of the trench. Pipes laid in the second half
should be coupled firmly with those laid in the first half. Care must be taken to
couple the pipes fully. The pipes should be laid with a slight slope from the center to
the sides of the road to prevent collection of water. 8 mm PP Rope shall be drawn
through the laid pipes to facilitate cleaning and cable pulling at a later date before
closing the trench.
As the work on road crossings entails lot of inconvenience to vehicular traffic and
pedestrians, it is desirable to bury extra pipes for future expansion at the initial stage
itself. The spare pipes must be sealed properly at both the ends of the road to obviate
the possibility of pipe getting chocked due to settlement of sedimentation etc. The
Vendor shall have to provide shoring, wherever necessary, in case the depth of
trench is more than one meter. Necessary barricades, night lamps, warning boards
and required watchman shall be provided by the Vendor to prevent any accident to
pedestrians or vehicles.
4) Trenches of Less Depth:
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 47-
The depth of trench is very important for future life of cables. Therefore, it is very
much necessary for Vendor to ensure that the standard depth is maintained in
normal circumstances. However, due to obstructions, if the standard depth cannot
be achieved, lower depths up to certain limits are acceptable by the authorities with
extra protection as per specifications. The relaxation shall be obtained from the
Engineering in charge/ TPA, giving reasons for not achieving standard depth.
h) Laying of Cables:
After excavation of trenches, approximately 5 Cms thick bed of soft soil/ or sand (in
case the excavated material contains sharp pieces of rock/stones) is laid before
directly laying the cable. Adequate care shall be exercised while laying the cables so
that the cables are not put to undue tension/pressure as this may adversely affect
the electrical characteristics of cables with passage of time.
Sharp bends shall be avoided. Bends, if any, the radius of curvature should be more
than at least six times the diameter of the cable. After the completion of laying,
sand/ sieved earth, free of stones etc., shall be placed over the cable to a height of 7.5
Cms.
The cables may be required to be pulled through RCC/ GI Pipes at road crossings,
Extra care should be taken to avoid damage to the cable while pulling through pipes
which may occur due to kinks. The Vendor should have the required tools and
equipments for the purpose to complete the job in a professional manner.
The Vendor shall ensure that trenching and cable laying activities are continuous,
without leaving patches or portions incomplete in between. When there are number
of cables of the same size in the same trench it becomes difficult to identify the
particular cable at time of maintenance. Therefore, identification collars bearing L.I.
Number of the cable shall be tagged to all the cables. The identification collars shall
be provided at an interval of not more than 2 meters.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 48-
i) Laying of OFC through Horizontal Directional Drilling (H.D.D.)
Excavation of trench and laying of HDPE Pipes through H.D.D. technique. The
Optical Fibre Cable shall be laid through PLB HDPE pipes. Back filling and dressing
of the excavated trenches. Blowing/puling of Optical Fiber Cable with proper tools
and accessories.
j) Back Filling and Compacting of the Excavated Trenches:
After laying the cables and providing warning/protection layer as per specifications,
the remaining portion of the trench shall be filled in and well tamped in steps. The
trench should be back filled in layers not exceeding 20 cms. Each at a time and
rammed. The Vendor shall remove the excess earth from the site and leave only a
crown of earth rising approximately 5 cms. In the center. This allows for natural
subsidence. When digging on footpaths, along roads and crossings, care should be
taken to see that the road is made motorable as soon as the work is completed. The
permanent reinstatement of roads and pavement shall be done by the local
authorities.
k) Erection of Pillars:
The pillars should be installed in safe places on footpaths at suitable locations
convenient and accessible for maintenance. The positions close to the edge of
footpaths, near transformers or below Electric Lines particularly H.T. Lines must be
avoided. The location of pillar, which may obstruct the view of drivers of vehicles as
on kerb lines at street intersections, locations in which the doors of the pillars when
opened constitute a danger to pedestrians or traffic must be avoided. In general, the
pillar shall be so located that reasonable and safe working conditions to the staff are
possible throughout the year. The height of the pillar shall be such that the pillar
does not get submerged during rains.
l) Jointing of cables:
The quality of jointing work is of immense importance and therefore, the jointing
work should be done experienced jointers using standard tools and accessories.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 49-
The work of cable jointing involves jointing of pairs by twisting. The quality of joint
is vital for overall electrical characteristics and quality of transmission of the
subscriber loop and therefore, the same has to be done meticulously.
The items of work involved in jointing are as under:
i. Digging the Pit for the Joint.
ii. Preparation of cable ends for jointing.
iii. Jointing of cable conductors by twisting or by machine jointing using modular
connectors.
iv. Closing the joint & Flooding of the joint (Flooding of Joints shall be
mandatory).
v. Providing protection to the joint with half round RCC Pipe/ Briks
vi. Back filling and compacting.
vii. Providing joint indicator and noting distances from three permanent points
for future reference to locate the joints.
The Vendor shall make hundred percent pairs available from end to end. To ensure
the availability of 100% pairs end to end it is a good practice not to close the joints
until all the pairs are tested from MDF to pillar for primary cable work and from
pillar to DP for distribution cable work. In case of some pairs missing, the defects
should be rectified at this stage itself, as the joints are still kept open. Once, all the
pairs are available, joint shall be closed properly using jelly and other accessories as
per instructions. Proper and adequate filling of jelly in the joints is of importance as
any water ingress and trapped in the cavities will result into low insulation fault at
later date.
m) Cable route & Joint Indicators:
Cable route and joint indicators are to be provided to indicate the cable route and
location joints. The route and joint indicators are to be used for cables laid in rural
areas as availability of land marks over wide expanse of lands is scanty. The route
indicators are to be placed at every 200 mts. and at every place where the cable
changes direction. Joint indicators are to be provided at all joints. For the sake of
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 50-
uniformity and from viewpoint of identification of cable at later date for
maintenance, the route / joint indicators shall be provided in the alignment of the
trench.
The route/Joint indicators shall be painted with Primer before painting with oil
paint. The route indicators shall be painted with yellow paint and joint indicators
shall be painted with red paint.
8. DOCUMENTATION TO BE PROVIDED TO ITG
The documentation should cover the following:
i. Management of New Connectivity
ii. Calculation of SLA using the platform provided the IA
iii. Cat6 & Fiber Cabling Overview
iv. Overview of Networking Components
v. Overview of IP addressing and machine Naming Convention
Troubleshooting
9. MODE SUBMISSION & LATE TENDERS
All the tenders are to be submitted in electronic mode only. The tender wizard will
not accept any tender submitted after the deadline for submission of Tenders
prescribed by the Purchaser. Towards the end of the deadline time, the tender
wizard server is likely to get jammed due to the heavy flow of traffic on the server.
Hence, all the Tenderers / Bidders participating in the tender are requested to
submit the bids well in advance before the deadline time period. The Managing
Director, ITG Government of Goa will not accept any responsibility for any
problems arising for delay in the submission of the tender.
The Tenderer / Bidder / Partner Should Quote For All The Items Listed In The
Commercial Bid.
If any bid that is opened does not contain quote/price for the items listed, then such
bid shall be rejected without any consideration and the quoted prices shall not be
used for comparing with the other eligible/opened bids.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 51-
10. OPENING OF THE TENDERS AND EVALUATION THEREOF BY THE
PURCHASER:
The purchaser shall download all the documents submitted by the tenderer / bidder
and place the same in the presence of tenderer / bidder or his/her authorized
representative who choose to attend, at 24.04.2019 at 11.00 am. on due date. The
tenderers / bidders representatives who are present shall sign an attendance
register.
The eligibility cum technical bid of the Tender document would be evaluated and
the list of technically qualified tenderers / bidders will be prepared by committee
constituted by the Managing Director,ITG. The decision of the committee in selecting
the bidder of Technical Bid will be final.
Eligibility Bid:
i. The tendering authority shall evaluate each bid that has been determined, up
to the stage of the evaluation, to be responsive.
ii. To evaluate a bid, the tendering authority shall use all the criteria and
methodologies defined in the bidding document
iii. The eligibility evaluation shall be completed by the designated Committee as
early as possible after opening of eligibility cum Technical bid.
iv. The bidders which could not qualify in eligibility evaluation will be informed
about this fact.
Technical Bid Evaluation
i. The bidder will be required to make a presentation on the technical Bid. The
presentation must include their understanding of the scope of the project,
with particular focus on the likely requirements of scope of the tender, their
methodology. And the bidders shall also propose action plan with any other
creative and innovative ideas, etc. before the Technical evaluation committee,
formulated by ITG.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 52-
ii. Bidders who will technically qualify for in the eligibility bid will be called for
the presentation. The date, time & venue for the same shall be intimated
through email.
iii. Technical expert (preferably the official who would lead the technical team on
this project) must be present to answer and satisfy the technical committee
during the technical bid process.
iv. It would also be appreciated if a similar solution implemented by the bidder
elsewhere may be presented during the Technical bid.
v. Bids providing information that is found to be incorrect/ misleading at any
stage/time during the Tendering process will be rejected.
vi. The bidders will have to obtain at least 70 marks to qualify for the opening of
the commercial bid as per the Evaluation criteria mentioned.
vii. Technical Bid containing commercial details will be rejected. Bids that reveal
prices in any form or by any reason before opening the Commercial Bid will
be rejected.
viii. All conditional bids shall be rejected.
ix. Evaluation Criteria:
The technical proposal will be evaluated using the following criteria
Sr
No
Evaluation Criteria Marks
i.
The bidder should have the experience of having successfully implemented works of IT infrastructure projects involving fiber, WAN, LAN,etc connectivity during the last 7 years from the date of inviting tender having Consolidate project values
> Rs 25 Crores = 25 Marks
> Rs 20 Crores < Rs 25 Crores = 22 Marks
> Rs 12 Crores < Rs 20 Crores = 20 Marks
25
ii.
The bidder must have on its roll at least 50+ technically qualified professionals in networking, systems integration and prior experience in providing the network infrastructure maintenance services
> 150 Professionals = 20 Marks
20
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 53-
> 100 Professionals<150 Professionals= 15 Marks >50 Professionals< 100 Professionals = 10 Marks
iii.
The bidder should have on its roll 05 full time professionals with professional certifications like CCNA, Networking ,etc
05
iv.
The bidder should have an average annual Turnover of Rs 15 Crore in the last 03 years as on date of notice inviting tender.
> Rs 25 Crores = 20 Marks
> Rs 20 Crores < Rs 25 Crores = 15 Marks
> Rs 15 Crores < Rs 20 Crores = 10 Marks
20
v
Technical Presentation
A). Understanding of the proposed scope of the Project B). Work Plan approach C).Proposed methodology by the Bidder
30
Total weightage: 100%. To qualify for commercial opening- 70%
The commercial bids in respect of the bidders qualifying the technical bids will be
intimated about the date and time by a letter/email. The details will be displayed on
the notice board of the ITG, at least one (01) day in advance along-with list of those
tenderers / bidders who are approved / qualified technically for the bid. Non
receipt of e-mail will not be accepted for raising any dispute and it shall be the
responsibility of the bidder to find the details from the website or the Notice Board.
The Managing Director, ITG on the advice of the committee, reserves to himself the
authority to reject any or all of the tenders received without assigning any reasons
thereof and does not bind him to accept the lowest tender or to place the full order
on any one of the tenderer / bidder.
ITG‟s decision on the dispute in any way touching or concerning the tender will be
final.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 54-
Commercial Bid Evaluation
i. Only those Bidders, who qualify the eligibility cum technical bid and with a
technical threshold of 70% marks (evaluation criteria) , shall be called for the
opening of the commercial bid.
ii. Bids which do not confirm unconditional validity of the bid from date of
opening of bid will be rejected.
iii. Bids in respect to which the bidder does not accept the rectification of
arithmetic discrepancies in the commercial bid (if any) will be rejected.
11. CLARIFICATION OF TENDERS:
To assist in the examination, evaluation and comparison of Tenders, the Purchaser
may, at its discretion ask the tenderer / bidder for the clarification. The response
shall be online through e-tender website/ e-mail or in writing only. Any clarification
submitted to the bidder with regards to his bid that is not in response to a request by
the purchaser shall not be considered.
12. CONTACTING THE PURCHASER:
No tenderer / bidder shall try to influence the Purchaser on any matter relating to the
tender, from the time of the Tender opening till the time the contract is awarded. This
may result in the rejection of the tender and blacklisting the tenderer / bidder.
13. PROCEDURE FOR SELECTION OF SUCCESSFUL BIDDER:
a) Evaluation of sub part A and sub part B of the tender would be done part – wise for each of the sub
parts.
b) The Scrutiny of the eligibility cum technical bid will be done by a committee duly constituted by
ITG.
c) After the scrutiny of the eligibility cum technical bid by the committee the commercial bids of the
firms which have qualified in the eligibility cum technical shall be opened as notified in the NIT.
d) ITG shall then open the commercials of the qualified Vendors to determine the lowest (L1) quotes
for the various IT components / Services.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 55-
e) The offers shall be evaluated for the overall cost quoted by the bidder(s). However, ITG reserves the
right to negotiate with the L1 bidder for matching the rates for the components that may be quoted
lower than the overall declared L1
f) ITG reserves the right to negotiate with any of the responsive vendors and decision of the ITG is
binding on all bidders.
14. PURCHASER’S RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY OR
ALL TENDERS:
The purchaser reserves the right to accept or reject any tender and to annul the
tendering process and reject all tenders, at time prior to award for contract without
assigning any reason whatsoever and without thereby incurring any liability to the
affected tenderer(s) / bidder(s) on the ground for purchaser‟s action.
15. EARNEST MONEY DEPOSIT (E.M.D.)
An Earnest Money Deposit (E.M.D.) of Rs. 30 Lakhs (Rupees Thirty Lakhs) should
be provided by the Bidder. The EMD to be paid online through e-payment mode via
NEFT/RTGS/OTC/debit card/credit card facility net-banking (AXIS bank) with
preprinted challans available on e-tendering website and directly credit the amount
to ITG account as generated by challan and upload the scanned copy of
NEFT/RTGS/OTC/debit card/credit card /net-banking(Axis ban) challan along
with bid or in the form of Bank Guarantee or Fixed Deposit Receipt valid for a
minimum of 180 days, drawn on any Nationalized/Scheduled bank in favor of Itg,
Panjim- Goa as per the format at ANNEXURE-III original to be submitted to the
Department before opening of eligible/technical bid. EMD in any other form will
not be accepted. Tenders submitted without valid E.M.D. shall be rejected at the time
of opening of the eligible/technical bid.
16. DETAILS TO BE FURNISHED
a. All particulars must be furnished, as asked for, in the specified formats for
eligibility and commercial bids in the tender document.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 56-
b. To maintain parity in rates quoted and to ensure fair comparison, the rates quoted
should be for Goa CGST &SGST billing i.e. billing location of items to be supplied
should be from within the state of Goa and should be inclusive of all levies and all
the taxes applicable and the rates should be clearly indicated in words and
figures. Whenever there is discrepancy between words and figures, the rate
indicated in words shall apply and be treated as quoted rate. ITG shall not
provide any kind of “Forms” and/or documents which may be used to get any
kind of tax concessions.
17. BID VALIDITY
a. The Bid offer should be valid for minimum 180 days from the date of submission.
b. The bids valid for a period shorter than specified period shall be rejected.
18. DURATION OF CONTRACT
For Sub Part A: ITG can issue individual work orders till the completion of 3 years from the
award of contract to bidder. This contract shall be valid and remain in force for a period of 3
Years from the issuance of the individual work order for respective works
For Sub Part B: ITG can issue individual work orders till the completion of 5 years from the
award of contract to bidder. This contract shall be valid and remain in force for a period of 5
Years (the first 3 years being the warranty phase) from the issuance of the individual work
order for respective works
19. PERFORMANCE BANK GURANTEE
a) The EMD amount of the successful bidder will be retained by ITG until the validity
of the contract as performance security. This amount shall not be adjusted as against
individual purchase order.
b) The Vendor shall furnish Performance Guarantee as provided at the time of
purchase order to ITG for an amount equal to 05% of the value of Purchase Order.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 57-
c) PBG at the time of submission of the bills, for the work carried out to the user
department.
d) The performance guarantee will be in the form of bank guarantee for the amount
equal of 05% of The value of the purchase Order towards faithful performance of the
contract obligation, and Performance of the equipments during delivery, installation
and Warranty period of 3 years (for sub part A) and 5 years (for sub part B) .
e) In case of poor and Unsatisfactory field services, GoG/user department shall invoke
the PBG.
The Performance Guarantee shall be valid until the completion of warranty obligations for
the respective Purchase Order. The PBG shall be denominated in Indian Rupees and shall
be in the form of an unconditional Bank Guarantee issued by Nationalized and Scheduled
Banks operating in India. The Performance Guarantee shall be discharged by ITG and
returned to the Vendor within 15 days from the date of expiry of the Performance Bank
Guarantee.
20. PAYMENT SCHEDULE
(a) The payment shall be made to the bidder on the verification of the work carried out
the bidder by ITG officials.
(b) The bidder shall be issued with multiple P.O‟s within the validity of 3 years as per
the requests received by ITG from time to time for new GBBN connectivity, shifting
of GBBN Connectivity and for rectification of GBBN Connectivity.
(c) The payment terms are as follows:-
Payment of Material
70% after delivery, installation, commissioning with User Sign off report, 30% after discovered in NMS.
Payment of installation service
• This would be apportioned and paid on a quarterly basis (net of liquidated damaged if any) over 3 years during the warranty period.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 58-
Payment of maintenance service (AMC)
This would be apportioned on a quarterly basis (net of liquidated damaged if any) over applicable AMC.
21. OTHER TERMS AND CONDITIONS
ITG reserves the right to
a. Select one or multiple vendor for the parts - Sub Part A and Sub Part B
b. Select one or multiple vendor for each of the parts. In other words, Sub Part A could have
more than one vendor. Similarly, Sub Part B could have more than one vendor
c. ITG reserves the right to accept and / or reject any bid, to annul the tender process and reject
any or all bids at anytime prior to or after the award of the work, without thereby incurring
any liability to the affected bidder or bidders and any obligation to inform the affected bidder
/ bidders of the ground of ITG’s action.
d. The authority reserved the right to recall the tender process and to invite fresh bids or the
mandate herein proposed.
e. ITG is not bound to accept the lowest commercial bid as the technical competence and the
legal standing of the bidder and the quality of services anticipated to be provided by the
bidder will be material criteria for awarding the bid.
22. AGREEMENT
(a) The successful bidder shall execute an Agreement, for fulfillment of the terms and
conditions of the said project / contract on Rs. 100/- Non-Judicial Stamp Paper (or as
required by law), within 15 days from the date of work order or after the approval of
Government (Law Department) for signing the agreement.
(b) The incidental expenses of execution of Agreement, shall be borne by the successful
bidder (hereinafter, the successful tenderer/bidder is referred to as the
“Contractor”).
(c) The conditions stipulated in the Agreement shall be strictly adhered to and violation
of any of these conditions will entail termination of the Agreement, without
prejudice to the rights of the ITG for recovery of any consequential loss from the
Contractor.
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 59-
23. TERMINATION
ITG may terminate this contract in whole or in part by giving the Implementation
Agency (IA) prior and written notice indicating its intention to terminate the contract
under the following circumstances:
(a) When it comes to ITG‟s attention that the IA (or the Implementation Agency Team)
is in a position of actual conflict of interest with the interest of ITG in relation to the
any of the terms of the implementation agencies bid, the tender or this contract.
(b) Termination for default: ITG may at any time terminate the contract by giving 15
days written notice to the implementation agency without compensation to the IA in
the event of default on the part of IA which may include failures on the part of IA to
respect any commitments with regards to any part of its obligations under its bid,
the tender or under this contract.
(c) Action(s) taken consequent to termination:
Retain such amounts from the payment due and payable by ITG to the IA as may be
required to offset any loses caused to ITG as a result of such event of default and the
IA shall compensate ITG for any such loss, damages or other costs, incurred by ITG
in this regard. Nothing hearing shall affect the continued obligation of IA/other
members of its team to perform all their obligations and responsibilities under this
contract in an identical manner as where being performed before the occurrence of
default.
Invoke the Performance Bank Guarantee furnish here under, recover such other
costs/loses and other amount from IA may have resulted from such default and
pursue such other rights and / or remedies that may be available to ITG under law.
24. FORCE MAJURE
a) The contractor shall not be liable for any loss, damage, injury or delay which is
due to fault or causes beyond the control of the contractor or force majored (but
subject to all other clauses of this agreement) such as acts of God, Government
directions, riots, war, Civil Commotion, Sabotage, fires, lightening, floods,
earthquakes, explosions or other catastrophes, epidemics, quarantine,
restrictions, strikes, lockouts, and other labor troubles, embargoes, theft of
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 60-
materials of the contractor, or other transportation delays beyond the control of
the contractor.
b) In the circumstances mentioned in para mentioned above, the contractor shall
not be liable for any loss of profit, consequential damages or any claim or
demand by the ITG or by any other party, even if the contractor has been
advised by the ITG of the possibility of such damages.
c) The damaged caused if any, either to the machines or to any other property of
the Government department through negligence or otherwise, shall be at risk,
cost and responsibility of the contractor or proportionate amount will be
deducted towards such charges.
25. ACCEPTANCE AND WITHDRAWAL
a) The final acceptance of the tender would entirely vest with the Managing
Director, ITG, Government of Goa who reserves the right to accept or reject any
or all the tenders without assigning any reasons whatsoever thereof and does not
bind himself to accept the lowest tender. There is no obligation on the part of the
Managing Director, ITG, Government of Goa to communicate in any way with
the rejected bidders. After acceptance of the tender by ITG, the bidder shall have
no right to withdraw his tender or claim higher price.
b) Tender with incomplete information/documentation or without valid EMD is
liable for rejection without any notice/intimation to the tenderer/bidder.
c) If any information given by the Contractor / Tenderer / Bidder / OEM is found
to be false / fictitious, the Contractor / Tenderer / Bidder / OEM will be
debarred for 5 years from participating in any of the ITG tenders.
d) All disputes, differences and questions whatsoever, which may arise between the
Tenderer / Bidder / Contractor and the Managing Director, ITG, Government of
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 61-
Goa in any way arising out of or relating to the terms and conditions or the
construction or application thereof, any clause or thing therein contained, or the
rights, duties and liabilities of either party, or otherwise in connection therewith
shall be referred to the sole arbitration of a person appointed by the Secretary(IT),
Itg, Government of Goa. There shall be no objection from the Tenderer / Bidder /
Contractor to such appointment. The decision of the arbitrator in the arbitration
shall be final and binding on both the parties. All such arbitration proceedings
shall be subject to the provisions of the Arbitration and Conciliation Act, 1996
(Central Act 26 of 1996), or any statutory modification or re-enactment thereof
and the rules made there under for the time being in force.
e) In case of any dispute, the Court at Panaji, Goa, shall have the jurisdiction over
the same.
26. INFORMATION SECURITY
The Selected Bidder shall not carry and/or transmit any material, information layouts,
diagrams, storage media or any other goods/material in physical or electronic form,
which are proprietary to or owned by the ITG, out of premises, without prior written
permission from ITG. The Selected Bidder shall, upon termination of this agreement
for any reason, or upon demand by ITG, whichever is earliest, return any and all
information provided to the Selected Bidder by ITG, including any copies for
reproductions, both hard copy and electronic.
27. EXIT MANAGEMENT
(a) Exit Management Purpose
This schedule sets out the provisions, which will apply on completion and
termination of the contract.
The parties shall ensure that their respective associated entities carry out their
respective obligations set out in this exit management schedule.
(b) Cooperation And Provision of Information - During the exit management period
the shortlisted IA will allow ITG/Gog or its nominated Agency (TPA/Consultant) to
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 62-
access information required to define the current mode of operation, enabling the
State Nodal Agency to assess the existing services being delivered.
(c) Confidential Information and Security Data – The Shortlisted IA will promptly on
the commencement of the exit management period, supply to the client and/ or
nominated agencies the following:
Information relating to the current services rendered and performance data relating
to the performance of the services, documentation relating to the Project,
configuration of all the equipment‟s, intellectual property Rights, any other data and
confidential information related to the project within 90 days from issue of work
order.
All other information (including but not limited to documents records and
agreements) relating to the services reasonably necessary to enable the client and /
or nominated agencies to continue the services of the project.
28. CLARIFICATIONS AND AMENDMENTS IN TENDER
At any time before the submission of proposals, ITG may amend the tender/RFP
document by issuing an addendum/corrigendum in writing or by standard
electronics means, the addendum/corrigendum shall be uploaded on the e-tender
portal and it is the responsibility of the bidder to check for the same on e-tender
portal and will, be binding on them. To give bidders reasonable time in which to
take on amendment into account in their proposal, ITG may, if the amendment is
substantial, extend the deadline for submission of proposal.
NOTE: Kindly refer the below mentioned parts as continuation of the tender
PART – II ( Technical Specifications & Compliance)
PART - III (Commercial Bid Format)
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 63-
ANNEXURE-I
U N D E R T A K I N G
(To be filled by the Bidder only)
To, The Managing Director,ITG 3rd floor, IT-HUB, Panjim- Goa. Sub: Undertaking for participating in the tender for for providing new GBBN connectivity and rectification of network issues in various government departments/corporations/autonomous bodies /schools /higher secondary’s /colleges We, _____<Name of the firm>______, having a registered office at _______<Office
address>__________, bearing registration no. <Registration no.>, have submitted the bids Rate
Contract for selection of Agency for
Sub part A. Providing new extended WAN Connectivity, relocation of WAN and rectification of WAN network issues in various Government Departments / Corporations/Autonomous Bodies /Schools /Higher Secondary /Colleges
Sub part B. Providing equipment and adhering to service requirements related to delivery and
replacement of equipment for Goa broadband project
(Only mention the subpart for which the bidder is applying for)
We hereby agree to strictly abide by the Terms & Conditions of the tender, and also to
undertake full responsibility for the successful execution of the Contract for a period of five (5)
years.
We hereby confirm that we are neither we are blacklisted/barred by Government / Semi –
Government / Quasi- Government organization or Govt. Corporation, as on date.
We hereby also declare that all the particulars furnished by us in this Tender are true to the
best of my/our knowledge and we understand and accept that if at any stage, the information
furnished is found to be incorrect or false, we are liable for disqualification from this tender and
also are liable for any penal action that may arise due to the above.
We declare that the Commercial bid has been submitted without any conditions and strictly
as per the conditions of the tender document and we are aware that the Commercial bid is liable
to be rejected if it contains any other conditions.
Authorized Signatory with Name, Designation & Date:
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 64-
ANNEXURE-II
Format of sending Pre-bid queries
Ref: RFP Notification no <xxxx> dated <did/mm/yy>
Name of the Bidder- <<>>
Contact Address of the Bidder- <<>>
Email ID : Phone no :
Sr. No Rate Contract Document
References (Section & page
Number(s))
Content of Rate Contract
requiring Clarifications
Points of
Clarifications
Signature:
Name of the Authorized signatory:
Company seal:
RATE CONTRACT FOR SELECTION OF AGENCY FOR PROVIDING NEW EXTENDED WAN CONNECTIVITY
AND RECTIFICATION OF NETWORK - 65-
ANNEXURE III- Authorization Letter from Original Equipment Manufacturer (OEM)
(To be provided as part of Technical Bid on letter head Signed by the authorized representative of
OEM in favor of „bidder‟) To, Tender Ref No: Subject: Dear Sir, I/We ................................................... [Manufacturer] having our office/works at ………………………hereby certify that ……………………………………………………………………. is an authorized ............... [relationship] of ................... [Manufacturer] and they are authorized to represent .............. [manufacturer] in submitting their bid for ............................. [product & services] and conclude the contract with you. We …………………………………....... [manufacturer] are confident of …………………………………….. Ability to represent us and provide full support in making your project successful. We .............. [manufacturer] have authorized .............................. to quote for this tender. I / We ................................................... hereby commit & confirm the following: a) The duration of the service support will be for a period of seven years from the date of supply of equipment. b) The equipment (s) quoted for this bid will not be declared End-of-Support for next 7 years. Signature .............. Name .................... Designation ...................
END