+ All Categories
Home > Documents > Corrigendum2 and response to Queries - Tamil Nadu Arasu ... · Response to Pre-Bid Queries for RFP...

Corrigendum2 and response to Queries - Tamil Nadu Arasu ... · Response to Pre-Bid Queries for RFP...

Date post: 08-Jul-2018
Category:
Upload: phamthuan
View: 219 times
Download: 0 times
Share this document with a friend
34
Page 1 of 34 Response to Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation & Maintenance of ISP NOC and Network for TACTV Clarification to the queries Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016 Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation & Maintenance of ISP NoC and Network for TACTV # RFP Reference Actual Clause in RFP Clarification Sought Clarification Section No Clause No Page No 1 NA NA Please share a high-level architecture based on which the various networking components are sized and listed in the RFP. Please Refer the Clause 16.4 - "ISP Network - Requirements and Design Guidelines" of the RFP. The solution/architecture is to be proposed by the bidder based on the network requirements & design guidelines. 2 19 A 3 50 Aggregation Switch: Complete Layer 3 unicast and multicast routing protocol suites are supported, including BGP, Open Shortest Path First (OSPF), Enhanced Interior Gateway Routing Protocol (EIGRP), Routing Information Protocol Version 2 (RIPv2), Protocol Independent Multicast sparse mode (PIM-SM), Source-Specific Multicast (SSM), and Multicast Source Discovery Protocol (MSDP). Multiprotocol Label Switching (MPLS). The specifications for this talk of proprietary protocols like EIGRP. Request you to remove the same Even though it is not a proprietary as on date and however, it is not a mandatory requirement. Please refer to corrigendum 3 19 A 3 50 Aggregation Switch: The uplink must support 100-Gbps OR 40-Gbps ports, OR a combination of 10-, 40-, and 100-Gbps connectivity. This clause suggests 3 options for Ports. Please clarify the requirements. Is it 100Gbps only or 40 Gbps only or should it be both 40Gbps and 100 Gbps? Also please clarify the number of ports required? Please Refer the Clause 16.4 - "ISP Network - Requirements and Design Guidelines" of the RFP. The Switch shall support the scalability requirements specified in the RFP.
Transcript

Page 1 of 34

Response to Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NOC and Network for TACTV

Clarification to the queries

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

1

NA NA Please share a high-level architecture based

on which the various networking components

are sized and listed in the RFP.

Please Refer the Clause 16.4 - "ISP Network

- Requirements and Design Guidelines" of

the RFP. The solution/architecture is to be

proposed by the bidder based on the network

requirements & design guidelines.

2

19 A 3 50 Aggregation Switch:

Complete Layer 3 unicast and multicast

routing protocol suites are

supported, including BGP, Open Shortest

Path First (OSPF), Enhanced

Interior Gateway Routing Protocol

(EIGRP), Routing Information Protocol

Version 2 (RIPv2), Protocol Independent

Multicast sparse mode (PIM-SM),

Source-Specific Multicast (SSM), and

Multicast Source Discovery Protocol

(MSDP). Multiprotocol Label Switching

(MPLS).

The specifications for this talk of proprietary

protocols like EIGRP. Request you to remove

the same

Even though it is not a proprietary as on date

and however, it is not a mandatory

requirement. Please refer to corrigendum

3

19 A 3 50 Aggregation Switch:

The uplink must support 100-Gbps OR

40-Gbps ports, OR a combination of 10-,

40-, and 100-Gbps connectivity.

This clause suggests 3 options for Ports.

Please clarify the requirements. Is it 100Gbps

only or 40 Gbps only or should it be both

40Gbps and 100 Gbps? Also please clarify

the number of ports required?

Please Refer the Clause 16.4 - "ISP Network

- Requirements and Design Guidelines" of

the RFP. The Switch shall support the

scalability requirements specified in the RFP.

Page 2 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

4 19 A 3 50 Aggregation Switch:

Ports – 32x1GE, 8x10GE.

Please clarify the type of ports (Copper/Fiber)

required

The Ports will be Fiber only.

5

19 A 4 50 Peering Switch:

The uplink must support 100-Gbps OR

40-Gbps ports, OR a combination of 10-,

40-, and 100-Gbps connectivity.

This clause suggests 3 options for Ports.

Please clarify the requirements. Is it 100Gbps

only or 40 Gbps only or should it be both

40Gbps and 100 Gbps? Also please clarify

the number of ports required?

Please Refer Clause 16.4 - ISP Network -

Requirements and Design Guidelines. The

Switch shall support the scalability

requirement specified in the RFP.

6 19 A 4 50 Peering Switch:

Ports – 12x10GE.

Please clarify the type of ports (Copper/Fiber)

required

The Ports will be Fiber only.

7

19 B 6 38, 51

and 67

Monitoring Solution Specs are too minimal and doesn’t address

the key functional requirements of the

solution. Hence we recommend that the specs

be made exhaustive and more specific by

including the following clauses:

· Should dynamically and automatically

discover and correlate event, topology and

metrics data

· Provide single, consistent, and holistic view

of the entire IT ecosystem covering

virtualization technologies, cloud

infrastructure, third-party products,

applications, servers, storage, networks etc.

· Identify trends and pinpoint issues by using

easy-to-create charts with replay, which

correlates disparate data over any time period

visually with ease

· Automated log analytics feature to

automatically distill millions of logs to the

relevant logs

Please Refer the Clause 17.1 - " Monitoring

Solution at NOC" of the the RFP. The State

of Art monitoring solution has to be

proposed by the bidder to meet all the

operational requirements of carrier grade ISP

network and as well to generate the relevant

reports and customized periodical SLA

reports.

Please refer corrigendum

Page 3 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

· Predictive analytics to provide behaviour

trends from metrics and log data, leveraging

historical trends and seasonality to predict

future performance and identifying problems

before users are impacted.

8

19B 11 69 Storage The current specs doesn’t mention the

scalability requirement in terms of the

numbers of disk drives required. Please

clarify

Please Refer Clause 16.4 - ISP Network -

Requirements and Design Guidelines. The

Storage shall support the scalability

requirement as spelt in this clause

9

19B 13 71 DC Core Switch:

The uplink must support 100-Gbps OR

40-Gbps ports, OR a combination of 10-,

40-, and 100-Gbps connectivity. This

clause suggests 3 options for Ports.

Please clarify the requirements. Is it 100Gbps

only or 40 Gbps only or should it be both

40Gbps and 100 Gbps? Also please clarify

the number of ports required?

Please Refer the Clause 16.4 - "ISP Network

- Requirements and Design Guidelines" of

the RFP. The Switch shall support the

scalability requirement as spelt in this clause.

10

19B 13 71 DC Core Switch:

Ports – 72x1GE, 4x10GE.

Please clarify the type of ports required The Ports will be Fiber only.

11

19C 19 78 Helpdesk We feel that current specs addresses the basic

requirements of helpdesk system. However,

certain enhancements are mandatory to make

it more productive and error-free. Hence we

recommend the following clauses be

included:

· Solution should allow for a feature to

quickly submit a Service Desk ticket by just

entering a description or attaching a

screenshot. Solution should intelligently

populate other fields such as category or

affected services by extracting and analyzing

the content that you entered in the ticket

Minimum requirements are specified and

bidder can enhance the facilities as part of

the solution proposed.

Page 4 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

· Solution should allow Analytics on top

of In-tool reporting results to provide more

insight based on the unstructured data

12

19D 1 80 District Switch:

The products must be fully compliant with

the CEF 2.0 certification for ELine,

E-LAN, E-Tree, and E-Access.

Support required for services specified by

MEF as well as configuration of all

attributes that characterize them,

specifically the following MEF 6.1, MEF

9, MEF 10.2, MEF 14, MEF 18, MEF 21,

MEF 25 y MEF 27 for Ethernet services

providers.

CEF / MEF certification of switches limits

the play to a couple of vendors. Hence, we

request you to remove this so that a wider

choice of solutions based on different

technology architecture and performance are

available for TAC TV.

It is preferred only. Please refer to

corrigendum

13 19D 1 80 District Switch:

Port required – 24 x GE

Please specify the type of ports - Copper /

Fiber

The Ports will be Fiber only.

14

19E 80 Taluk Switch:

The products must be fully compliant with

the CEF 2.0 certification for ELine,

E-LAN, E-Tree, and E-Access.

Support required for services specified by

MEF as well as configuration of all

attributes that characterize them,

specifically the following MEF 6.1, MEF

9, MEF 10.2, MEF 14, MEF 18, MEF 21,

MEF 25 y MEF 27 for Ethernet services

providers.

CEF / MEF certification of switches limits

the play to a couple of vendors. Hence, we

request you to remove this so that a wider

choice of solutions based on different

technology architecture and performance are

available for TACTV.

It is preferred only. Please refer to

corrigendum

15 19E 80 TalukSwicth:

Port required – 12 x GE

Please specify the type of ports - Copper /

Fiber

The Ports will be Fiber only.

Page 5 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

16

18.1 16 45 Firewall for DC Quantity Column is Empty. Request you to

Share the Quantity for this Firewall

Requirement

Please refer to corrigendum

17

19 5 50

51

The Web Security solution (URL and

content filtering solution) must be an

integral part of the proposed security

solution

The Proposed solution should support a

throughput of 20Gbps in year 1, scalable

to 50 Gbps in year 2 and up to 100 Gbps

in Year 3

Request you to let us know what all security

features to be covered in Content Filtering eg.

Anti-Virus, Anti-Bot, etc..

Request you to let us know whether the

throughput mentioned is only Firewall

Throughput.

Is the throughput mentioned is Production

Performance (Real World - IMIX) or Ideal

Testing conditions

URL & content filtering solution shall be

designed to meet the regulatory

requirements.

It is production performance only.

The solution shall provide URL Filtering

services using external dynamic lists, internal

lists and predefined categories for URL and

content filtering and Application control, to

allow the Government the ability to restrict

applications on a need basis. If the

Government decides to provide secure

internet services to the citizens of the state, it

must be possible to add on these services

(including IPS, Antivirus and Anti Spyware)

without reducing the expected performance

of the solution. To this end, the solution must

provide a Threat prevention throughput of

20Gbps in Year 1, 50Gbps in Year 2 and

100Gbps in Year 3”

18

19 5 51 Ports – 5 x 10 GE Request you to let us know whether any

additional interfaces required other than the

one mentioned.

Ports 4 x 10 GE and necessary port for HA.

Please refer Clause 16.4. Refer corrigendum.

Page 6 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

19

19 14 71 The proposed appliance based security

platform should be capable of providing

comprehensive next generation firewall

with application based FW, IPS, Anti-

virus, Anti-spam, APT protection and

URL filtering functionality in a single

appliance from day one.

APT protection is generally provided as a

separate solution either on cloud or private

appliance. Request you to let us know

whether the APT Protection has to be

provided on Cloud or private appliance

Both will be acceptable.

20

19 14 71 The proposed firewall should support at

least 5 Gbps of real-world HTTP

throughput with all threat prevention

features enabled – Real-World HTTP

Throughput

Request you to let us know whether the

throughput mentioned is Production

Performance (Real World - IMIX) or Ideal

Testing conditions.

Production performance only.

21

19 14 72 Ports – 5 x 10 GE Request you to let us know whether any

additional interfaces required other than the

one mentioned.

Minimum Ports 4 x 10 GE and necessary

port for HA.

22

9 9.1 28 9.1 Phase I Payment Kindly let us know in how many days will

TACTV make payments to the vendor, once

the defined work related milestone is

achieved?

30 days (typical) from the date of

acceptance/approval of the mile stones

achieved.

23

19 (A)

Core ISP

Networks

Compone

nts

IPoE

Gateway

Router

&

CGNAT

48 Sr.No:1 The products must be fully

compliant with the CEF 1.0 and 2.0

certification for E-Line, E-LAN, E-Tree,

and E-Access.

Please remove CEF certification or make is

optional

It is preferred only. Please refer to

corrigendum

24

19 (C)

Order

Managem

ent

NAT

Log

Manage

ment

62 Please specify duration for Log Storage Please refer clause No. 16.4 for the network

requirements and the duration shall be as per

the regulatory compliance

Page 7 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

25

19 (C)

Order

Managem

ent

DC

Firewall

71 Sr.No:14 The proposed appliance based

security platform should be capable of

providing comprehensive next generation

firewall with application based FW, IPS,

Anti virus, Anti spam, APT protection and

URL filtering functionality in a single

appliance from day one.

Anti Spam solution will not be so effective

when bundled as Gateway Solution. Plesae

remove Antispam

No change in the requirements.

26

19 13 71 The switch should have a per slot

throughput of at least 3 Tbps

3 Tbps per slot looks to be too high

considering the requirement here. This needs

to be reduced to match the current and future

needs

No change in tender requirements.

27

19 14 71 The proposed appliance must be based on

standard computer technology (not

ASICs) so that future enhancements and

protocols do

not require hardware refresh to support

Statement is not exactly true as custom ASIC

based systems ensure that new features and

technology gets added without a complete

change of hardware. This line needs to be

changed

No change in tender requirements.

28

18 E and F 46 The district nodes and taluk nodes has 2

switches each

total switches to be quoted is for 32 x 2 = 64

for districts and 100* 2= 200 for taluk in day

1 ?

Please refer page no. 133.

29

18 1 48 Cisco Nonstop Forwarding (NSF) and

Nonstop Routing (NSR); Smart Call

Home (SCH);

vendor specific featured needs to be removed Please refer corrigendum

30

19 3 50 Complete Layer 3 unicast and multicast

routing protocol suites are supported,

including BGP, Open Shortest Path First

(OSPF), Enhanced Interior Gateway

Routing Protocol (EIGRP), Routing

Information Protocol Version 2 (RIPv2),

Protocol Independent Multicast sparse

mode (PIM-SM), Source-Specific

Multicast (SSM), and Multicast Source

EIGRP is a vendor specific protocol and

hence needs to be removed

Even though it is not a proprietary as on date

and however, it is not a mandatory

requirement.

Page 8 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

Discovery Protocol (MSDP).

Multiprotocol Label Switching (MPLS)

31

19 4 50 Complete Layer 3 unicast and multicast

routing protocol suites are supported,

including BGP, Open Shortest Path First

(OSPF), Enhanced Interior Gateway

Routing Protocol (EIGRP), Routing

Information Protocol Version 2 (RIPv2),

Protocol Independent Multicast sparse

mode (PIM-SM), Source-Specific

Multicast (SSM), and Multicast Source

Discovery Protocol (MSDP).

Multiprotocol Label Switching (MPLS)

EIGRP is a vendor specific protocol and

hence needs to be removed

Even though it is not a proprietary as on date

and however, it is not a mandatory

requirement.

Page 9 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

32

19 48

Onwards

Custome

r Portals,

DNS

Systems,

Peerimg

Routers,

Partner

Portals,

IPTV

Security provided at Network with dedicated

DDOS solution.

Request to Consider the Point as The

application is accessible through internet.

From past 5 years the attacks have risen

tremendously from network level DDOS like

TCP/UDP/ICP floods to application level

DDOS like HTTPS floods, HTTP floods,

Slow scanning, proxy scanning , zero day

DDOS attacks and protect critical

infrastructure like DNS Systems, IPTV

Infrastructure, Customer & partner Portals

coming over internet and hence are prone to

DoS/DDoS Attacks. . Also Guidelines for

Protection of National Critical Information

Infrastructure from NTRO / DoT Cleary

mentions DDOS should be incorporated.

Please consider below points for the security

solution offering.

The TACTV network is expected to provide

only internet and / or internet based services

to the Government, businesses and citizens

of the state. Government applications / data

would not be provisioned or hosted by

TACTV. For protection of the core billing

and operation applications, specifications

have already been included in the application

load balancer specifications. For protecting

DC infrastructure, similar specifications have

been included in the DC firewall

specifications through a corrigendum.

TACTV would be provided with a clean

internet pipe by their service provider.

33

19 14 Should provide DDoS solution with

dedicated hardware appliance and not a

licensed feature on Firewall or Load Balancer

Appliance with minimum 4 Gbps throughput

inspection capacity with Latency of less than

75 micro seconds

Request to consider the Point as Firewall/IPS

and load balancer are stateful devices, they

have to maintain state tables. Any DDOS

attack first will choke these stateful

appliances hence it has to be dedicated

DDOS appliance. DDoS appliance is

deployed ahead of the firewalls and protect

The TACTV network is expected to provide

only internet and / or internet based services

to the Government, businesses and citizens

of the state. Government applications / data

would not be provisioned or hosted by

TACTV. For protection of the core billing

and operation applications, specifications

have already been included in the application

load balancer specifications. For protecting

DC infrastructure, similar specifications have

been included in the DC firewall

specifications through a corrigendum.

TACTV would be provided with a clean

Page 10 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

firewalls as well from the attacks. internet pipe by their service provider.

34

19 Addition

:

DDOS Device should be Common criteria

certified at least EAL 4+ or above

Request to consider the point as This 3rd

party certification ensures the DDOS devices

itself cannot be hacked.

The TACTV network is expected to provide

only internet and / or internet based services

to the Government, businesses and citizens

of the state. Government applications / data

would not be provisioned or hosted by

TACTV. For protection of the core billing

and operation applications, specifications

have already been included in the application

load balancer specifications. For protecting

DC infrastructure, similar specifications have

been included in the DC firewall

specifications through a corrigendum.

TACTV would be provided with a clean

internet pipe by their service provider.

35

19 Addition

:

DDOS solution should detect encrypted

DDOS attacks up to 3000 SSL CPS @2K

Request to consider As the application is

secure layer apart of clear text DDOS

mitigation the solution should support

encrypted atack mitigation.

The TACTV network is expected to provide

only internet and / or internet based services

to the Government, businesses and citizens

of the state. Government applications / data

would not be provisioned or hosted by

TACTV. For protection of the core billing

and operation applications, specifications

have already been included in the application

load balancer specifications. For protecting

DC infrastructure, similar specifications have

been included in the DC firewall

specifications through a corrigendum.

TACTV would be provided with a clean

internet pipe by their service provider.

Page 11 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

36

PQ

Criteria

3 9 The bidder (either Prime or consortium

partner) should have similar experience in

setting up ISP/TSP networks in India in

the last five years (as on 31st March

2016). The value of such single Work

order should be atleast INR 5 Crore

against Part A and INR 1 crore against

Part B).

Experience in setting up telecom network

is defined below:

We request the below additions to be

included.

The bidder (either Prime or consortium

partner) should have similar experience in

setting up ISP/TSP/ City wide/ Airport

networks in India in the last five years (as on

31st March 2016). The value of such single

Work order should be at least INR 5 Crore

against Part A and INR 1 crore ( or)

Single order with at least 15Cr which should

necessarily include items mentioned in Part A

by either Prime or consortium partner AND

A work order of at least INR 1 crore for items

mentioned in Part B by either Prime or

consortium partner.

Experience in setting up telecom network is

defined below:

Please refer corrigendum

37

PQ

Criteria

3 9

Part A:

•Setting up of Network Operating Centre

for TSP/ISP.

•Implementation of core and

distribution Network for TSP/ISP

•Implementation of access networks such

as Metro

Ethernet/GPON/Wireless networks

Part A:

•Setting up of Network Operating Centre /

Control Centre for TSP/ISP/ Citywide/

Airport Network.

•Implementation of core and distribution

Network for TSP/ISP / Citywide/ Airport

Network

•Implementation of access networks such as

Metro Ethernet/GPON/Wireless networks

Page 12 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

38

PQ

Criteria

3 9 Copy of the Work order/Contract

confirming year and date (Dated before

1st April 2011) to be submitted.

Copy of the Work order/Contract confirming

year and date (Dated after 1st April 2011) to

be submitted

Please refer to corrigendum

39

PQ

Criteria

3 9 Part A:

•Setting up of Network Operating Centre

for TSP/ISP.

•Implementation of core and

distribution Network for TSP/ISP •

Implementation of access networks such

as Metro Ethernet/GPON/Wireless

networks

Part B:

•Implementation of Business Support

System/Operational Support System for

ISP / TSP.

We understand that any one of the criteria

listed in PART A is sufficient to meet the PQ

criteria

We request to remove PART B from

Qualification criteria .

Please refer corrigendum for Part APlease

refer corrigendum for Part A. Please refer

corrigendum for Part A

No change in Part B ,since Part B

experience is also essential for the bidder and

the same is to be met by either prime or

consortium partner.

40

4.1

Technical

Evaluatio

n Criteria

1- B 12 The bidder should have experience in

implementation, operation & maintenance

of WAN in India, in the last 7 years

The bidder should have experience in

implementation of WAN in India, in the last

7 years

Please refer corrigendum

Page 13 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

41

4.1

Technical

Evaluatio

n Criteria

1- C 13 The bidder should have experience in

setting up of network operating Centres in

India for a TSP/ISP, in the last 7 years.

The value of such projects should be at

least 1 Crore. (either Prime or consortium

partner)

The bidder should have experience in setting

up of network operating

Centres in India for a TSP/ISP/ Citywide /

Airport Network, in the last

7 years. The value of such projects should be

at least 1 Crore. (either Prime or consortium

partner)

Please refer corrigendum

42

4.1

Technical

Evaluatio

n Criteria

1- E 14 The bidder should have experience in

setting up TSP/ISP Network in India

for a TSP/ISP, in the last 7 years. The

value of such projects should be at least

5 Cr. (either Prime or consortium partner)

The bidder should have experience in setting

up TSP/ISP / Citywide / Airport Network

Network in India for a TSP/ISP, in the last 7

years. The value of such projects should be at

least 5 Cr. (either Prime or consortium

partner)

Please refer corrigendum

43

Submissio

n of

Proposals

5.5.1 21 ii. Envelope-B consisting of Financial

Proposal - (1 Original+ 1 Soft copy in the

form of CD/DVD). The soft copy shall be

in the form of text searchable PDF and in

the same shall also be given in the “.XLS”

format

Please confirm whether the Financial

proposal should be in Excel format or PDF

format

Both - Text searchable PDF and .xls.

44

Envelopes

for

Submittal

5.5.4 21 The envelope containing copies of

Technical Proposal and other envelope

containing Financial Proposal should be

put in another single larger sealed

envelope clearly marked “Response to

RFP for Selection of System Integrator for

Design, Commissioning, Operation &

Maintenance of the ISP Network for

TACTV

Please confirm whether the Marking on the

Sealed Envelope shall be "RFP for Selection

of SI for Design, Commissioning, Operation

& Maintenance of ISP NOC and Network for

TACTV"

Yes.

Page 14 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

45

Penalties

based on

down

time of

Network

17.4 39 Level I penalty: In the event of the uptime

of the NOC being below 99.95%, for

every 0.01% drop in the uptime

percentage, a penalty of 1.0% of the

quarterly charges shall be levied. This

calculation rate shall be applicable until

98.95%.

Level II penalty: If the uptime of the NOC

is below 98.95%, no payment will be

made for that quarter.

We request you to consider the below

penalties :

Level I : In the event of the uptime of the

NOC being below 99.90%, for every 0.01%

drop in the uptime percentage, a penalty of

0.5% of the quarterly charges shall be levied.

This calculation rate shall be applicable until

98.90%.

Level II : We request you to modify to a

penantly percentage instead on non Payment

Tender clause remains unchanged

46

B. NOC 17.4 40 B. NOC

Cumulative Down Time:

No penalty: If the guaranteed uptime in a

quarter is 99.50%, no penalty will be

levied on the quarterly charges.

Section B is applicable for District Nodes

(Not NOC) . Kindly confirm

Yes. It is for District Nodes only.

Page 15 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

47

Online Charging System

Requirements: Following are some

requirements mentioned in tender which we

believe might not be needed for the Indian

Cable Broadband operator and hence we

request you to review these and suggest these

should not be part of the tender:

Online Charging System: The Indian Cable

broadband segment usually doesn’t require

the Online charging system. None of the

Cable Broadband operators in India has

implemented this. The OCS is usually

implemented by the Mobile Broadband

operators and not by Cable Broadband

operators

Diameter Protocol: This protocol is usually

implemented by telecom operators or

operators providing mobile broadband or

Voice. A cable broadband operator doesn’t

need this. The Radius Protocol should be

sufficient for a cable broadband operator.

Please refer to corrigendum

48 19 B 11 69

Unified Storage System with no single

point of failure architecture. The Storage

shall have NAS & SAN (Unified) as an

integrated offering and use the

functionality based on performance

requirements of the various application.

System to have minimum Two

controllers, each controller shall have 2

nos. of 64 bit Quad -core CPU or higher.

The dual controllers shall have 32 GB

1. Instead of specifying absolute physical

configuration, The tender can ask for

performance capability of the proposed

Storage (since each vendor has his own

architecture and design)

2. clearly mention the Cache requirement per

controller

Please refer to corrigendum

Page 16 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

Cache.

49 19 B 11 69

The storage array shall support the

features like De-Duplication to remove

redundant data, Data compression, Thin

provisioning/Thin Reclaim for data

reduction, Thin-provisioning for efficient

use of storage capacities, Secure Multi

Tenancy for shared storage infrastructure,

Space efficient replicas/clones reduced

total storage capacity etc.

Different vendors use different technologies

to offer Data reduction technologies, hence

its beneficial to have it mentioned as Data

Reduction technologies based on either of the

technologies mentioned in the same

Please refer to corrigendum

Page 17 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

50 19 B 11 69

Storage System to have minimum 8 X

8Gbps FC Ports per controller pair, 8 x

1GigE IP Ports for NAS functionality & 2

x 10 Gig Ports for ISCSI functionality.

16Gbps which is the latest available in the

industry

Since we are using SAN switch layer in

between having 4 FC ports per controller is

way more than sufficient , Mentioning 8 Per

controller gives advantage to specific

vendors, Hence reduce the port count

accordingly

. When the Host connectivity is going to be

only FC , Asking for FC and ISCSI would be

beneficial for some vendor with that spec

Please refer to corrigendum

51 19 B 11 69

System to support 8Gbps FC, 1GigE IP

and iSCSI Ports. System shall have the

support for 10GigE IP, iSCSI and FCoE

as an upgrade in the future.

16Gbps which is the latest available in the

industry Please refer to corrigendum

52 19 B 11 69

Storage System shall have minimum

2*6Gbps SAS backend disk ports per

controller.

Currently 12Gbps is the latest available as

SAS Backend connectivity and all the

vendors have already supplying the same in

the market, Hence going for 6Gbps will not

be beneficial when you have 12Gbps in the

market

Please refer to corrigendum

Page 18 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Actual Clause in RFP Clarification Sought Clarification

Section

No

Clause

No

Page No

53 19 B 11 69

System shall support minimum 600GB &

900GB 15K/10K RPM or higher 6Gbps

SAS Disks or higher. System shall also

support Flash/Solid state Drives. System

shall have the capability to designate hot

spares that can be automatically be used to

replace a failed drive anywhere in the

system. Storage system shall be

configured with required Hot-spares shall

be 2% over and above the data capacity

configured.

Currently 12Gbps is the latest available as

SAS Backend connectivity and all the

vendors have already supplying the same in

the market, Hence going for 6Gbps will not

be beneficial when you have 12Gbps in the

market

Please refer to corrigendum

54 Price bid

form 1 B 2 128

Billing System (On line charging,

Retail/Enterprise Billing, Product

Management , Discount, Dunning, Bill

formatter, Voucher & recharging, Reports,

Alerts & Notification, Payments &

Collection.

Please refer to corrigendum

55

Price bid

form 7 &

8

147

Price discovery for on line charging

system ( not for evaluation)

Please refer to corrigendum

Page 19 of 34

Corrigendum –II dt.18.08.2016 to the Tender Document

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

1 19 A 3 50

Aggregation Switch:

Complete Layer 3 unicast and multicast routing protocol

suites are

supported, including BGP, Open Shortest Path First (OSPF),

Enhanced Interior Gateway Routing Protocol (EIGRP),

Routing Information Protocol

Version 2 (RIPv2),

Protocol Independent Multicast sparse mode (PIM-SM),

Source-Specific Multicast (SSM), and Multicast Source

Discovery Protocol (MSDP).

Multiprotocol Label Switching (MPLS).

Aggregation Switch:

Complete Layer 3 unicast and multicast routing protocol suites

are supported, including BGP, Open Shortest Path First (OSPF).

Enhanced Interior Gateway Routing Protocol (EIGRP) (not

mandatory)

Routing Information Protocol Version 2 (RIPv2),

Protocol Independent Multicast sparse mode (PIM- SM), Source-

Specific Multicast (SSM), and Multicast Source Discovery

Protocol (MSDP).

Multiprotocol Label Switching (MPLS).

2 19 A 4 50

Peering Switch:

The uplink must support 100-Gbps OR 40-Gbps ports, OR a

combination of 10-, 40-, and 100-Gbps connectivity.

This clause suggests 3 options for Ports. Please clarify the

requirements. Is it 100Gbps only or 40 Gbps only or should it be

both 40Gbps and 100 Gbps? Also please clarify the number of

ports required?

3 19 B 6 38, 51

and 67

Monitoring Solution 19 BSl.No. 6

Please refer to the specifications provided below

Page 20 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

4 19 D 1 80

District Switch:

The products must be fully compliant with the CEF 2.0

certification for ELine,

E-LAN, E-Tree, and E-Access.

Support required for services specified by MEF as well as

configuration of all attributes that characterize them,

specifically the following MEF 6.1, MEF 9, MEF 10.2, MEF

14, MEF 18, MEF 21, and MEF 25 y MEF 27 for Ethernet

services providers.

District Switch:

The products must be fully compliant with the CEF 2.0

certification for ELine,

E-LAN, E-Tree, and E-Access. (Preferred)

Support required for services specified byMEF as well as

configuration of all attributes that characterize them, specifically

the following MEF 6.1, MEF 9, MEF 10.2, MEF 14, MEF 18,

MEF 21, MEF 25 y MEF 27 for Ethernet services providers

(Preferred)

5 19 E

80

Taluk Switch:

The products must be fully compliant with the CEF 2.0

certification for ELine,

E-LAN, E-Tree, and E-Access.

Support required for services specified by MEF as well as

configuration of all attributes that characterize them,

specifically the following MEF 6.1, MEF 9, MEF 10.2, MEF

14, MEF 18, MEF 21, MEF 25 y MEF 27 for Ethernet

services providers.

Taluk Switch:

The products must be fully compliant with the CEF 2.0

certification for ELine,

E-LAN, E-Tree, and E-Access. (Preferred)

Support required for services specified by MEF as well as

configuration of all attributes that characterize them, specifically

the following MEF 6.1, MEF 9, MEF 10.2, MEF 14, MEF 18,

MEF 21, MEF 25 y MEF 27 for Ethernet services providers

(Preferred)

6 18.1 16 45 Firewall for DC Firewall DC - 2 Nos.

Page 21 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

7

19 (A)

Core ISP

Networks

Compone

nts

IPoE

Gateway

Router &

CGNAT

48

Sr.No:1 The products must be fully compliant with the CEF

1.0 and 2.0 certification for E-Line, E-LAN, E-Tree, and E-

Access.

Sr.No:1 The products must be fully compliant with the CEF 1.0

and 2.0 certification for E-Line, E-LAN, E-Tree, and E-Access

(Preferred).

8

19 (A)

Core ISP

Networks

Compone

nts

Peering

Switch 50

Sr.No:4

Complete Layer 3 unicast and multicast routing protocol

suites are supported, including BGP,

Open Shortest Path First (OSPF),

Enhanced Interior Gateway Routing Protocol (EIGRP),

Routing Information Protocol Version 2 (RIPv2),

Protocol Independent Multicast sparse mode (PIM-SM),

Source-Specific Multicast (SSM), and Multicast Source

Discovery Protocol(MSDP).

Multiprotocol Label Switching (MPLS).

Sr.No:4

Complete Layer 3 unicast and multicast routing protocol suites

are supported, including BGP,

Open Shortest Path First (OSPF).

Enhanced Interior Gateway Routing Protocol (EIGRP)

(not mandatory)

Routing Information Protocol Version 2 (RIPv2),

Protocol Independent Multicast sparse mode (PIM-SM),

Source-Specific Multicast (SSM), andMulticast Source

Discovery Protocol(MSDP).

Multiprotocol Label Switching (MPLS).

9 18 1 48

Cisco Nonstop Forwarding (NSF) and Nonstop Routing

(NSR); Smart Call Home (SCH);

Nonstop Forwarding (NSF) or equivalent

and Nonstop Routing (NSR) or equivalent

Smart Call Home (SCH) or equivalent

Page 22 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

10 PQ

Criteria 3 9

Copy of the Work order/Contract confirming year and date

(Dated before 1st April 2011) to be submitted.

Copy of the Work order/Contract /client certificates confirming

the project execution in the last five years as on 31.03.2016 to be

submitted. The supporting documents shall clearly indicate the

scope of work as required in the criteria. The completion

certificate /client certificate should be submitted for the

successful commissioning of the project.

11 19 B 1 51

The Subscriber Authentication will happen through AAA

(Authentication, Authorization & Accounting) System. AAA

system shall be compliant to the latest RADIUS, Diameter

specifications and Standards applicable at the time of supply

of the system.

The Subscriber Authentication will happen through AAA

(Authentication, Authorization & Accounting) System. AAA

system shall be compliant to the latest RADIUS/ Diameter

specifications and Standards applicable at the time of supply of

the system.

12 19 B 1 52

System should support for dual stack application i.e. It

should support RADIUS and DIAMETER.

System should support RADIUS/ DIAMETER.

13 19 B 10 67 Load Balancer is required for Load Balancing Traffic for

Http, https, Radius, Diameter. Load Balancer is required for Load Balancing Traffic for Http,

https, Radius/Diameter.

14 19 B 10 67

Dimensioning :-

Load Balancer with 5 Gbps throughput, 4x10G interface,

Multi-tenancy (shall support partitioning with resource with

resource allocation for bandwidth and CPS + WEB

Application Firewall ICSA certified + DNS Application

Firewall) (SSL CPS 12000, RADIUS load balancing support

100k TPS, DIAMETER Load balancing 50k TPS, DNS

250k QPS load balancing)

Dimensioning :-

Load Balancer with 5 Gbps throughput, 4x10G interface, Multi-

tenancy (shall support partitioning with resource with resource

allocation for bandwidth and CPS + WEB Application Firewall

ICSA certified + DNS Application Firewall) (SSL CPS 12000,

RADIUS load balancing support 100k TPS/ DIAMETER Load

balancing 50k TPS, DNS 250k QPS load balancing)

Page 23 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

15 19 B 2 .b 63 On line charging system On line charging system ( optional item)

16 19 B 11 69

Unified Storage System with no single point of failure

architecture. The Storage shall have NAS & SAN (Unified)

as an integrated offering and use the functionality based on

performance requirements of the various application. System

to have minimum Two controllers, each controller shall have

2 nos. of 64 bit Quad -core CPU or higher. The dual

controllers shall have 32 GB Cache.

Unified Storage System with no single point of failure

architecture. The Storage shall have NAS & SAN (Unified) as an

integrated offering and use the functionality based on

performance requirements of the various application. System to

have minimum Two controllers, each controllershall have the

capability to handle the requirements/performance for the

solution proposed by the bidder. The dual controllers shall have

32GB Cache per controller

17 19 B 11 69

The storage array shall support the features like De-

Duplication to remove redundant data, Data compression,

Thin provisioning/Thin Reclaim for data reduction, Thin-

provisioning for efficient use of storage capacities, Secure

Multi Tenancy for shared storage infrastructure, Space

efficient replicas/clones reduced total storage capacity etc.

The storage array shall support the features like De-Duplication

to remove redundant data, Data reduction technologies based on

Data compression or Thin provisioning & Thin Reclaim for data

reduction should be supported.Secure Multi Tenancy for shared

storage infrastructure, Space efficient replicas/clones reduced

total storage capacity etc.

18 19 B 11 69

Storage System to have minimum 8 X 8Gbps FC Ports per

controller pair, 8 x 1GigE IP Ports for NAS functionality &

2 x 10 Gig Ports for ISCSI functionality.

Storage System to have minimum 4 X 16 8Gbps FC Ports per

controller pair, Minimum 4 x 1GigE IP Ports for NAS

functionality..

19 19 B 11 69

System to support 8Gbps FC, 1GigE IP and iSCSI Ports.

System shall have the support for 10GigE IP, iSCSI and

FCoE as an upgrade in the future.

System to support 16Gbps FC, 1GigE IP and iSCSI Ports.

System shall have the support for 10GigE IP, FCoE as an

upgrade in the future.

Page 24 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

20 19 B 11 69

Storage System shall have minimum 2*6Gbps SAS backend

disk ports per controller.

Storage System shall have minimum 2 * 12 Gbps SAS backend

disk ports per controller.

21 19 B 11 69

System shall support minimum 600GB & 900GB 15K/10K

RPM or higher 6Gbps SAS Disks or higher. System shall

also support Flash/Solid state Drives. System shall have the

capability to designate hot spares that can be automatically

be used to replace a failed drive anywhere in the system.

Storage system shall be configured with required Hot-spares

shall be 2% over and above the data capacity configured.

System shall support minimum 600GB & 900GB 15K/10K RPM

or higher12 Gbps SAS Disks or higher. System shall also support

Flash/Solid state Drives. System shall also be provided with hot

spare capacity that can be automatically be used to replace a

faileddrive anywhere in the system. Storage system shall be

configured with required Hot-spares shall be 2% over and above

the data capacity configured.

22 19

Hardware compliance All hardware based solutions (routing, switching, storage,

servers, firewalls) supplied as part of the tender should be part of

the leaders or challengers quadrants of the respective Gartner’s

magic quadrants, wherever applicable.

23

3

Annexure

II, PQ

form 1

2

3

9

84

The bidder (both Prime and consortium partner) should

meet the following criteria for the last three audited

Financial Years.

• The bidder should have average annual turnover of

INR 50 croresfor the last 3 years.

• The bidder should have positive net worth for the

last 3 years.

The bidder should meet the following criteria for the last three

audited Financial Years.

• The bidder shall have average annual turnover of INR

75 crores for the last 3 years

( Or)

• In the case of consortium, the prime bidder shall havean

average annual turnover of INR 50 crores for the last 3

years and the consortium partner shall have average

annual turnover of INR 25 crores for the last 3 years.

• The bidder should have positive net worth for the last 3

years

Page 25 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

24

3

Annexure

II, PQ

form 1

3

4

9

84

The bidder (either Prime or consortium partner) should

have similar experience in setting up ISP/TSP networks in

India in the last five years (as on 31st March 2016). The

value of such single Work order should be atleast INR 5

Crore against Part A and INR 1 crore against Part B).

Experience in setting up telecom network is defined below:

Part A:

• Setting up of Network Operating Centre for

TSP/ISP.

• Implementation of core and distribution Network

for TSP/ISP

• Implementation of access networks such as Metro

Ethernet/GPON/Wireless networks.

Part B:

• Implementation of Business Support

System/Operational Support System for ISP / TSP.

Copy of the Work order/Contractconfirming year and date

(Datedbefore 1st April 2011) to besubmitted. The

supportingdocuments shall clearly indicate thescope of work

as required in thecriteria. The completion certificate

/client certificate should besubmitted for the successful

Commissioning of the project.

The bidder (either Prime or consortium partner) should have

similar experience in setting up ISP/TSP networks / Wide Area

Network projects for any State or Central Government in India

in the last five years (as on 31st March 2016). The value of such

single Work order should be at least INR 5 Crore against Part A

and INR 1 crore against Part B).

Experience in setting up telecom Network/Government Wide

Area network with minimum 100 nodes is defined below:

Part A:

• Setting up of Network Operating Centre for TSP/ISP or

Government WAN projects

• Implementation of core and distribution Network for

TSP/ISP or Government WAN projects

• Implementation of access networks such as Metro

Ethernet/GPON/Wireless networks.

• WAN projects with minimum 100 nodes for

Government.

Part B:

• Implementation of Business Support System

&Operational Support System for ISP / TSP in India

Copy of the Work order/Contractconfirming year and date (Dated

after 1st April 2011) to besubmitted. The supportingdocuments

shall clearly indicate thescope of work as required in thecriteria.

The completion certificate/client certificate should besubmitted

for the successfulCommissioning of the project

Page 26 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

25 4.1 A 12

The Bidder having an average annual turnover for last three

audited financial years will beawarded marks as below :

a. INR 50 Crores = 3 Marks;

b. INR 50 Crore to INR 100 crore = 4 Marks

c. More than INR 100 crores = 5 Marks

The Bidder having an average annual turnover for last three

audited financial years will beawarded marks as below :

a. INR 50 Crores = 5 Marks;

b. INR 50 Crore to INR 100 crore = 7 Marks

c. More than INR 100 crores = 10 Marks

26 4.1 B 13

The bidder should have experience in implementation,

operation & maintenance of WAN in India, in the last 7

years (atleast two projects).

WAN network with 50 nodes and above will be considered.

(either Prime or consortium partner)

The marks would be provided based on the following :

Number of Projects

a. 2 Projects = 5 Marks

b. More than 2 projects = 10 Marks

The bidder should have experience in implementation, operation

& maintenance of TSP/ISP networks /WAN projects in India, in

the last 7 years.

WAN network with 50 nodes and above will be considered.

(either Prime or consortium partner)

The marks would be provided based on the following :

Number of Projects, each shall be a single work order.

a. 2 Projects = 10 Marks

b. 3 projects = 15 Marks

c. 4 projects = 20 marks

27 4.1 C 13

Experience in setting up of Network Operating centre for

TSP/ISP.

Stands deleted

Page 27 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

28 4.1 D 14

The bidder should have experience in design and

implementation of BSS/OSS for ISP/TSP in India, in the last

7 years. The value of such projects should be at least 1 Cr.

(either Prime or consortium partner)

The marks would be provided based on the following :

Number of Projects

a. 2 Projects = 5 Marks

b. 3 projects = 10 Marks

c. > 3 projects = 15 marks

The bidder should have experience in design and implementation

of BSS/OSS for ISP/TSP in India, in the last 7 years. The value

of such projects should be at least 50 lakhs

(either Prime or consortium partner)

The marks would be provided based on the following :

Number of Projects, each shall be a single work order

a. 2 Projects = 5 Marks

b. 3 projects = 10 Marks

c. > 3 projects = 20 marks

28 4.1 E 14

The marks would be provided based on the following :

Number of Projects

a. 2 Projects = 5 Marks

b. More than 2 projects = 10 Marks

The marks would be provided based on the following :

Number of Projects, each shall be a single work order.

a. 2 Projects = 3 Marks

b. More than 2 projects = 5 Marks

29 PQ

Form 4 3 & 7 89

TSP/ISP Network Project Experience (Part A and Part B)

Work order/Contract date : Dated before 1st April 2010

Value of the project : Minimum INR I crore

TSP/ISP Network / Wide Area Network for Government -

Experience (Part A and Part B)

Work order/Contract date : Dated after 1st April 2010

Value of the project : Minimum 5 crores for Part A and

Minimum 1 crore for Part B.

Page 28 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

30

Tech form

5

Tech form

6

Tech form

7

101

102

103

Citation format for WAN Project experience

Citation format for Network Operating Centre experience

Sl.No. 4 : Value of the project – Minimum value of INR 1

crore

Citation format for WAN/TSP/ISP Project experience

Stands deleted

Sl.No. 4 : Value of the project – Minimum value of INR 50 lakhs

31

Price bid

form 6

J

143

Total of Opex for Additional licences for 10 sets of every

10000 subscriber and 50 partners per annum (J)

Total of Opex for Additional licences for 10 sets of every

10000 subscriber and 50 partners per quarter (J)

Price bid

form 6

145 Price bid form 6-Bid value

Price bid form 7 -Bid value

Addendum:

Note:

Against Sl.No.4, per quarter rate is asked for. However, the

quarterly rate will be applicable from the quarter from which the

operation is commenced for the additional licenses as per the

work order, till the end of the contract period.

Page 29 of 34

Tender Reference: TACTV/003/ISPNOC/Sys.Integrator/2016

Pre-Bid Queries for RFP for Selection of SI for Design, Commissioning, Operation

& Maintenance of ISP NoC and Network for TACTV

# RFP Reference Existing clause in RFP To be read as:

Section

No

Clause

No

Page

No

32

17 17.6 42 During the O&M phase, TACTV reserves the right to

modify the SLA Parameters, if there is any practical

difficulties/other major challenges in meeting the SLA terms

and conditions and the minimum guaranteed uptime

During the O&M phase, TACTV reserves the right to modify the

SLA Parameters, if there is any practical difficulties/other major

challenges in meeting the SLA terms and conditions and the

minimum guaranteed uptime. Also, TACTV reserves the right to

specify the parameters to define the network as non-operational

and down when the ISP services are affected at the NOC, District

nodes and Taluk nodes and also any operational/ support services

of the partners, subscribers and other stake holders are affected

and also the infrastructure/applications are not available for the

services

33

19B 14 71 DC Fire wall Addendum:

The proposed solution must provide DOS protection capabilities

to protect the data centre infrastructure from DOS attacks,

including SYN, UDP, ICMP and IP floods. The solution must

also provide reconnaissance protection.

34

Price bid

form

upgradatio

n

Note 140 Note Addendum

5. The hardware upgradation shall cover the required line cards,

SFP, licenses, support and any other accessories required to meet

the functional & performance requirements indicated in clause

No.16.4.

34 Price bid

form 1 B 2 128

Billing System (On line charging, Retail/Enterprise Billing,

Product Management, Discount, Dunning, Bill formatter,

Voucher & recharging, Reports, Alerts & Notification,

Payments & Collection.

Billing System (Retail/Enterprise Billing, Product Management,

Discount, Dunning, Bill formatter, Voucher & recharging,

Reports, Alerts & Notification, and Payments & Collection.

35

Price bid

form 8 &

9

147

Price discovery for on line charging system ( not for

evaluation)

Please refer to the format given.

Page 30 of 34

Clause No. 19 A. Sl.No 6

Addendum

The requirements of Monitoring solution are as detailed below:

The Network Management System proposed for the project must provide comprehensive FCAPS capabilities

for monitoring and managing the infrastructure provided by the bidder as part of the project , taking into account

future expansion of the network required to server 3,00,000 customers . It may be noted that it is the bidder’s

responsibility to provide full integration between the components provided and the management system

provided. Full interoperability has to be assured by the bidder. It must also be possible to configure a fully

redundant management system from two geographically disparate Data Centers, if and when TACTV sets up the

DR center for management and operations. All logs of traffic, link and device uptime, utilization and security

logs must be available for audit and compliance purposes for a period of 13 months, minimum, unless specified

as a lesser value, anywhere else in the tender. The necessary storage components (NAS / SAN) with full

redundancy must be built into the proposal at no additional cost.

Network Fault Management

• The Proposed Network Fault Management consoles must provide web based topology map view from

a single central console. The system should provide Auto Discovery & inventory of heterogeneous

physical SNMP enabled network devices like Layer-3 switches, Routers and other IP devices and do

mapping of LAN & WAN connectivity with granular visibility up to individual ports level.

• Network Fault Management should support Graphical User Interface (GUI). - The solution should

allow for discovery to be run on a continuous basis which tracks dynamic changes near real-time to

keep the topology as up to date as possible. This discovery should run at a low overhead, incrementally

discovering devices and interfaces.

• The NMS should provide very powerful event correlation engine and thus must filter, correlate &

process, the events that are created daily from network devices. It should assist in root cause

determination and help prevent flooding of non-relevant console messages.

• Polling intervals should be configurable on a need basis through a GUI tool, to ensure that key systems

are monitored as frequently as necessary.

• The topology of the entire Network should be available in a single map along with a Network state

poller with aggressive/customizable polling intervals.

• The system must deduce the root cause of the problem and in topology it should visually pinpoint

single impacting device as well as other impacted devices through various colors.

• The NMS performance system must provide out-of-the-box and highly customizable reporting across

the network domain. The tool should provide sufficient reports pertaining to asset inventory, alarms &

availability reports as well as a detailed asset report. The proposedsolution should provide current and

historical out-of-the-box reports for various statistics monitored

• The System should be able to monitor Quality of Service (QoS) parameters configured to provide

traffic classification and prioritization for reliable traffic transport. The solution should be able to

discover and model configured QoS classes, policies and behaviours.

• It should provide a unified view of alerts, traps, events, syslog messages in a single page

• The system should provide an outage summary that gives a high level health indication for each device

as well as the details and root cause of any outage.

• Should allow integration with third-party applications through message exchanges and/or through

APIs.

• System should have options for ensuring high-availability of application, with/without use of failover

products

Page 31 of 34

Configuration Management

• The proposed management solution should be able to automatically backup configuration on routers,

switches, firewall, access points and other network devices

• Should be able to make bulk configuration changes. For example, change community strings, update

ACLs etc. across multiple devices

• Should be able to generate a graphical representation of your network. Identify which devices are

inactive or out of compliance. Use filters to immediately view isolated specific network segments.

• In real time, detect configuration and asset information changes made across a multi-vendor device

network, regardless of how each change is made and also support configuration deployment/rollback

and configuration templates.

• The proposed management solution should not be vendor-specific and should provide built-in

configuration management support for network devices of all major OEMs

Asset Management

• It shall provide comprehensive asset management. Whenever a new device is discovered, the system

would collect physical inventory information associated with the new device. It shall also support auto

discovery. The module shall provide traffic usage details. The system should be capable of providing

granular asset details on a need basis to system administrators

• Module shall maintain records of modifications in the areas of hardware and configurations with all the

changes done and the user who has done it.

Performance Management

• Proposed performance management should integrate with fault management to forward performance

exception alarms by defining notifier rules.

• Should establish the status of network devices and interfaces with unified status calculation and

visualization of network fault & performance data.

• Should provide the following capabilities

• Data Collection – Port status

o Bytes In/Out

o Discards

o Errors

o Delays

• Data Collection – Devices

o CPU

o Memory

o Buffers

o Component Statistics

• Report by location, device and users

Security Management

• The traps received for any unauthorized access to network elements of MNGT Edge, shall be stored by

security module and generate security reports

• The Security Management Module shall be capable of login authentication to restrict / enable access to

the manager

• The logs from all security devices would be stored on the NMS for audit and compliance purposes.

• The NOC administrator shall be able to set up multiple user groups and define their respective roles.

Each user group can have a selected number of functions assigned to it and individual users can be

assigned to multiple groups.

Page 32 of 34

Price Bid form 8 - On line Charging System (Not for evaluation) - CAPEX

Sl. No Description Quantity Unit Price

(in INR)

Amount

(exclusive of

taxes)

TNVAT on C

in INR

Other Taxes on

C

(exclusive of

TNVAT and

ST)

Service Tax

(ST) on C as

applicable

Amount

Inclusive of all

taxes

A B C = A*B D E F G = C+D+E+F

1 On line charging System

1 Billing System

( On line

Charging) for

year 1 - 50000

subscribers

1

Page 33 of 34

Price bid form 9 - On line charging System ( not for evaluation) - OPEX

S.No Description Cost Total amount for

5 Years (INR)

(A+B+C+D+E)

(exclusive of Tax)

(F)

Service Tax on “F”

for 5 Years (INR)

(G)

Total Amount inclusive of

Tax (INR) ( F+G =H)

Y1 Y 2

(INR)

(B)

Y3

(INR)

(C)

Y4

(INR)

(D)

Y5

(INR)

(E) (INR)

(A)

1 Billing System

( On line Charging) for

year 1 - 50000

subscribers

Total OPEX

Page 34 of 34


Recommended