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