rfp rfp clause no. rfp no. chapter page comments change in...
TRANSCRIPT
Sr.
No.
RFP
Chapter
No.
RFP Clause No. RFP
Page
No.
Clause Details as per RFP Query/Clarification/ Suggestion
Comments Change in RFP
1 2 2.1 11 request for addition:
Note: The proposed solution from SI should
be integrated and operational with existing
solutions at DoIT/RISL
Suggestion:The proposed solution from SI
should be integrated and operational with
existing solutions at DoIT/RISL to enable RISL
to efficiently manage inventory of maintenance
spares, use of single NMS system, mututal
interference mitigation and features availablity
/enhancement via single road map.
2 3.6 QUALIFICATION/
ELIGIBILITY
CRITERIA
13 The OEM must have installation base of
minimum 30000 RF Links in India in Govt
and /or Telecom Sector out of which
10,000 Radio should be Point to Multipoint
(P2MP)
Exemption for“ Make in India” Manufacturer
100% complying Technical & operational
requirements of RFP supported by POC if
required by RISL.
Clause
Modified
The OEM must have installation base of
minimum 40000 RF links in India in Govt and/or
Telecom sector out of which 15000 radio should
Point to Multi Point (P2MP).
3 4 SCOPE OF
WORK,
DELIVERABLES
& TIMELINES
15 Under this project, the bidder is required to
establish RF network by installing RF BTSs
(license free band frequency 2.4/5.8 GHz)
at DHQs, BHQs and/or any other suitable
cluster HQ to provide connectivity to
offices/locations/GPs falling in the coverage
area.
Please provide exact details of location where RF
BTS to be installed.
No change As per RFP
4 4 SCOPE OF
WORK,
DELIVERABLES
& TIMELINES
15 The bidder is required to establish the Wi-
Fi APs at all Atal Sewa Kendras (ASK) and
other locations as decided by
RISL/DoIT&C.
Please provide exact details of location where Wi-
Fi APs to be installed.No change As per RFP
5 4 2. End Offices 16 End office: These are the sites where RF
CPE and/or Wi-Fi AP is to be
installed,which may be Govt
offices,ASKs,Tourist locations,Important
locations of town,colleges,schools etc.
We understand that Power,Space,Land and
permission/Aqucation should be the
responsibility of the customer. Kindly confirm Clause
ModifiedRefer RFP
6 4.8 8:Project
Deliverables,
Payment Terms &
Conditions: under
Timelines
27 Installation and configuration of
Centralized equipment at RSDC with
minimum 500 end points at remote site(
Timeline -T+120 Days)
Installation and commissioning of 50 BTS
(Including Towers) with minimum 1000
end points at remote site(Timeline: T+150
Days)
Supply of items is 100 days & furthers I/C
timeline is 120 days from the date of PO so
practically we are getting only 20 days time for
I/C so request you to increase this time or 120
days should be after the supply & accordingly
timeline will increase for further qty.
Subsequently for other delivery timelines the
time specified is not sufficient for the work to be
delivered
No change As per RFP
Refer RFP
7 4.8 8:Project
Deliverables,
Payment Terms &
Conditions: under
Payment Terms
28 Next 30% of total CAPEX value of
supplied equipment AND Remaining 10%
of total CAPEX value, shall be paid against
bank guaranty of equal value valid for 5
years.
We request RISL to confirm for the referred
clause the total CAPEX value of supplied
equipment mentioned is for the total value of the
supplied equipment or the value of the equipment
installed for that particular deliverable.
No change As per RFP
8 4.8 Project
Deliverables,
Payment Terms &
Conditions
27, 28 1. Signing of Agreement - T+20 Days
2. Supply of Items by SI (except Towers) -
T+100
3. Installation and configuration of
Centralized equipment at RSDC with
minimum 500 end points at remote site -
T+120 Days
4. Installation and commissioning of 50
BTS (Including Towers) with minimum
1000 end points at remote site - T+150
Days
5. Installation and commissioning of 50
BTS (Including Towers)
with minimum 1000 end points at remote
site - T+150 Days
6. Installation and commissioning of 50
BTS (Including Towers) with minimum
1000 end points at remote site - T+180
Days
7. Installation and commissioning of
remaining BTS (Including Towers) with
minimum 3000 end points at remote site -
T+240 Days
Request you toamend the timelines as below,
"1. Signing of Agreement - T+20 Days
2. Supply of Items by SI (except Towers) -
T+150 days
3. Installation and configuration of Centralized
equipment at RSDC with minimum 500 end
points at remote site - T+180 Days
4. Installation and commissioning of 50 BTS
(Including Towers) with minimum 1000 end
points at remote site - T+210 Days
5. Installation and commissioning of 50 BTS
(Including Towers) with minimum 1000 end
points at remote site - T+210 Days
6. Installation and commissioning of 50 BTS
(Including Towers) with minimum 1000 end
points at remote site - T+240 Days
7. Installation and commissioning of remaining
BTS (Including Towers) with minimum 3000
end points at remote site - T+300 Days"
No change As per RFP
9 5.12 12.i: Selection
Method
36 The work shall be awarded to two bidders
in the manner mentioned below:-
a. The L-1 bidder shall be awarded work in
four divisions, namely Jaipur, Ajmer,
Bikaner and Jodhpur divisions.
b. L-2 bidder shall be awarded work in
remaining three divisions, namely
Bharatpur, Kota and Udaipur at L-1 rates.
We Request RISL to give some more
Clarification w.r.t the percentage of work allotted
to L-1 and L-2 bidder or the number of APs and
RF link installation distribution between L1 and
L2 No change As per RFP
10 5.8 Alternative/
Multiple Bids
34 Alternative/ Multiple Bids shall not be
considered at all. Also, the bidder shall not
quote for multiple brands/ make/ models
but only one in the technical Bid and should
also mention the details of the quoted make/
model in the “Annexure-10: Components
Offered”.
Since as System Integrator, We are responsible to
meet the technical specification and SLA levels
for the entire technical Solution. In this regard
we understand that we shall propose multiple
makes which are technically equivalent and
would meet RFP requirements.
This will help the SI to offer a very competitive
price to the customer by taking aggressive risks
on their costs, which will totally benefit the
customer. If only one make is insisted the vendor
does not support the Si in times and therefore the
costs go up considerably.
As you must be aware, in almost all of the
government contracts their is a list of
Compendium of Suppliers approved for each of
their item required for the Project. This list is
made part of the contract.
During execution of the contract, the
SI/Contractor shall have to supply materials of
makes/vendors who are in that list only.
Hence we request you to kindly accept the same.
No change As per RFP
11 6.34 Termination 65 i. The tender sanctioning authority of RISL
may, without prejudice to any other remedy
for breach of contract, by a written notice
of default of at least 30 days sent to the
supplier/ selected bidder, terminate the
contract in whole or in part: -
Request you to modify the clause as below:
"i. The tender sanctioning authority of RISL
may, without prejudice to any other remedy for
material breach of contract, by a written notice
of default of at least 30 days sent to the supplier/
selected bidder, terminate the contract in whole
or in part: -"
No change As per RFP
12 7.3 Price Fall Clause 72 The prices charged for the material supplied
under the Rate contract by the bidder shall
in no event exceed the lowest price at
which the bidder sells the material or offer
to sell material of
identical description to any
person(s)/organization(s) including the
Purchaser or any Department of the Central
Government or any Department of a State
Government or any statutory undertaking of
the Central or a State Government, as the
case may be, during the period till
performance of all Supply Orders placed
during the currency of Rate Contract is
completed. If at any time during the said
period, the Bidder reduces the Sale price,
sells or offers to sell such material to any
person(s)/ organization(s) including the
Purchaser or any Statutory undertaking of
the Central or a State Government, as the
case may be, at a price lower than the price
chargeable under this Contract, he shall
forthwith notify such reduction or Sale or
offer of Sale to RISL/Indenting Dept. and
the price payable under the Contract for the
material supplied after the
date of coming into force of such reduction
Request you to modify the clause as below:
"The prices charged for the material supplied
under the Rate contract by the bidder shall in no
event exceed the lowest price at which the bidder
sells the material or offer to sell material of
identical description to any
person(s)/organization(s) including the Purchaser
or any Department of the Central Government or
any Department of a State Government or any
statutory undertaking of the Central or a State
Government, as the case may be, during the
period till performance of all Supply Orders
placed during the currency of Rate Contract is
completed within the one month from the date
the Contract is executed between the
Purchaser and the Selected bidder. If at any
time during the said period, the Bidder reduces
the Sale price, sells or offers to sell such material
to any person(s)/ organization(s) including the
Purchaser or any Statutory undertaking of the
Central or a State Government, as the case may
be, at a price lower than the price chargeable
under this Contract, he shall forthwith notify
such reduction or Sale or offer of Sale to
RISL/Indenting Dept for the one month period
time form the date of execution of the
Contract as mentioned herein in the clause
No change As per RFP
13 10.12 ANNEXURE-2:
TECHNICAL
SPECIFICATION
S
75 The proposed Wi-Fi solution should have
capacity to configure at least 15000 APs
from day one. All active equipment (Acess
point, controller, NMS etc.)of proposed Wi-
Fi solution should be of same OEM.
The proposed Wi-Fi solution should have
capacity to configure at least 15000 APs from
day one. All active equipment (Acess point,
controller, NMS etc.)of proposed Wi-Fi solution
should be of same OEM.
Remarks: we are niche wifi OEM and have best
in class WiFi and RF. However NMS asked in
specification should be compatible with Switch.
Please remove same OEM clause so bid is not
restricetd to fix OEM's.
Clause
ModifiedAs per RFP
14 10.12 ANNEXURE-2:
TECHNICAL
SPECIFICATIONS
75 The proposed Wi-Fi solution should have
capacity to configure at least 15000 APs
from day one. All active equipment (Acess
point, controller, NMS etc.)of proposed Wi-
Fi solution should be of same OEM.
Request to relax this clause( especially the NMS
and WIDS) to make it an equal opportunity bid
and prevent only a few bidders to bid. Many
OEM support a WIPS/WIDS which is not part of
the controller and third party solutions are
capable of providing a solution and allows
customisation as required. Please allow to
propose third party WIPS/WIDS and NMS.
Clause
ModifiedAs per RFP
15 10.15 ANNEXURE-2:
TECHNICAL
SPECIFICATION
S
75 The bidder must ensure the new offered
equipments should be completely
interoperable and compatible with the
existing Hardware/Software mentioned in
RFP.
please clarify the statement as what is complete
interoperable means !! Proposed solution can use
existing Authentication and core but AP's or
controller will not talk to each other and this is
standard procedure with all the OEM's.
16 15 ANNEXURE-15:
DRAFT
AGREEMENT
FORMAT
116 Note: The work executed as sub-contractor
to the project will also be considered
We reqeust that the MoU between RISL and
DoIT&C (for this project) shall be annex with
the contract Agreement signing with the
successful bidder.
No change As per RFP
17 10.1.2 ANNEXURE-2:
Item 1: Outdoor Wi-
Fi Access Points:
Ports
75 Should have 1x 10/100/1000 Mbps
interface.
Suggest, it should be 2 ports.
No change As per RFP
18 10.1.3.1 ANNEXURE-2:
Item No. 1: -
Outdoor Wi-Fi
Access Point:
WLAN Standard
75 Must support 2x2 multi user -multiple‐input
multiple‐output (MU-MIMO) with two
spatial streams.
As we understand RISL would like to deploy
latest technology equipment/Access Points with
Wave 2 support. Considering the same we
suggest RISL to change the MIMO requirement
from 2x2 to 3x3 or 4x4 as the same are better
and latest technology in industry.
Kindly confirm on the same
No change As per RFP
19 10.1.3.2 ANNEXURE-2:
Item No. 1: -
Outdoor Wi-Fi
Access Point:
WLAN Standard
75 Must support 802.11b/g/n on the 2.4 &
802.11ac Wave 2 on 5 GHz radios
simultaneously.
As we understand RISL would like to deploy
latest technology equipment/Access Points with
Wave 2 support. Considering the same we
suggest RISL to change the MIMO requirement
from 2x2 to 3x3 or 4x4 as the same are better
and latest technology in industry. Kindly confirm
on the same
No change As per RFP
20 10.1.3.3 ANNEXURE-2:
Item 1: Outdoor Wi-
Fi Access Points:
WLAN Standard
75 Must support data rates up to 300 Mbps on
802.11b/g/n and upto 850 Mbps on
802.11ac.
As per technology, it Must support data rates up
to 300 Mbps on 802.11b/g/n and upto 867 Mbps
on 802.11ac.No change As per RFP
Clause deleted
21 10.1.3.5 ANNEXURE-2:
Item 1: Outdoor Wi-
Fi Access Point:
WLAN Standard
75 Must support EIRP as per WPC norm Request to kindly change the Clause to "Must
support minimum 30 dbm EIRP or above for
both the 2.4 and 5.8 Ghz bands within the WPC
norm"
Justification - All these access points will be
deployed in the outdoor environment and the
requirement is to achieve reliable 100 Meters
coverage at both the bands. There are many
factors in outdoor environment that impact the
reliable coverage i.e Trees, interference from
neigboring equipment (Wifi and Non Wifi),
No change As per RFP
22 10.1.6 ANNEXURE-2:
Item No. 1: -
Outdoor Wi-Fi
Access Point:
Power and
Environmental
76 Access point should be supplied with OEM
mounting kit and shall support pole, wall,
and roof mounting options.
Request your to change this clause to "Access
point should be supplied with OEM mounting kit
and shall support pole and wall mounting
options."
Remarks: outdoor AP's in village is not
expected to install on Roof. We have option to
install it on pole as well on Wall.
No change As per RFP
23 10.1.6.1 ANNEXURE-2:
Item 1: Outdoor Wi-
Fi Access Points:
Power and
Environmental
76 Access Point must be having integrated
internal or external antenna.
Access Point must be having integrated internal
antenna.
No change As per RFP
24 10.1.7.1 ANNEXURE-2:
Item 1: Outdoor Wi-
Fi Access Point:
Functionality &
Security
76 Access point should be unified and able to
work as Standalone, With Controller/Inbuilt
controller and sensor for WIDS/WIPS
functionality.
"Access point should be unified and able to work
as Standalone, With Centralized Controller and
sensor for WIDS/WIPS functionality. "
Justification: Wireless Lan Controller (WLC) is
the brain of the entire wireless network
arechitecure and access point performance
depends upon it. Hence, Wireless Controller
functionality should not loaded on APs and
separate WLC to be provisioned in HA mode for
the best performance and resiliency of the
wireless network. Request to keep separate
controller for the complete configuration and
management of the access points.
No change As per RFP
25 10.2.1 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
General
Specifications
77 WLAN solution should support both
Central architecture deployment and
distributed architecture deployment with
flexibility to split data and
control/Management plane. Access point
should create tunnel to Central
controller/Appliance for secure
communication over public/private link
through a secure tunnel between AP and
NOC.
request you to change the clause to "WLAN
solution should support both Central architecture
deployment and distributed architecture
deployment with flexibility to split data and
control/Management plane. Access point should
create tunnel to Central controller/Appliance for
secure communication over public/private link
through a GRE/IPSEC tunnel between AP and
NOC."
Remarks: we do GRE. Which can be establish
between NOC and AP through gateway.
No change As per RFP
26 10.2.1.3 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
General
Specifications
77 A single WLAN Controller appliance
should support 40Gbps wired throughput
from day one.
Rquest you to change this to "A single WLAN
Controller Server/appliance should support
20Gbps wired throughput from day one".
Remarks: in HA both WLC can handle traffic
simultaneously which will deliver desired
throuhgput.
Clause
Modified
A single WLAN Controller appliance should
support 20Gbps wired throughput from day one.
27 10.2.1.3 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
77 A single WLAN Controller appliance
should support 40Gbps wired throughput
from day one.
Request to change this to "A single WLAN
Controller appliance should support 20Gbps
wired throughput from day one." Since most of
the data in network is locally bridged( rather than
tunelled to controller) the backplane throughput
on controller is not much required.
Clause
Modified
A single WLAN Controller appliance should
support 20Gbps wired throughput from day one.
28 10.2.1.4 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
General
Specifications
77 Sub-second access point fail-over Request you to remove this point. In Smart Edge
architecture, AP's are intllegent and don’t loose
the functionality if WLC goes away.
Remarks: our AP has smart Edge architecture
support where AP services are unintruppted even
WLC goes down.
Clause
ModifiedSeamless access point fail-over
29 10.2.1.4 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
77 Sub-second access point fail-over Request to change it to " Hitless Access Point
Failover" and " Hitless Client Fail Over"
Clause
ModifiedSeamless access point fail-over
30 10.2.1.5 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
General
Specifications
77 Sub-second client fail-over Request you to remove this point. In Smart Edge
architecture, AP's are intllegent and don’t loose
the functionality if WLC goes away.
Remarks: our AP has smart Edge architecture
support where AP services are unintruppted even
WLC goes down.
Clause
ModifiedSeamless access point fail-over
31 10.2.1.5 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
77 Sub-second client fail-over Request to change it to " Hitless Access Point
Failover" and " Hitless Client Fail Over"
Clause
ModifiedSeamless access point fail-over
32 10.2.1.7 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
General
Specifications
77 Single WLAN controller appliance should
have minimum 4x10 Gig SFP+ uplink
Request you to change this clause to "Single
WLAN controller appliance should have
minimum 2x10 Gig SFP+ uplink"
Remarks: in HA both WLC can handle traffic
simultaneously which achieve the desired
expectation.
No change As per RFP
33 10.2.10 ANNEXURE-2:
Item 2: Wi-Fi
Access Controller:
Certifications
80-81 A.) CE(Conducted Emission) EN 55022
CLASS A/B or CISPR22
B.) RE(Radiated Emission) EN 55022
CLASS A/B or CISPR22
C.) Protected Earth Test EN60950-1
D.) High voltage Test EN60950-1
It must be Compliant.
No change As per RFP
34 10.2.10.1 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Certifications
80, 81 CE(Conducted Emission) EN 55022
CLASS A/B or CISPR22
Remarks: please clarify if a server with asked
specification is accepted.
No change As per RFP
35 10.2.10.2 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Certifications
80, 81 RE(Radiated Emission) EN 55022
CLASS A/B or CISPR22
Remarks: please clarify if a server with asked
specification is accepted.
No change As per RFP
36 10.2.10.3 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Certifications
80, 81 Protected Earth Test EN60950-1 Remarks: please clarify if a server with asked
specification is accepted.
No change As per RFP
37 10.2.10.4 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Certifications
80, 81 High voltage Test EN60950-1 Remarks: please clarify if a server with asked
specification is accepted.
No change As per RFP
38 10.2.2.13 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
WLAN System
Authentication &
Encryption
77 Ability to push pre-defined web pages as a
part of pre-authentication network access
rights beyond DHCP response. (e.g. to
allow PCs and MACs to finish network
scripts and network boot ups).
Request you to change this clause to "support
walled garden, ability to push pre-defined web
pages as a part of pre-authentication network
access rights beyond DHCP response. (e.g. to
allow PCs and MACs to finish network scripts
and network boot ups)."
Remarks: we understand given specification is
Walled garden. Please clarify.
No change As per RFP
39 10.2.3.1 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
WLAN Standard
Support
77 Wi-Fi alliance 802.11a/b/g/n/ac Wave2 Request you to remove this clause as Wi-Fi
Alliance certificate is applicable on Access
Points.
Remarks: Few OEM's AP's do lack feature
alone and they have to bundle their WLC to get
WiFi Alliance certificate. Our AP's has Wi-Fi
alliance certificate which justify the need.
No change As per RFP
40 10.2.4.1 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
RF Management
78 Solution must have the ability to
intelligently and dynamically load-balance
devices without receiving a new association
request from the device
Request you to remove this clause.
Remarks: In public hotspot where 1 AP is
deployed per tower, this feture has no relevance.
This is used in indoor deployments where
multiple AP's deployed in indoor environment.
No change As per RFP
41 10.2.4.6 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
RF Management
78 Prevent data loss with dynamic RF
management that provides the capability to
pause channel scanning / adjust RF
scanning intervals based on application and
load presence.
Request you to remove this clause.
Remarks: our off channel scan technology is
optimize and has less then 1% loss even in heavy
traffic. That is comparable to loss over the RF.
No change As per RFP
42 10.2.4.7 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
RF Management
78 APs should delay scanning until such time
as resumption of scanning will not
negatively impact these services.
Request you to remove this clause.
No change As per RFP
43 10.2.4.9 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
RF Management
78 Traffic shaping capabilities to offer air-time
fairness across different type of clients
running different operating systems in order
to prevent starvation of client throughput in
particular in a dense wireless user
population without the use of client specific
configurations or software.
Request you to remove this clause.
Remarks: we support airtime fairness which
provide No change As per RFP
44 10.2.5.1 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
WLAN System
Access Control for
enhance security.
78, 79 Security enforcement for wireless users
through the use of a role-based, firewall
functionalities that can be directly
integrated with the roles/ACL’s defined
within existing authentication servers.
Request you to change the clause to "Security
enforcement for wireless users through the use of
VLAN, firewall functionalities that can be
directly integrated with the ACL’s per SSID"
Remarks: VLANs will be the effective way of
attributes assignment - For Village connectivity
application in different regions, roles will not
play as it is used in Enterprise application
No change As per RFP
45 10.2.5.2 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
WLAN System
Access Control for
enhance security.
78, 79 Dynamic access rights into the network
once authenticated based on source,
destination, and/or ports.
Request you to remove this clause.
Remarks: this feature has no relevance in a
public wifi deployment.No change As per RFP
46 10.2.5.5 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
WLAN System
Access Control for
enhance security.
78, 79 Rules for access rights based on any
combination of time, location, user identity,
device identity, and extended attributes
from the authentication database.
Request you to remove this clause.
Remarks: Device and User Identity rules apply
more to an enterprise environment. Please
consider if these would be needed for a rural
public wifi depoloyment
No change As per RFP
47 10.2.6.10 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
79 Data/packet CRC and sequence error
detection and prevention
Need clarification why this is needed and how
needs to be shown. Today all communications
wired or wireless can do CRC as it is part of
standard technologyNo change As per RFP
48 10.2.6.13 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Wireless Intrusion
Detection Solution
(WIDS)
79, 80 Blacklisting of wireless devices after
firewall / ACL access rule violations are
detected within the centralized switch /
controller.
Request you to remove this clause.
No change As per RFP
49 10.2.6.15 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Wireless Intrusion
Detection Solution
(WIDS)
79, 80 Blacklisting a user. Request you to remove this clause.
Remarks: This Shall be managed throguh AAA
rather then WLC.No change As per RFP
50 10.2.6.16 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Wireless Intrusion
Detection Solution
(WIDS)
79, 80 For advance forensic should perform
spectrum analysis to detect and classify
sources of interferences. System should
provide chart displays and spectrograms for
real-time troubleshooting and visualization.
Request you to change this clause to " should
perform spectrum analysis to detect and sources
of interferences. System should provide chart
displays and spectrograms for real-time
troubleshooting and visualization."
Remarks: please change the clause as requested.
Clause
modified
For advance forensic should perform spectrum
analysis to detect and provide reports for real-
time troubleshooting and visualization
51 10.2.6.16 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
80 For advance forensic should perform
spectrum analysis to detect and classify
sources of interferences. System should
provide chart displays and spectrograms for
real-time troubleshooting and visualization.
Request to change this to "WLAN system should
support spectrum analysis to detect non wifi
interference." this is will make it a generic
specification
Clause
Modified
For advance forensic should perform spectrum
analysis to detect and provide reports for real-
time troubleshooting and visualization
52 10.2.6.2 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Wireless Intrusion
Detection Solution
(WIDS)
79, 80 Accurate and automatic method of
classifying real Rogues (on network) versus
interfering neighbour networks whether
Rogues have encryption or not and without
client software.
Request you to remove this clause.
Remarks: Given specification is appropriate for
Enterprise deployment. For an outdoor public
WiFi installation, Rogue AP tends to be a rarer
issue (than an indoor enterprise with open wired
ports), please consider if this requirement is
needed, especially for a lower cost rural wifi
solution
No change As per RFP
53 10.2.6.3 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Wireless Intrusion
Detection Solution
(WIDS)
79, 80 Efficient means of automatic rogue AP
containment with minimal RF impact and
without requiring dedicated APs to listen on
the wired ports or any other manual
procedure (e.g. support the use of hybrid
APs (scan & serve) and dedicated sensors
simultaneously)
Request you to remove this clause.
Remarks: said feature is important for
enterprise. in public hotpsot AP's with periodic
scanning is sufficient enough.No change As per RFP
54 10.2.6.4 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Wireless Intrusion
Detection Solution
(WIDS)
79, 80 Automatic Ad-hoc network detection and
containment
Request you to remove this clause.
Remarks: said feature is important for enterprise
deployemnt. In public hotspot, user may have
their own ad-hoc network which shall not be
inturruped.
No change As per RFP
55 10.2.6.4 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
79 Automatic Ad-hoc network detection and
containment
These specifcations are no more relevant in
todays network where BYOD is deployed to
allow all devices and users to come on to the
network with propser restictions and access
policies. Also this clause is more relevant to
enterprise deployment and not hotspot. Hence
request to relax this clause.
No change As per RFP
56 10.2.6.5 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
79 Detection of wireless bridges These specifcations are no more relevant in
todays network where BYOD is deployed to
allow all devices and users to come on to the
network with propser restictions and access
policies. Also this clause is more relevant to
enterprise deployment and not hotspot. Hence
request to relax this clause.
57 10.2.6.8 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
79 User-definable rate threshold detection and
protection
What parameters are to defined for thresholds.
Request clarity on this.
No change As per RFP
58 10.2.7.2 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Mobility &
Notifications
80 The Proposed Solution should able to push
notification at any given time to the end
user device.
Request you to remove this clause.
Remarks: there is no starndard way of doing
this. We need either an APP installed in user
device or through BLE. For public hotspot
deployments, its not relevant.
No change As per RFP
Clause deleted
59 10.2.7.2 ANNEXURE-2:
Item 2: Wi-Fi
Access Controller:
Mobility &
Notifications
80 The Proposed Solution should able to push
notification at any given time to the end
user device.
Request to please change the clause: “The
Proposed Solution shall offer open API to
integrate mobile App, to integrate proximity
based service like push notification service”
Justification: This is required to have better
integration with even 3rd party
applications/advertisement portals for monetizing
purpose in future.”
No change As per RFP
60 10.2.7.4 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Mobility &
Notifications
80 The system must support L3 roaming
capabilities across APs.
Request you to remove this clause.
Remarks: For an outdoor rural wifi we
recommend a single subnet per site. L3 roaming
is typically needed in a campus environment with
each building having its own subnet and users
moving between them actively. Please reconsider
if a rural wifi install needs L3 roaming
No change As per RFP
61 10.2.8.1 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Quality of
Service
80 Provide application, user, and policy based
QoS.
Request you to remove this clause.
Remarks: This Shall be managed throguh AAA
rather then WLC.No change As per RFP
62 10.2.8.2 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Quality of
Service
80 Should support mDNS (Bonjour,
Chromecast, DIAL, etc.)
Request you to change the clause to "Should
support mDNS (Bonjour/Chromecast/DIAL,
etc.)"
Remarks: mDNS and Chromecast are local
discovery protocols for home and enterprise
environments. For public WiFi in rural areas this
feature has no significance
No change As per RFP
63 10.2.8.2 ANNEXURE-2:
Item 2: Wi-Fi
Access Controller:
Quality of Service
80 Should support mDNS (Bonjour,
Chromecast, DIAL, etc.)
Must be Deleted
No change As per RFP
64 10.2.8.5 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Quality of
Service
80 Automatic call recognition of voice
protocols such as Session Initiation Protocol
(SIP)and other VoWLAN protocols
request you to change clause to "Automatic call
recognition of voice protocols"
Remarks: We shouldn't stick to particular
protocols, but think on voice packets. Note that
automatic mapping from WMM to DSCP is
supported, so if client end point marks packets as
voice they will be prioritize accordingly even if
we don’t recognize them as SIP. Public WiFi will
not use SIP & is more relevant in Enterprise /
Campus applications
No change As per RFP
65 10.2.8.5 ANNEXURE-2:
Item No 2: Wi-Fi
Access Controller:
Quality of
Service
80 Automatic call recognition of voice
protocols such as Session Initiation Protocol
(SIP)and other VoWLAN protocols
This is enterprise feature more required for office
kind deployment rather than hotpsot deployment.
Please relax this clauseNo change As per RFP
66 10.3.11.4 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
User Roles &
Permissions
89 To enable centralized management of user
permissions, the operations solution should
integrate with the existing RADIUS,
TACACS+, and LDAP servers to manage
administrative roles.
request this to change this to " To enable
centralized management of user permissions, the
operations solution should integrate with the
existing RADIUS OR TACACS+ OR LDAP
servers to manage administrative roles."
No change As per RFP
67 10.3.2 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Device Discovery
81 To ensure that new and existing wireless
APs and controllers are automatically
discovered anywhere on the network, the
operations solution should support both
upper layer discovery methods (i.e., SNMP
and HTTP scanning) as well as Layer 2
discovery protocols (e.g., CDP).
This clause suggests that only Aruba-HPE will
comply and the bidder will be forced to propose
Aruba. Hence request to change to " To ensure
that new wireless APs and controllers are
automatically discovered anywhere on the
network, the operations solution should support
both upper layer discovery methods (i.e., SNMP
and HTTP scanning) as well as Layer 2
discovery protocols (e.g., CDP)." this will allow
third party NMS to be proposed and make it an
equal opportunity bid.
No change As per RFP
68 10.3.3.5 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Monitoring
82 The operations solution should provide easy-
to-use, real-time monitoring views of every
end-user device connected to the wireless
network (i.e., laptops, phones, printers).
The NMS can monitor network devices and not
endpoints. This can be done from the controller.
Request to change this to " The WLAN solution
should provide easy-to-use, real-time monitoring
views of every end-user device connected to the
wireless network (i.e., laptops, phones, printers).
No change As per RFP
69 10.3.4.4 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Diagnostics &
Alerts
83 Some IT users may use site maps as their
primary view for monitoring users and
devices in a particular location. The
operations solution should visually display
user and device alert status on these maps.
relax this clause as it is irrelavant to outdoor wifi
No change As per RFP
70 10.3.4.5 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Diagnostics &
Alerts
84 System(WLC/NMS) should provide DHCP
response times for every user. Aggregated
DHCP response times for servers.
Request to relax this clause since the DHCP,
DNS and Authentication server deployed would
be able to provide these details No change As per RFP
71 10.3.4.6 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Diagnostics &
Alerts
84 System (WLC/NMS) should provide
Authentication response times for every
user. Aggregate Auth server response times
per server.
Request to relax this clause since the DHCP,
DNS and Authentication server deployed would
be able to provide these details No change As per RFP
72 10.3.4.7 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Diagnostics &
Alerts
84 System should provide DNS response times
for every user. Aggregated DNS response
information per server.
Request to relax this clause since the DHCP,
DNS and Authentication server deployed would
be able to provide these details No change As per RFP
73 10.3.4.8 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Diagnostics &
Alerts
84 System should provide client
troubleshooting information including
Association time, Authentication
success/failure and time, DHCP time and
DNDS time.
Request to relax this clause since the DHCP,
DNS and Authentication server deployed would
be able to provide these details No change As per RFP
74 10.3.6.1 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Policy
Management &
Audit
85 The operations solution should be able to
perform a device-level configuration audit,
in which the device’s (AP or controller)
current configuration settings are compared
to the defined policy settings. The
operations solution should provide an
onscreen display that highlights the settings
that violate policy.
request to relax as it is irrelevant to Hotpsot
deployment and proprietary
No change As per RFP
75 10.3.6.2 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Policy
Management &
Audit
85 The operations solution should be able to
scan the entire network (or defined
segments of the network) at a predefined
interval and generate a report listing any
misconfigurations that were detected. The
operations solution should generate an alert
whenever a mismatch is detected, and the
alert should contain information showing
which settings are mismatched.
request to relax as it is irrelevant to Hotpsot
deployment and proprietary
No change As per RFP
76 10.3.6.3 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Policy
Management &
Audit
85 To ensure that no devices remain
misconfigured, the operations solution
should be able to automatically update the
device’s configuration to match the defined
policy as soon as a configuration error is
detected.
These specifciations are not of an NMS but of an
FCAPS system. Also this is proprietary to single
vendor and prevents an equal opportunity bid.
Hence request to relax this clause.No change As per RFP
77 10.3.6.4 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Policy
Management &
Audit
86 The operations solution should allow IT to
specify which configuration errors should
generate alerts (and which should not).
These specifciations are not of an NMS but of an
FCAPS system. Also this is proprietary to single
vendor and prevents an equal opportunity bid.
Hence request to relax this clause.No change As per RFP
78 10.3.7.3 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Firmware
Distribution &
Management
86 For security and optimal performance, the
operations solution users must be able to
define a “minimum acceptable” firmware
version for each make and model of AP or
controller. The operations solution must
detect and allow IT to easily update any
devices with “down-rev” firmware.
To make this more generic request this to change
to" For security and optimal performance, the
operations solution users must be able to define a
“minimum acceptable” firmware version for each
make and model of AP or controller. The
operations solution must detect and allow IT to
easily update any devices with the required
firmware.
No change As per RFP
79 10.3.8.1 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 The operations solution should provide a
location module that provides accurate
location information for every device (AP)
and client at a site simultaneously.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.
80 10.3.8.1 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86 The operations solution should provide a
location module that provides accurate
location information for every device (AP)
and client at a site simultaneously.
Change this to " The WLAN solution should
provide a location module that provides accurate
location information for every device (AP)."
This clause is irrelavant for hotpsot deployment
and request to relax this clause.
81 10.3.8.2 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 The operations solution should provide an
easy way to create site plans or import
existing ones into the visualization
software.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement. No change As per RFP
82 10.3.8.3 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 The operations solution should be able to
calculate accurate location information
using real-time data gathered from the
deployed access points and without
requiring administrators to draw every wall
and obstacle onto each floor plan.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.No change As per RFP
No change As per RFP
83 10.3.8.4 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 Users should have a way to search for and
locate devices on a visual display.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.No change As per RFP
84 10.3.8.5 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 The operations solution should provide up-
to-date RF heat maps that show accurate
information on the overall signal quality
delivered to locations on a map.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.No change As per RFP
85 10.3.8.6 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 The operations solution should be able to
display information on quality of service for
voice.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.No change As per RFP
86 10.3.8.7 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 The operations solution should integrate
with Google Earth to display device
location if the latitude, longitude, and
elevation of deployed devices are known.
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.No change As per RFP
87 10.3.8.8 ANNEXURE-2:
Item No. 3:-
WLAN NMS:
Visualization &
Location Services
86, 87 Wi-Fi solution must provide real-time
electronic access to location data for third
party systems to provide location-based
offers
We understand that this is not the task of EMS.
Hence, kindly allow to use third party tool to
facilitate this requirement.No change As per RFP
88 10.4.3 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
90 The BS radio system should support
synchronization over Ethernet interface
between same vendor radios at the PoP site
to eliminate mutual interference or should
support 1588 v2 synchronization.
Request to remove
Remarks: Next row (Sl. No. 4) is asking for
GPS synchronization which will take care of
intra and inter site synchronization, hence this
feature not relevant
Clause
modified
The BS Radio System should support
synchronization mechanism of transmission
timing of different collocated-Sites in order to
eliminate mutual interference between multiple
sites through GPS or should support 1588 v2
synchronization.
89 10.4.31.1 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
91 (i) Performance Monitoring logs, event logs
and provision for monitor logs must be
available through Element management
software
(i) Performance Monitoring logs, event logs and
provision for monitor logs must be available
through Element management software / NMS
Remarks: Role of NMS to collect all logs is
Industry standard rather than Radios - can't
troubleshoot the network by collecting the logs
from each Radio. Mentioning the number of days
to store logs will not have any relevance as the
performance may vary several times in a day
depending on the environment providing logs for
each instance, hence memory size should be the
criteria
Clause
modified
(iii) Performance Monitoring logs, event logs and
provision for monitor logs must be available
through Element management software/NMS
90 10.4.31.2 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
91 (ii) Radio system should have capability to
store the performance logs for up to 30 days
for downloading when require
(ii) Radio should have capability to store the
performance logs for up to 30 days or minimum
memory size to store logs in Radio should be 4
KB.
Remarks: Role of NMS to collect all logs is
Industry standard rather than Radios - can't
troubleshoot the network by collecting the logs
from each Radio. Mentioning the number of days
to store logs will not have any relevance as the
performance may vary several times in a day
depending on the environment providing logs for
each instance, hence memory size should be the
criteria
No change As per RFP
91 10.4.31.3 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
91 (iii) Radio system should support download
of link diagnostics information logs from
the radio for fault analysis.
(iii) Radio System / NMS should support
download of link diagnostics information logs
from the radio for fault analysis.
Remarks: Role of NMS to collect all logs is
Industry standard rather than Radios - can't
troubleshoot the network by collecting the logs
from each Radio. Mentioning the number of days
to store logs will not have any relevance as the
performance may vary several times in a day
depending on the environment providing logs for
each instance, hence memory size should be the
criteria
No change As per RFP
92 10.4.35 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
92 Radio System should have 2 Gigabit LAN
Interface with Auto negotiation
(IEEE802.3)
Radio System should have 2 Gigabit Interface
with Auto negotiation (IEEE802.3) - LAN &
WAN
Remarks: Radio system has 2 Ethernet
Interfaces - one for LAN & another for WAN.
Termination of customer network can be done
from a single LAN, hence request you to remove
2 LAN port ask.
Clause
modified
Radio System should have 2 Gigabit Interface
with Auto negotiation (IEEE802.3) LAN &
WAN
93 10.4.38 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
92 Humidity supported should be for outdoor
radios 95% condensing and for indoor units
90% non-condensing
Humidity supported should be for outdoor radios
95% non-condensing and for indoor units 90%
non-condensing
Remarks: Industry standard for radios humidity
is non-condensing
Clause
modified
Humidity supported should be for outdoor radios
95% non-condensing and for indoor units 90%
non-condensing
94 10.4.4 ANNEXURE-2:
Item No. 4 :-Base
Station Sector
Radio: General
Specifications
90 The BS Radio System should support
synchronization mechanism of transmission
timing of different collocated-sites in order
to eliminate mutual interference between
multiple sites through GPS or should
support 1588 v2 synchronization.
Request 1588v2 to be removed
Remarks: 1588v2 synchronization is more
relevant to Telcos & it requires backend
infrastructure to provide timing whereas GPS
synchronization works independantly without
requiring any backend infrastructure
No change As per RFP
95 10.6.12 ANNEXURE-2:
Item No. 6:- CPE
Radio: General
Specifications
94 Should support throughput Capacity
upgrade license to 25 mbps without
changing hardware
Should support throughput of at least 50 mbps &
support of Capacity upgrade license further
without changing hardware
Remarks: Environmental conditions may
prevent the link to provide expected throughput,
hence better to go for at least 50 Mbps CPE
Clause
modified
Should support throughput of at least 50 mbps &
support of Capacity upgrade license further
without changing hardware
96 10.6.2 ANNEXURE-2:
Item 6: CPE Radio:
General
Specifications
93 CPE radio should support Automatic
Transmit Power Control (ATPC) to limit
the power and reduce unnecessary
interference to other CPEs in the proximity
Suggestion : The Subscriber unit in PTMP mode
should support ATPC in conjunction with base
station system, however, ATPC functioanlity
while working as PTP link is not mandatory.
Clarification : In PTP mode there are no other
CPEs connected the base station, hence this
feature in not relevant for subscriber units in PTP
mode.
No change As per RFP
97 10.6.20 ANNEXURE-2:
Item No. 6:- CPE
Radio: General
Specifications
94 The Radio should support AES-128 or
FIPS 197 encryption certifications
The Radio should support AES-128 and FIPS
197 encryption certifications
Remarks: FIPS is authority certified AES-128
to use in US Govt projects. Hence request to add
FIPS-197 also mandatory
No change As per RFP
98 10.6.28 ANNEXURE-2:
Item No. 6:- CPE
Radio: General
Specifications
95 Humidity supported should be for outdoor
radios 95% condensing and for indoor units
90% non-condensing
Humidity supported should be for outdoor radios
95% non-condensing and for indoor units 90%
non-condensing
Remarks: Industry standard for radios humidity
is non-condensing
Clause
modified
Humidity supported should be for outdoor radios
95% non-condensing and for indoor units 90%
non-condensing
99 10.6.30 ANNEXURE-2:
Item No. 6:- CPE
Radio: General
Specifications
95 Radio System should have 2 Gigabit LAN
Interface with Auto negotiation
(IEEE802.3)
Radio System should have 2 Gigabit Interface
with Auto negotiation (IEEE802.3) - LAN &
WAN
Remarks: Radio system has 2 Ethernet
Interfaces - one for LAN & another for WAN.
Termination of customer network can be done
from a single LAN, hence request you to remove
2 LAN port ask.
Clause
modified
Radio System should have 2 Gigabit Interface
with Auto negotiation (IEEE802.3) LAN &
WAN
100 10.6.36 ANNEXURE-2:
Item No. 6:- CPE
Radio: General
Specifications
95 CPE hardware should have ability for
capacity upgrade from 25 Mbps to 50 Mbps
without any change
CPE hardware should have ability for capacity
upgrade from 50 Mbps to 100 Mbps without any
change
Remarks: Environmental conditions may
prevent the link to provide expected throughput,
hence better to go for maximum upto 100 Mbps
CPE
101 10.6.7 ANNEXURE-2:
Item No. 6:- CPE
Radio: General
Specifications
94 Modulation technology supported should be
OFDM – MIMO 2 x 2 and Diversity, FEC
k = 1/2, 2/3, 3/4, 5/6
Modulation technology supported should be
OFDM – MIMO 2 x 2 and Diversity, FEC
Remarks: OEMs use different methods of FEC
alongwith proprietary algorithms, hence coding
can be removed
Clause
modified
Modulation technology supported should be
OFDM – MIMO 2 x 2 and Diversity, FEC
102 10.6.9 ANNEXURE-2:
Item 6: CPE Radio:
General
Specifications
94 CPE radio should support smart dynamic
assured capacity controlled by Base station
Suggestion : The Subscriber unit in PTMP mode
should support smart dynamic assured capacity
controlled in conjunction with base station
system, however, smart dynamic assured
capacity controlled functioanlity while working
as PTP link is not mandatory.
Clarification: In PTP mode there are no other
CPEs connected the base station, hence this
feature in not relevant for subscriber units in PTP
mode.
No change As per RFP
Clause deleted
103 3.1.2 PRE-
QUALIFICATION/
ELIGIBILITY
CRITERIA
12 Average Annual Turnover of the bidder
from IT/ ITeS/Telecom Networking
Business (as per the last published audited
accounts) during financial years FY 2013-
14 to 2015-16 OR FY 2014-15 to 2016-17
should be at least Rs.300 Crores.
We request you to kindly amend the caluse to
enable more participation and for competitive
prices in the tender
Average Annual Turnover of the bidder from IT/
ITeS/Telecom Networking Business (as per the
last published consolidated audited balance
sheet) during financial years FY 2013-14 to 2015-
16 OR FY 2014-15 to 2016-17 should be at least
Rs.300 Crores.
CA Certificate with CA’s Registration Number/
Seal
Clause
modified
Average Annual Turnover of the bidder from IT/
ITeS/Telecom Networking Business (as per the
last published audited accounts) during financial
years FY 2013-14 to 2015-16 OR FY 2014-15 to
2016-17 should be at least Rs.500 Crores.
104 3.1.4 PRE-
QUALIFICATIO
N/ ELIGIBILITY
CRITERIA
13 The bidder must have successfully
completed one turnkey project (Supply and
Installation) of Networking devices/ICT
Infrastructure (Router/ Switches/ Firewalls/
APs/ RF/ Severs/ Storage or Telecom
equipment) value not less than the amount
of Rs. 80 Crore in India during the period
from 01/01/2012 onwards.
Request you to change this clause with 20% of
project cost or 10% AP installation base
experience of this project
No change As per RFP
105 3.1.4 PRE-
QUALIFICATION/
ELIGIBILITY
CRITERIA
12 The bidder must have successfully
completed one turnkey project (Supply and
Installation) of Networking devices/ICT
Infrastructure (Router/ Switches/ Firewalls/
APs/ RF/ Severs/ Storage or Telecom
equipment) value not less than the amount
of Rs. 80 Crore in India during the period
from 01/01/2012 onwards.
OR
The bidder must have successfully
completed two turnkey project (Supply and
Installation) of Networking devices/ICT
Infrastructure (Router/ Switches/ Firewalls/
APs/ RF/ Severs/ Storage or Telecom
equipment) total value not less than the
amount of Rs. 100 Crore in India during the
period from 01/01/2012 onwards.
We request you to kindly amend the caluse to
enable more participation and for competitive
prices in the tender
The bidder must have successfully completed
one turnkey project including Supply and
Installation of Networking devices/ICT
Infrastructure (Router/ Switches/ Firewalls/ APs/
RF/ Severs/ Storage or Telecom equipment), the
project value not less than the amount of Rs. 80
Crore in during the period from 01/01/2012
onwards.
OR
The bidder must have successfully completed
two turnkey project comprising of (Supply and
Installation) of Networking devices/ICT
Infrastructure (Router/ Switches/ Firewalls/ APs/
RF/ Severs/ Storage or Telecom equipment)
project value not less than the amount of Rs. 100
Crore in India during the period from 01/01/2012
onwards.
Copies of supply order & its invoice/Project
completion / Phase completion report
Note: Govt PSUs may give self-certification on 106 3.1.6 3.1.6: OEM
Qualification for
RF
13 The OEM must have installation base of
minimum 30000 RF links in India in Govt
and/or Telecom sector out of which 10000
radio should Point to Multi Point (P2MP).
Major players have the relevant experience in
global market which can be good for successfully
implementing in this project as this will attract
Multiple Global Players to participate. Request
RISL to allow experience of global
supply/deployment instead of only India
deployment experience.
107 3.1.6 3.1.6: OEM
Qualification for
RF
13 The OEM must have installation base of
minimum 30000 RF links in India in Govt
and/or Telecom sector out of which 10000
radio should Point to Multi Point (P2MP).
The OEM must have installation base of
minimum 30000 RF links in Govt and/or
Telecom sector out of which 10000 radio should
Point to Multi Point (P2MP).
108 3.1.7 OEM
Qualification for
Wi-Fi
13 The OEM must have installation base of
minimum 30000 APs in India in Govt
and/or Telecom sector.
request you to change this clause to "The OEM
must have installation base of minimum 15000
APs in India in Govt and/or Telecom sector.
Clause
modified
The OEM must have installation base of
minimum 40000 APs in India in Govt and/or
Telecom sector.
No change As per RFP
Clause
modified
The OEM must have installation base of
minimum 40000 RF links in India in Govt and/or
Telecom sector out of which 15000 radio should
Point to Multi Point (P2MP).
109 3.1.7 3.1.7: OEM
Qualification for
Wi-Fi
13 The OEM must have installation base of
minimum 30000 APs in India in Govt
and/or Telecom sector.
The WiFi equipments are been supplied globally
and running successfully. Major players has the
relevant experience in global market which can
be good for successfully implementing in this
project. Request RISL to allow experience of
global supply/deployment instead of only India
deployment experience.
110 3.1.7 7. OEM
Qualification for Wi-
Fi
13 The OEM must have installation base of
minimum 30000 Aps in India in Govt
and/or Telecom sector
A.) The OEM must have installation base of
minimum 30000 APs in Global in Govt. and/or
Telecom sector
OR
B.) As per RFP, Order will be split into L1 & L2
basis; hence, it must be proportionate to OEM
Credentials i.e. around 15000 Wi-Fi AP's in
India.
111 3.1.7 OEM
Qualification for
Wi-Fi
13 The OEM must have installation base of
minimum 30000 APs in India in Govt
and/or Telecom sector.
The OEM must have installation base of
minimum 30000 APs in Govt and/or Telecom
sector.
112 4.1.2 RF BTS Tower
installation
17 RF BTS Tower installation: In order to
provide RF connectivity to the
offices/GPs/other locations, it is proposed
to setup a narrow base, self-supporting 40
Mtr (height) towers at DHQ, BHQs and
other important towns at approx 400
locations. Tentative list of locations are
mentioned in Annexure-17.BTS Tower
installation shall include Construction of
BTS Tower foundation, tower erection,
earthing and installation and
commissioning of tower equipment.
In Phase I , already 340 Base Station Towers are
Installed. So this 400 is additional to phase I
towers or we need to use existing one . Kindly
clarify.
Clause
modified
In order to provide RF connectivity to the
offices/GPs/other locations, it is proposed to
setup a narrow base, self-supporting 40 Mtr
(height) towers at DHQ, BHQs and other
important towns as locations defined in RFP.
Tentative list of locations is mentioned in
Annexure-17. BTS Tower installation shall
include Construction of BTS Tower foundation,
tower erection, earthing and installation and
commissioning of tower equipment.
113 4.2.4.2 RF SYSTEM SET-
UP: Integration of
Installed
Hardware/Software
point b
21 The SI shall be ensured that supplied
devices are detected in RajNET/Supplied
NMS. Presently RISL has deployed HP
Open View NMS/EMS solution under
RajNET.
If an NMS is already present and the current RFP
asks for the new devices to be detected in it why
is a separate NMS specifications mentioned in
this RFP.No change As per RFP
Clause
modified
The OEM must have installation base of
minimum 40000 APs in India in Govt and/or
Telecom sector.
114 4.2.4.3 RF SYSTEM SET-
UP: Integration of
Installed
Hardware/Software
point b
21 Integration with Radius Server: The
selected bidder shall be responsible for
integration of Wi-Fi network with the
existing Radius/AAA Server at RSDC. The
make and model of existing AAA/Radius
are as 24 online SMS 1500i appliance and
Aruba CPPM. Technical assistance of
existing solution will be arranged by RISL.
What is the function of CPPM in existing
network
No change As per RFP
115 4.1.6.6 1 (5.VI) 18 request for amendment:
The end office RF shall be commissioned
only at those sites where throughput of
Minimum 10 Mbps is achieved with a
directional antenna and a pole of maximum
6 meter height.
Suggestion: The end office RF shall be
commissioned only at those sites where
throughput of Minimum 10 Mbps is achieved
with a directional antenna and a pole of
maximum 15 meter height.
Clarification : Please refer to BOM at page no.
74 of 128 .
116 4.8.4 Project
Deliverables,
Payment Terms &
Conditions (d.)
27 First PO shall be issued for 5000 locations
(RF/Wi-Fi). Repeat orders shall be issued
subsequently.
We request you to release repeat orders within 3
Months subsequent to issue of PO for first lot.No change As per RFP
117 5.12.1 12. Selection
Method:
36 The work shall be awarded to two bidders
in the manner mentioned below:-
a. The L-1 bidder shall be awarded work in
four divisions, namely Jaipur, Ajmer,
Bikaner and Jodhpur divisions.
b. L-2 bidder shall be awarded work
inremaining three divisions, namely
Bharatpur, Kota and Udaipur at L-1 rates.
c. If L-2 bidder disagrees for the rates
offered, the next bidders (L-3, L-4 and so
on), shall be offered L-1 rates. If all the
bidders disagree to accept L-1 rates, the
complete work shall be awarded to L-1
bidder. The L-1 bidder is bound to accept
complete work,at his/her quoted rates,
under the project in such case.
d. Bidders, except L-1, shall have a choice
to accept or refuse the offer.
We request you to provide the complete package
to L1 bidder.
No change As per RFP
Clause deleted
118 5.23.1 Right to vary
quantity
43 a) If the procuring entity does not procure
any subject matter of procurement or
procures less than the quantity specified in
the bidding documents due to change in
circumstances, the bidder shall not be
entitled for any claim or compensation.
We request you to remove this clause
_________________
No change As per RFP
119 5.24.2 General 43 Performance Bank Guarantee
The amount of performance security shall
be 5%, or as may be specified in the
bidding document, of the amount of supply
order.
We are proposing that Performance Bank
Guarantee shall be submitted separately for
CAPEX and OPEX value. Also PBG value shall
be 5% of CAPEX & OPEX value. Please
confirm.
No change As per RFP
120 6.10.1 Purchaser’s
Responsibilities
56 Whenever the supply of goods and related
services requires that the Supplier/ Selected
Bidder obtain permits, approvals, and
import and other licenses from local public
authorities, the Purchaser shall, if so
required by the Supplier/ Selected Bidder,
make its best effort to assist the Supplier/
Selected Bidder in complying with such
requirements in a timely and expeditious
manner.
We understand that the necessary approvals &
charges required for ROW charges shall be borne
by the client and the same need not be included
in the contract value. Bidders shall be exempted
from any delays due to such approvals. Kindly
Confirm. No change As per RFP
121 6.22.2 Rejection 60 b) If, however, due to exigencies of
RISL/DoIT&C work, such replacement
either in whole or in part, is not considered
feasible, the Purchase Officer after giving
an opportunity to the selected bidder of
being heard shall for reasons to be
recorded, deduct a suitable amount from the
approved rates. The deduction so made
shall be final.
Request you to modify the clause as below:
b) "If, however, due to exigencies of
RISL/DoIT&C work, such replacement either in
whole or in part, is not considered feasible by
the Selected bidder, the Purchase Officer even
after giving an reasonable opportunity to the
selected bidder within a mutually accepted
timeline, then upon such instances of such
failure the Selected bidder will be given an
opportunity of being heard shall for reasons to
be recorded, deduct a suitable amount from the
approved rates. The deduction so made shall be
final."
No change As per RFP
122 6.26.1 Liquidated
Damages (LD)
61 a) In case of extension in the delivery
period with liquidated damages the
recovery shall be made on the basis of
following percentages of value of Stores
with the bidder has failed to supply/ install/
complete:-
prescribed delivery period: 2.5%
exceeding half of the prescribed period:
5.0%
three fourth of the prescribed period: 7.5%
prescribed period: 10%
We understand that the LD is deductible on the
contract value only for that respective
milestone/quarter of the undelivered portion.
Please confirm
No change As per RFP
123 6.28.3 Authenticity of
Equipment
62 c) Goods accepted by the purchaser in
terms of the contract shall in no way dilute
purchaser’s right to reject the same later, if
found deficient in terms of the this clause
of the contract.
Request you to modify the clause as below:
"Goods accepted by the purchaser in terms of the
contract shall in no way dilute purchaser’s right
to reject the same later unless otherwise as
mentioned in clause 22, if found deficient in
terms of the this clause of the contract."
No change As per RFP
124 6.30.1 Patent Indemnity 63 a) The supplier/ selected bidder shall,
subject to the Purchaser’s compliance with
sub-clause (b) below, indemnify and hold
armless the Purchaser and its employees
and officers from and against any and all
suits, actions or administrative proceedings,
laims, demands, losses, damages, costs, and
expenses of any nature, including attorney’s
fees and expenses, which the Purchaser
may suffer as a result of any infringement
or alleged infringement of any patent, utility
model, registered design, trademark,
copyright, or other intellectual property
right registered or otherwise existing at the
date of the Contract by reason of: -
Request you to modify the clause as below:
"The supplier/ selected bidder shall, subject to
the Purchaser’s compliance with sub-clause (b)
below, indemnify and hold harmless the
Purchaser and its employees and officers from
and against any and all suits, actions or
administrative proceedings, claims, demands,
losses, damages, costs, and expenses of any
nature, including attorney’s fees and expenses
occurring solely due to the actions or
inactions of the Selected bidder, which the
Purchaser may suffer as a result of any
infringement or alleged infringement of any
patent, utility model, registered design,
trademark, copyright, or other intellectual
property right registered or otherwise existing at
the date of the Contract by reason of: -"
No change As per RFP
125 6.31.1 Limitation of
Liability
64 a) neither party shall be liable to the other
party for any indirect or consequential loss
or damage, loss of use, loss of production,
or loss of profits or interest costs, provided
that this exclusion shall not apply to any
obligation of the supplier/ selected bidder to
pay liquidated damages to the Purchaser;
and
Request you to modify the clause as below:
"a) neither party shall be liable to the other party
for any punitive, remote, special, incidental or
indirect or consequential loss or damage, loss of
use, loss of production, or loss of revenue, or
loss of profits or interest costs, provided that this
exclusion shall not apply to any obligation of the
supplier/ selected bidder to pay liquidated
damages to the Purchaser; and "
No change As per RFP
126 6.31.2 31) Limitation of
Liability
64 b) the aggregate liability of the supplier/
selected bidder to the Purchaser, whether
under the Contract, in tort, or otherwise,
shall not exceed the amount specified in the
Contract, provided that this limitation shall
not apply to the cost of repairing or
replacing defective equipment, or to any
obligation of the supplier/ selected bidder to
indemnify the Purchaser with respect to
patent infringement.
Request you to modify the clause as below:
"b) the aggregate liability of the supplier/ selected
bidder to the Purchaser, whether under the
Contract, in tort, or otherwise, shall not exceed
the 100 % of the unpaid portion of the amount
specified in the Contract payable by the
Purchaser to the Selected bidder, provided that
this limitation shall not apply to the cost of
repairing or replacing defective equipment, or to
any obligation of the supplier/ selected bidder to
indemnify the Purchaser with respect to patent
infringement solely occurring due to the
actions or inactions of the Selected bidder."
No change As per RFP
127 6.32.2 Force Majeure 64 b) For purposes of this Clause, “Force
Majeure” means an event or situation
beyond the control of the supplier/ selected
bidder that is not foreseeable, is
unavoidable, and its origin is not due to
negligence or lack of care on the part of the
supplier/ selected bidder. Such events may
include, but not be limited to, acts of the
Purchaser in its sovereign capacity, wars or
revolutions, fires, floods, epidemics,
quarantine restrictions, and freight
embargoes.
Request you to modify the clause as below:
"For purposes of this Clause, “Force Majeure”
means an event or situation beyond the control of
the supplier/ selected bidder that is not
foreseeable, is unavoidable, and its origin is not
due to negligence or lack of care on the part of
the supplier/ selected bidder. Such events may
include, but not be limited to, acts of the
Purchaser in its sovereign capacity, wars or
revolutions, fires, rains, floods, epidemics,
quarantine restrictions, and freight embargoes,
warlike operations, invasion, act of foreign
enemy and civil war, confiscation,
nationalization, mobilization, commandeering
or requisition by or under the order of any
government or de jure or de facto authority
or ruler, or any other act or failure to act of
any local state or national government
authority, Strike, sabotage, lockout, embargo,
import restriction, port congestion,
shipwreck, shortage or restriction of power
supply, epidemics, quarantine, and plague,
Earthquake, landslide, volcanic activity,
rains, fire, flood or inundation, tidal wave,
typhoon or cyclone, hurricane, storm,
lightning, or other inclement weather
condition, nuclear and pressure waves, or
No change As per RFP
128 6.34.1 Termination 65 a. If the supplier/ selected bidder fails to
deliver any or all quantities of the service
within the time period specified in the
contract, or any extension thereof granted
by RISL; or
Request you to modify the clause as below:
"a. If the supplier/ selected bidder fails to deliver
any or all quantities of the service within the time
period specified in the contract solely due to the
Supplier/ Selected bidder’s fault, or any
extension thereof granted by RISL; or"
No change As per RFP
129 6.34.2 Termination 65 b. If the supplier/ selected bidder fails to
perform any other obligation under the
contract within the specified period of
delivery of service or any extension granted
thereof; or
Request you to modify the clause as below:
"b. If the supplier/ selected bidder fails to
perform any other obligation under the contract
within the specified period of delivery of service
or any extension granted thereof solely due to
the Supplier/ Selected bidder’s fault ; or"
No change As per RFP
130 6.34.4 Termination 65 d. If the supplier/ selected bidder commits
breach of any condition of the contract.
Request you to modify the clause as below:
"d. If the supplier/ selected bidder commits
material breach of any condition of the
contract."
No change As per RFP
131 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
General
Specifications
79 Wireless Intrusion Detection Solution
(WIDS)
Request to allow WIDS to be proposed as a total
solution rather than part of controller and as a
separate third party hardware or software
soliution. Only a specific enterprise WLAN
vendor can provide IPS/IDS as part of controller.
132 ANNEXURE-2:
Item No. 2: - Wi-Fi
Access Controller:
RF Management
78 RF Redundancy We request RISL to elaborate on this clause
133 ANNEXURE-2:
Item 1: Outdoor Wi-
Fi Access Point:
Ports
75 New Clause Request to add the Clause "The AP Should have
dedicated console port (RJ-45) for local
troubleshooting"
Justification - For any troubleshooting purpose
during installation or production, console port is
the key requirement. Console port enables AP
access while AP connectivity is not available
through any other means - either through LAN or
Wireless. The examples are - When the AP is
have trouble in booting up or firmware issues or
Crashing or some initial configuration to be
applied to the AP to connect to the rest of the
Network through LAN, Controller and Wireless.
Console port enables AP access irrespective of
whether its properly Functioning / booted or not,
whether it has a valid IP or Not. Hence, its a very
important requirement to have a dedicated RJ45
console port on the AP to ensure smooth
implementation and troubleshooting of the
Wireless Network.
As per RFP
As per RFP
Refer RFP
134 ANNEXURE-2:
Item 2: Wi-Fi
Access Controller:
General
Specifications
77 New clause Request to please change the clause to “WLAN
solution should support both Central architecture
deployment and distributed architecture
deployment with flexibility to split data and
control/Management plane. Access point should
create tunnel to Central controller/Appliance for
secure communication over public/private link
through a secure tunnel between AP and NOC.
And all the proposed Access point must be
configured and managed by the supplied
hardware WLC”.
Justification: To have a fair competition among
all the OEM and to ensure there is no
architecture parity in the proposed solution and
no controller-less architecture to be proposed”
135 New Clause Request to add a clause " Access point must
download the firmware upgrade from the
hardware controller itself and should run same
image as on WLC"
Justification: In controller based architecture it
is a prime requirement that all the APs should be
on same firmware as of the WLC and this is only
possible when there is single depositary to issue
the firmware to all access points.”
136 New Clause Request to please add a clause: “The proposed
solution including both WLC and Access points
must support all IPv6 functionalities including
IPv6 address on AP and client, Ipv6 internal
captive portal, logging with IPv6 syslog server.”
Justification: Since the future is IPv6, in terms
of IP schema, for such larger deployment it is
highly recommended that the proposed solution
must be fully IPv6 equipped to avoid any scaling
issues in future.
As per RFP
As per RFP
As per RFP
137 New Clause The proposed solution must provide the Analytic
basis Visitors, repeat visitors, dwell times, inside
or outside the venue etc, along with Path
Analytics. Also, the system should provide
Traffic Analysis by Zones.
Justification: Big data is the big source to gather
all the information on user analytics to analyse
the different types of behaviour which will help
understanding the user pattern and help improve
the services, which can further be monetize if
required.
138 New We request you to kindly make it Item wise L1
bid
139 No of Subscribers units per Sector Clarification : 1) Kindly mention the number of
subscriber units to be served per sector at 10 km
radius with 10 mbps agregate throughput.
2) Please indicate no. of sectors per base station
sites keeping in view of 50 Mhz spectrum under
5.8 Ghz WPC unlicensed Band. Please take into
consideration that out of 50 Mhz spectrum in 5.8
Ghz band, some of the spectrum might be
already be occupied by other operators/ systems.
140 request for addition
CPE to work with PTP functionality
Suggestion : The Subscriber unit should have
capability to act as Point to Point link with
another subscriber unit.
Clarification :This functionality adds flexibility
to use the unit as a subscriber unit with the base
station or using two subscriber units to act as a
point to Point link, allow RISL to connect the
locations that are not feasible from the projected
base station for Gram Panchayats coverage due
to obstruction between the sites thus extending
the coverage by adding additional layer of PTP
link This will help RISL in efficient and ease of
inventory management.
As per RFP
As per RFP
As per RFP
As per RFP
141 request for addition
Synchronization of multiple Radios at the
same Tower site
Suggestion: The Subscriber units in PTP mode
shall support synchronization over Ethernet
interface between same vendor radios at hub site
to remove mututal interference .
Clarification : The subcriber unit in PTP mode
may be collolated with other PTP/ PTMP Base
Station radios of the same vendor at hub sites
and shall be prone to mutual interference.
support of Ethernet based Synchronization of
multiple Radios at the same tower/hub sites shall
enable to mitigate mutual interference and
provide stable link.
142 request for addition
GPS Based TDD Inter site Synchronization
Suggestion: The Subscriber units in PTP mode
shall support GPS Based TDD Inter site
Synchronization between same vendor radios at
multiple hub sites to remove mututal interference
.
Clarification : The subcriber unit in PTP may be
collolated with other PTP/ PTMPBase Station
radios of the same vendor at multiple hub sites
and shall be prone to mutual interference.
Support of GPS Based TDD Inter site
Synchronization of multiple Radios at the
multiple towers/hub sites shall enable to mitigate
mutual interference and provide stable link.
143 The Access Points shall provide a minimum
of 32dBm EIRP for both 2.4Ghz and 5Ghz
frequencies. Deployment shall be with
EIRP as per regulatory guidelines. (ETA
from WPC to be enclosed with the
proposal)
A.)"Reference No.: MahaIT/CNI/001/01/2018"
& CSC Wi-Fi Choupal
144 Access point should have one
10/100/1000BASE-T Ethernet autosensing
(RJ-45) with Additional SFP/SFP+ fibre
port for direct fibre termination for long
distance wired connections.
Request for Proposal For Selection of Project
Implementation Agency (PIA) for MahaNet-I
(BharatNet-II) Project in Maharashtra "Reference
No.: MahaIT/CNI/001/01/2018"
As per RFP
Refer RFP
Refer RFP
Refer RFP
145 General Addition of clause "Assignment Clause
In order to have better working capital for the
project we propose an Assignment clause as
below to be included in the Payment Schedule,
which shall allow us to factor the bill with
financing institution, and therefore enable us to
participate in the Tender.
Assignment Clause (new Clause proposed) :
“The Contractor shall not, without the express
prior written consent of the Employer, assign to
any third party the Contract or any part thereof,
or any right, benefit, obligation or interest therein
or there under, except that the Contractor shall be
entitled to assign either absolutely or by way of
charge any monies due and payable to it or that
may become due and payable to it under the
Contract to any Financial Institution(s) or
Bank(s) or NBFC(s).
In the event the Contractor assigns the monies
due and payable to it or that may become due
and payable to it, under the Contract, to any
Financial Institution(s) or Bank(s) or NBFC(s),
the Employer shall acknowledge the intimation
letter it may receive from such financial
institution(s) or Bank(s) or NBFC (s). If the
Employer does not reply within 15 days of the
receipt of the intimation letter, it can be 146 General Reinstatement Scope We understand that the necessary approvals &
charges required for reinstatement (RI) charges
shall be borne by the client and the same need
not be included in the contract value. Bidders
shall be exempted from any delays due to such
approvals. Bidder shall do necessary back filling
and compacting post trenching and ducting.
Actual restoration shall be done by respective
departments. Kindly Confirm.
147 General Electricity charges We understand that the following electricity
charges shall be either borne by client or the
same will be reimbursed by the client at actuals
over and above the contract value.;
1. One time fix connection charges to electricity
board.
2. Recurring charges.
3. Site preparation charges.
As per RFP
As per RFP
As per RFP
148 General Space Land for Contractor's Office, Store - we request
you to provide land free of cost for construction
of bidder's field office and warehouse required
for execution of the contract. Please confirm.
As per RFP