rfp rfp clause no. rfp no. chapter page comments change in...

34
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 Modified Refer 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

Upload: others

Post on 16-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 2: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 3: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 4: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 5: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 6: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 7: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 8: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 9: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 10: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 11: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 12: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 13: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 14: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 15: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 16: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 17: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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.

Page 18: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 19: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 20: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 21: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 22: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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).

Page 23: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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.

Page 24: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 25: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 26: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 27: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 28: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 29: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 30: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 31: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 32: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 33: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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

Page 34: RFP RFP Clause No. RFP No. Chapter Page Comments Change in …risl.rajasthan.gov.in/wp-content/uploads/2018/06/Final_Prebid_Queries... · Installation and commissioning of 50 BTS

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