Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
For
Selection of Managed Service
Provider (MSP)
For Design, Supply, Installation,
Operations and Maintenance of
NextGen BSWAN 2.0 Project in
Bihar
#
1.
2.
3.
4.
5.
6
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
Abbreviations
APNIC
AS
BGP
BHQ
BIDDER
BELTRON
CPE
CSU
CVBE
DHQ
DMZ
DNS
DSU
EGP
FWSM
GOI
GoB
HDSL
HTTP
HQ
IMAP
IP
IPS
ISDN
ISP
LOI
Mbps
MCU
MPLS
MPPP
BSWAN
MZ
NAT
NeGP
NIC
NIT
NMC
NMS
EBH
OEM
OSPF
PAT
PBH
PoE
Description
Asia Pacific Network Information Center
Autonomous System Number
Boarder Gateway Protocol
Block Head Quarter
Tender participant
Bihar State Electronics Development Corporation Limited
Customer
Premise Equipment
.
Channel Service Unit
Commercial Value for Bid Evaluation
District Head Quarters
De Militarized Zone
Domain Name Server
Data Service Unit
Exterior Gateway Protocol
Firewall Services Module
Government Of India
Government of Bihar
High bit rate Digital Subscriber Line
Hypertext Transfer Protocol
Head Quarter
Internet Message Access Protocol
Internet Protocol
Intrusion Prevention System
Integrated Services Digital Network
Internet Service Provider
Letter of Intend to be issued to successful bidder
Mega Bits Per Seconds
Multipoint Conferencing Unit
Multi-Protocol Label Switching
Multi-link Point to Point Protocol
Bihar State Wide Area Network
Militarized Zone
Network Address Translation
National e-governance plan
National Informatics Centre
Notice Inviting Tenders
Network Management Centre
Network Management System
Extended Business Hours
Original Equipment Manufacturer
Open Shortest Path First Protocol
Port Address Translation
Prime Business Hours
Power Over Ethernet
Page 2 of 228
#
45.
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
56.
57
58
Abbreviations
POP
QGR
QoS
RFP
SHQ
SNMP
SLA
SWAN
TPA
VoIP
VC
WAN
MSP
BSP
59
60
61
PBSP
SBSP
TSP
Description
Point of Presence
Quarterly Guaranteed Revenue
Quality of Service
Request for Proposal
State Head Quarter
Simple Network Management Protocol
Service Level Agreement
State Wide Area Network
Third Party auditor
Voice over IP
Video Conferencing
Wide Area Network
Managed Service Provider ( Successful Bidder of BSWAN 2.0)
Bandwidth Service Provider ( Telecom Service provider to provide
Connectivity)
Primary Bandwidth Service Provider ( BSNL)
Secondary Bandwidth Service Provider ( Back up Connectivity
Provider)Service Provider
Telecom
Page 3 of 228
Definitions
S.
No
1
Terms
Uptime
9.
10
11
12
13
Description
BSWAN 2.0 BSWAN 2.0 Network refers to the Primary link from BSNL and Secondary
Network
Link from Alternative Service provider on MPLS Network
Uptime refers to BSWAN 2.0 Network and its hardware availability across
various segments i.e. between SHQ, DHQ, BHQ and horizontal links.
%Uptime means ratio of up time (in minutes) in a month to Total time in
the month (in minutes) multiplied by 100.
Prime
PBH refers to the prime network utilization period for BSWAN 2.0, which
Business
shall be typically starting from 10:00 hrs till 18:00 hrs Monday to Saturday
Hours (PBH) throughout the quarter or any other period to be defined by the state.
Extended
EBH refers to the lean network utilization period for BSWAN 2.0, which
Business
shall be typically starting from 18:00 hrs till 10:00 hrs on all 6 days in a
Hours (EBH) week and Sunday will be 00:00 HRs to 00:24hrs or any other period defined
by the state.
Planned
Planned Network Outage refers to unavailability of network services due to
Network
infrastructure maintenance activities such as configuration changes, up
Outage
gradation or changes to any supporting infrastructure. Details related to
such planned outage shall be agreed with the State government and shall be
notified to all the related Departments and relevant offices in advance (at
least Five working days).
Unplanned
Unplanned Network Outage refers to an instance in which link is not
Network
available for the Department connecting to the BSWAN 2.0 Network for
Outage
more than 3 consecutive minutes.
Denial
of A sudden burst of network traffic leading to more than 90-95% utilization of
Service
the BSWAN2.0 bandwidth in any segment or complete network.
Quarterly
Fees which the Managed Service Provider/ successful bidder may get from
Guaranteed
the GoB on a quarterly basis for services rendered. This would be
Revenue
determined from the Financials Template submitted by the bidder as part
(QGR)
of the proposal.
Critical
Critical Events are important Data Services / Video Conferencing
Events
requirement by Senior Government officials in which services are being
rendered on BSWAN 2.0 Network. There will be maximum 2 such events in
a month for a duration of 4 hours The information about the event will be
provided to successful bidder 24 hrs in advance using BSWAN 2.0 . This
could be Video conferencing or web casting event of Chief Minister etc.
MPLS
MPLS is a scalable, protocol-independent transport. In an MPLS network,
( Multiprotoc data packets are assigned labels. Packet-forwarding decisions are made
ol
Label solely on the contents of this label, without the need to examine the packet
Switching)
itself
Primary
BSNL will be primary bandwidth provider to provide links for BSWAN 2.0.
Page 4 of 228
S.
No
14
15
Terms
Description
Bandwidth
Provider
Secondary
Bandwidth
Provider
They will provide point to point link from Block to district and district to
State Head Quarter.
Any Telecom Service Provider other than BSNL who can provide
connectivity at Block/District and State Head Quarter. The Secondary
bandwidth will be on MPLS Link and will have no dependency of BSNL
Network.
Successful Bidder/Consortium Partners of BSWAN 2.0 is called Managed
Service Provider and will be responsible for managing the entire BSWAN
Network and Infrastructure.
Managed
Service
Provider
Page 5 of 228
Disclaimer
The information contained in this Tender or subsequently provided to bidders, whether verbally or in
documentary or any other form by or on behalf of the BSEDC or any of its employees or advisers, is
provided to bidders on the terms and conditions set out in this Tender and such other terms and
conditions subject to which such information is provided. This Tender is issued by the BSEDC. This
Tender is not an agreement and is neither an offer nor invitation by the BSEDC to the prospective
bidders or any other person. The purpose of this Tender is to provide interested parties with
information that may be useful to them in the formulation of their Bid pursuant to this Tender. This
Tender includes statements, which reflect various assumptions and assessments arrived at by the
BSEDC in relation to the BSWAN 2.0 project. Such assumptions, assessments and statements do not
purport to contain all the information that each Applicant may require. This Tender may not be
appropriate for all persons, and it is not possible for the BSEDC, its employees or advisers to consider
the objectives, technical expertise and particular needs of each party who reads or uses this Tender. The
assumptions, assessments, statements and information contained in this Tender, may not be complete,
accurate, adequate or correct. Each Applicant should, therefore, conduct its own investigations and
analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the
assumptions, assessments and information contained in this Tender and obtains independent advice
from appropriate sources. Information provided in this Tender to the bidders is on a wide range of
matters, some of which depends upon interpretation of law. The information given is not an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative statement
of law. The BSEDC accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on the law expressed herein. The BSEDC its employees and advisers make no representation or
warranty and shall have no liability to any person including any Applicant under any law, statute, and
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything
contained in this Tender or otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the Tender and any assessment, assumption, statement or information contained
therein or deemed to form part of this Tender or arising in any way in this Selection Process. The
BSEDC also accepts no liability of any nature whether resulting from negligence or otherwise however
caused arising from reliance of any Bidder upon the statements contained in this Tender. The BSEDC
may in its absolute discretion, but without being under any obligation to do so, update, amend or
supplement the information, assessment or assumption contained in this Tender. The issue of this
Tender does not imply that the BSEDC is bound to select an Bidder or bidders, as the case may be, for
the selection of BSWAN 2.0 solutions and the BSEDC reserves the right to reject all or any of the
Proposals without assigning any reasons whatsoever. The Bidder shall bear all its costs associated with
or relating to the preparation and submission of its Proposal including but not limited to preparation,
copying, postage, delivery fees, expenses associated with any demonstrations or presentations which
may be required by the BSEDC or any other costs incurred in connection with or relating to its
Proposal. All such costs and expenses will remain with the Bidder and the BSEDC shall not be liable in
any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in
preparation or submission of the Bid, regardless of the conduct or outcome of the Selection Process.
Page 6 of 228
CONTENTS
1
3.2
About BSEDC.........................................................................................................................16
3.3
3.4
3.5
3.6
SHQ ......................................................................................................................................... 18
3.7
3.8
3.9
3.10
NMS......................................................................................................................................... 21
3.11
3.12
IP Telephony ..........................................................................................................................22
3.13
4
4.1
4.2
6.2
6.3
7
7.1
7.2
Providing necessary Manpower for managing the existing BSWAN 1.0 .......................37
7.3
7.4
7.5
Civil Work...............................................................................................................................42
7.6
Survey, Design, Procure and Implementation of LAN and WAN for Upgradation ..... 42
7.7
Page 7 of 228
7.8
7.9
7.10
7.11
7.12
7.13
7.14
7.15
Documentation ......................................................................................................................49
7.16
7.17
7.18
Manpower Requirements..................................................................................................... 58
SLA .......................................................................................................................................... 67
9.1
9.2
9.3
Calculation of Uptime........................................................................................................... 68
9.4
9.5
9.6
9.7
9.8
9.9
9.10
9.11
9.12
9.13
9.14
9.15
9.16
9.17
9.18
9.19
10
Page 8 of 228
10.1
10.2
10.3
11
11.1
11.2
12
12.1
13
13.1
13.2
13.3
Modes of Submission............................................................................................................ 95
13.4
Authentication of Bid............................................................................................................ 95
Firm Price...............................................................................................................................95
13.6
13.7
13.8
Revelation of Prices...............................................................................................................96
13.9
13.10
13.11
Contacting GoB......................................................................................................................98
13.12
13.13
Disqualifications....................................................................................................................98
13.14
Termination ...........................................................................................................................98
13.15
Limitation of Liability........................................................................................................... 99
Bid Evaluation .....................................................................................................................100
14
14.1
Overall Evaluation...............................................................................................................100
14.2
14.3
14.4
14.5
Page 9 of 228
14.6
14.7
14.8
14.9
Right to accept any bid/ reject any or all bids ................................................................. 105
15
16
Miscellaneous.......................................................................................................................108
16.1
16.2
16.3
16.4
16.5
Insurance..............................................................................................................................110
16.6
Indemnity .............................................................................................................................110
Payment SCHEDULE ......................................................................................................... 111
17
17.1
17.2
18
Forms Templates.................................................................................................................114
19
20
21
Annexure c Minimum Specifications of New Active and Passive Equipments ....... 167
21.1
21.2
Internet Router....................................................................................................................169
21.3
21.4
21.5
21.6
21.7
DHQ Switch..........................................................................................................................180
21.8
21.9
BHQ Router..........................................................................................................................185
21.10
21.11
21.12
21.13
Page 10 of 228
21.14
VC Endpoints....................................................................................................................199
21.15
VC MCU.............................................................................................................................201
21.16
VC Gatekeeper .....................................................................................................................204
21.17
VC Management ..................................................................................................................205
21.18
VC Recording .......................................................................................................................207
21.19
21.20
21.21
21.22
21.23
21.24
21.25
21.26
Page 11 of 228
The Government of Bihar (GoB) wishes to establish a State Wide Area Network 2.0 (BSWAN
2.0) in the State of Bihar. The BSWAN 2.0 is envisaged as the network for data, voice and video
communications throughout the state. BSWAN 2.0 would act as the vehicle for effective
implementation of Electronic-Governance (e-Governance) across the state. BSWAN 2.0 will be
based upon open standards, state-of-art technologies, and suitable topology and with the
flexibility to expand/ upgrade to cover all parts of the state. All existing and future e-Governance
Applications, Communication and IT infrastructure would run across BSWAN 2.0. BSWAN 2.0
will be scalable and high capacity network to carry data, voice and video traffic between different
offices of GoB at State, District and Block Level linked with State Head Quarter (SHQ), District
Head Quarter (DHQ) and Block Head Quarter (BHQ) respectively. The BSWAN 2.0 will have a
single point Internet gateway at SHQ for all the network nodes/ offices of GoB covered under
BSWAN 2.0.
Before bidding, bidder is advised to visit SHQ, DHQs and BHQs including the SecLAN
buildings, State Data Center (SDC) or any other office/ legacy network(s) that is either
connected or where connectivity may be required. The Bid document may be purchased by any
interested bidder on submission of a written application along with the Bid document fee of Rs.
25,000/- (nonrefundable) online during office hours on any working day. The complete bid
document has also been published on the website <www.BELTRON.in> or
<www.eproc.bihar.gov.in> for the purpose of downloading. The downloaded bid document
shall also be considered valid for participation in the bid process but such bid documents should
be submitted along with the required Bid document fee as mentioned above.
Page 12 of 228
BSEDC/5292/2016
24.08.2016
EMD
1 Crore
04.09.2016 @ 10:00hrs
Request & Sale of Tender Document Date & 24.09.2016 14 Hours to 27.09.2016 11 hours
Time
Last Date and Time for submission of Bids
27.09.2016@ 15:30 hrs
Venue, Date & Time of Opening
Of Bids
BELTRON Bhawan
Shastri Nagar
Patna, Bihar 800023
20/09/2016 @1600 hrs
Page 13 of 228
Page 14 of 228
3 PROJECT PROFILE
The Government of India has approved the Scheme for establishing State Wide Area Networks
(SWANs) across the country, in March, 2005 with total outlay of Rs.3, 334 Crores for all states
over a period of five years. SWAN was identified as a core infrastructure project for supporting
e-Governance initiatives.
Under this Scheme, technical and financial assistance were being provided to the States/UTs for
establishing SWANs to connect all State/UT Headquarters up to the Block level in a vertical
hierarchical structure with a minimum bandwidth capacity of 2 Mbps per link.
GOB has nominated BELTRON Ltd. (Registered Office-Patna) as the nodal agency for the
implementation of SWAN in the state of Bihar. BELTRON Ltd. had awarded BSWAN project to
M/s Tata Consultancy Services for supply, installation & commissioning of the BSWAN as per
the scope of work and specification given in the BSWAN tender. The scope include operation
and maintenance of the network for 5 years as per detailed service levels & and deliverables
defined in the earlier tender document.
The contract got over in March 2015 and TCS is still continuing the operational and
maintenance of the SWAN after completion of the contract period.
Bihar State Wide Area Network Phase II which shall be called BSWAN 2.0 project envisages
operation & Maintenance of Point of Presences (PoPs) across the state with 5 years of FMS
support which will become hubs of future communication network in the state. BELTRON has
been appointed as the nodal agency by the Department of Information Technology, Government
of Bihar for implementing the Bihar State Wide Area Network 2.0, which will connect entire
state through dedicated links of BSNL and secondary link from alternative service providers.
BSWAN 2.0 is envisaged as the backbone network for data, voice and video communications
across the state. The network facilitates rollout of e-governance applications across all
departments and would act as the vehicle for effective implementation of electronic-governance
(e-Governance) across the State. In BSWAN 2.0 Solar Power has been recommended to
overcome the existing challenges of power outage at Block Level.
Page 15 of 228
backbone. All Bihar Government applications hosted in the State Data Centre will be connected
through BSWAN 2.0 for faster and quicker access to government offices across the state.
BSWAN 2.0 would have primarily a redundant secondary link with the existing one, will include
140 more PoPs, IPv6 support and replacement of equipment at BSWAN1.0.
Page 16 of 228
Tier1=State HQ having Core Routers, Switches & other G/w level devices
Tier2=Distribution/Access Routers & other devices at District HQ PoPs
Tier3 =Access Routers & other devices at SDHQ & Block PoPs
Tier
1
2
3
PoP Level
SHQ
DHQ
SDHQ/BHQ
Number of PoPs
1
37
635
140 PoPs (101 SDHQ and 39 BHQ) are in planning and implementation phase
through another service provider and will become an integral part of the BSWAN 2.0
soon.
533 PoPs (1 SHQ, 37 DHQ and 495 BHQ) already functional through TCS whose
Page 17 of 228
The above diagram shows the schematic connectivity of BSWAN POP. The Internet
connectivity is terminated on the Internet Router at SHQ.
The SHQ tier connects with the DHQ tier, DHQ tier connects with BHQ tier via lease circuits
from BSNL (as shown in the above diagram). All the services deployed at BSWAN are hosted
at Brain Data Centre/SHQ. The SHQ is located in Patna. Presently 485 PoPs are operational
and 10 PoPs are not operational due to force majeure.
Dedicated leased lines from BSNL of variable capacity are being used i.e.
3.6 SHQ
As per the diagram shown below, D MZs/VLANs have been created based on
requirements in Brain Data Centre. VLANs are created in core switch and core firewall.
BSEDC Tender Notice No: BELTRON/5292/2016
Page 18 of 228
The State HQ has Central Call Manager/ Call server catering to VoIP traffic across the
network. Similarly central Video Conferencing MCU is configured at SHQ to support video
conferencing solution. The Central Servers located at SHQ are:
AAA Server
Web Server
DNS Server
Proxy server
Email Server
NMS
Following is the overview of these different servers:
a.
Proxy Servers Proxy Server provides high performance web caching, application
layer inspection firewall solution allowing for controlled and monitored web access as
well as advanced protection network protection firewall. Proxy server is running on
SQUID proxy.
b.
AAA Server The Remote Authentication Dial-in User Service (RADIUS) server
Page 19 of 228
It
also
supports
c.
Web Server The Web Server accepts http/https requests. The Web Server delivers
high reliability and performance. The web server has been configured for maximum
security by default.
d.
Email Server - Email server is being used for providing email services to users. Users
are able to access this using WWW as well as POP3. A mail server with capacity to
handle mail traffic of 5000 users via POP3 / IMAP / HTTP access, of which concurrent
user load may be of 100 users
e.
DNS server - Domain Name resolution Server (DNS) is available for all internet users
in the SWAN network.
f.
NMS Server - Central NMS servers are located at SHQ for NMS, monitoring all the
SNMP Supporting devices deployed in BSWAN including Servers Routers, Switches,
Power Supplies, Call Manager, Leased line CSU/DSUs, Wireless Broadband Base
Stations and CPEs etc.
Horizontal connectivity to various departments and offices has been provided via
copper/optical cables and BSWAN PoP LAN. VoIP phone and Video conferencing solution is
supported at District level POPs.
BSEDC Tender Notice No: BELTRON/5292/2016
Page 20 of 228
The existing equipment details at each district PoPs are shared in the RFP.
J 4350 ROUTER
Nortel 2550 T
SWITCH
NORTEL IP PHONE
1110
Firewall Services has been implemented either internally or externally along for
managing MZs and DMZs.
3.10 NMS
The network management system in State Head Quarter, Patna is from CA Technologies with
the following modules deployed:
CA Service Desk
CA e-Health
CA Business Intelligence
CA ARC serve Backup
CA Spectrum
The following key features are running in NMS:
Page 21 of 228
Configuration Events & Alarms: The NMS has the capability to view and record
status of alarms, monitoring WAN and LAN based on SNMP polling.
Data Management: The NMS tool has the provision and suitable arrangements for
taking back up of NMS data.
Functionality: The NMS has the capability of generating customized reports, providing
view of selected sub-network and indicating network status via different colors
Fault Management: The NMS has the capability to support advanced filtering, and to
eliminate extraneous data/ alarms in web browser and GUI
Network Monitoring: The NMS has the capability to collect data and set service level,
SNMP, MIB variables, to monitor and report utilization and availability and to support
network monitoring via SNMP polling
Presentation: The NMS has the capability to represent discovered links with proper
color for complete network visualization, to support dynamic object collections and auto
discovery, to provide view of entire network topology in a single map, to generate
customized maps based on certain group of devices/region
Reports: The NMS has the capability to generate drill down reports for PoP and link
availability during PBH, NPBH and 24 hours separately. It has the capacity to generate
reports of utilization and network performance. Reports get generated both in pdf &
excel format. User has the flexibility to create customized reports
Access Control: The NMS has the capability to configure and maintain user activity log
and audit trails, to maintain list of NMS usernames with defined access level, existence
of super user password and its level of access to database (read, write, modify/delete).
The bandwidth requirement for BSWAN 2.0 will be scalable based on the load on the link.
3.12 IP TELEPHONY
BSWAN has centralized network architecture. It consists of Centralized Communication Server
at SHQ, IP telephone users spread across the network. The IP telephones are connected to the
Soft Switch either using LAN if the user is located in the LAN or WAN if the user is located at
DHQ/BHQ PoPs. The WAN network has been built for data traffic and is being used to connect
the IP phones located in the remote sites.
The same IP WAN also carries call control signaling between the central site and the remote
sites. Centralized system also supports termination of PSTN lines, call processing of both PSTN
and VoIP calls can be done using call manger.
The centralized call manager controls the entire IP telephony network. It performs the major
tasks such as Call Processing, Controlling, Switching, etc. In this model, the remote sites rely on
the centralized communication server to handle their call processing. Routers that reside at the
BSEDC Tender Notice No: BELTRON/5292/2016
Page 22 of 228
WAN edges require quality of service (QoS) mechanisms, such as priority queuing and traffic
shaping, to protect the voice traffic from the burst data traffic across the WAN.
Page 23 of 228
4 BSWAN 2.0
BELTRON intends to select Managed Service provider to manage its SWAN operations and
related facilities for next 5 years (2016-2021). It is envisaged that the BSWAN 2.0 shall provide
the following primary services.
As a part of e-Governance initiatives, many State Government departments have computerized
their activities using either centralized or decentralized IT architecture. The departments like
commercial tax, Treasury etc. have hosted applications in State Data Centre which will be
accessed through the BSWAN 2.0 Network. Other departments like transport /Registration are
planning to ride on BSWAN network through horizontal connectivity. There applications will be
hosted either on state Data Centre or NIC Data Centre (NICNET). Hence BSWAN 2.0 shall work
as a data transport vehicle for all applications under the state government. BSWAN 2.0 will have
inter-connection to NICNET/NKN/NOFN or any other national network. The traffic flow
between these networks will be configured as per DieTY guidelines. There should be a seamless
and secured movement of data from the Panchayats (NOFN) to the State Headquarter (Data
Centre) and vis-a-versa. Successful bidder will ensure that all applications should work between
these inter-connected networks.
The BSWAN 2.0 is expected to provide secure Internet services to user department with gateway
at SHQ and 38 DHQs. In BSWAN 2.0 architecture, Internet gateway is implemented at SHQ
with necessary security controls. Any Internet traffic from BHQ/DHQ will exit from SHQ
Internet Gateway as primary path and back up from DHQ internet gateway. This will ensure
faster internet connectivity to users at Block, District and state Head Quarter.
The BSWAN 2.0 infrastructure shall be provisioned to provide for a state-wide voice
connectivity using the technology of Voice over IP (VoIP) to enable key officials from various
Government departments across the state to speak to their peer departmental personnel at State
/ District / Blocks levels using an IP Phone. The System should have a capability to route LandLines of BSNL or other operators through this network.
The BSWAN is providing Video Conferencing (VC) facility in government departments at the
State and District and Block levels in order to enable key officials to have virtual meetings with
their peers working at geographically distributed locations across the state. The facility shall
thus aim to reduce the time and expense incurred by officials in commuting to the State or
District or Block Head Quarters to attend important meetings. The video Services will be
integrated with NIC Video Conferencing solution to provide seamless VC connectivity in all the
departments. BSWAN 2.0 should also support video conferencing with the Panchayats through
the NOFN.
The bidder shall offer information security services to user departments, such as Active
directory, Antivirus services, policy based content filtering etc. The primary bidder shall log
security data generated from network hardware and applications and generate reports for
compliance purposes.
The IP addressing of BSWAN 2.0 network should be in line with IP map of national networks
i.e. NICNET/NKN/NoFN or any other national network. The national networks should be
BSEDC Tender Notice No: BELTRON/5292/2016
Page 24 of 228
seamlessly integrated with BSWAN 2.0 without any impact on applications running between
two networks.
All Block HQs/ Subdivision HQ (including additional 140 PoPs) are connected to District HQs,
District HQs are connected to State HQ through leased line from BSNL. In addition,
connectivity is envisaged as secondary link from alternative service provider at Block and
district Head Quarter.
BSWAN 2.0 will connect NKN and NICNet and will be migrated to IPv6. National Optical Fiber
network is being rolled out in the state. BSWAN2.0 will integrate to NOFN on Ethernet/fiber
interface given by BBNL to Government of Bihar/BELTRON. Router/Switch Port at BHQ/DHQ
and SHQ should have capacity to integrate with NOFN network.
The Selected Managed Service Provider will seamlessly support the integration of 140 PoPs to
BSWAN 2.0 and will work to have same routing architecture at SHQ, DHQ, SDHQ and BHQ The
complete network will enable data, voice and video communication between Government offices
in the State. The Ethernet or Smart Serial port required for the connectivity will be made
available by BELTRON. The successful bidder has the responsibility to maintain the SLAs at
these 140 PoPs prepared by M/s Orange.
Horizontal connectivity to end user department is based on standard leased line circuit or
optical fiber ( LAN Extension) or wireless ( RF Connectivity) or using Ethernet ports based on
feasibility. Minimum bandwidth of 2 Mbps is provided from Block HQ, which is scalable based
on future needs. SWAN 2.0 has been established with an objective of stable and better network,
Government departments not required to establish individual Wide Area Networks in future
once BSWAN 2.0 is operational and working with revised BSWAN 2.0 architecture.
The BSWAN 2.0 Network shall comply with all the current standards prescribed by Department
of Electronics and Information Technology and Department of Telecom, Government of India.
The Network shall comply with the following standards:
Organization
ISO /IEC
Standards
and
Specifications
27001:2013
27002:2013
27011:2008
3GPP
15408(The
Common
Criteria)
33-series
Description
Page 25 of 228
3GPP2
ITU-T
S.S0086
others
E-408
and
E.409
X.805
X.1050
The BSWAN 2.0 shall be made compliant with ISO/IEC 27033. In addition to the above
standards the Network equipments shall comply with the guidelines mentioned by Department
of Telecom in the following notifications:
(a)
(b)
Letter No 10-02/2011/AS-III/Monitoring/64/990
SHQ
DHQ
BHQ
Grid and
DG Supply
Grid and
Solar Power
Solar Power
( Primary)
and Grid
Supply ( Back
Up )
Solar Power
(Primary) and Grid
Power Supply
presently no
available
374
111*
1
38
Page 26 of 228
Power at SHQ - As the state head quarter will be co-located in the State Data Centre, the
power supply will be provided by BELTRON. Therefore the ownership of Grid Supply, DG Sets,
UPS and Fuel will be maintained and managed by BELTRON.
Power at DHQ/BHQ - District Head Quarters are critical and will be running 24X7 network
operations in BSWAN 2.0. As per the information, power supply in District Head Quarter is
stable and continuous. In BSWAN 2.0, GoB/BELTRON is planning to have hybrid Solar
Solution and installation is already on progress. After successful implementation of solar
solution, the operation and maintenance should be taken care of by the successful bidder with
co-ordination of concerned vendor. The District authorities will apply for the power
connections at BHQ through Bihar Electricity Board for the locations not connected on grid
supply. The successful bidder will be responsible for follow-up for successful implementation of
Grid Supply and will obtain certificate from the district head of Electricity Board for nonfeasible locations. The primary source will be Solar Power and back up will be on Grid Supply.
The successful bidder has to maintain Grid & Solar Power in co-ordination with concerned
vendor.
About solar Project - M/s Power One Micro Systems ( P ) Ltd. is already in place to work for
Design, Installation and Maintenance of Solar Power in BSWAN 2.0 Project as per (NIT
No:6986/15,Dated: 23/12/2015).
In Hybrid grid-connected Solar Photo-Voltaic (SPV) systems, solar energy is stored in battery
banks and then power is supplied even in night time to the loads such as the computers, servers,
modem, printers etc. Solar Photo Voltaic (SPV) power plant consists of SPV array ( 3000 WP ),
Module Mounting Structure, Solar Hybrid Inverter, control and protection devices, VRLA SMF
batteries ( 19200VAH)circuit breakers, interconnection cables and switches. Components and
parts used in the SPV power plants shall conform to the MNRE or BIS or IEC or other
international specifications, wherever such specifications are applicable.
System Integrator has to provide End-to-End solution for the identified locations as provided in
this document, System Integrator has already delivered solar power pack for 250 location
including 37 DHQ and installations are in progress.
Page 27 of 228
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
BWAN 2.0 is proposed to have resilient connectivity (MPLS) from two different service
providers i.e. Primary bandwidth/links will be from BSNL and Secondary
Bandwidth/Links on through alternative service provider (other than BSNL). Currently
the BSNL primary connectivity is not through MPLS and BSNL would provide the
roadmap for MPLS roll out for BSWAN 2.0 and ensure a quick rollout covering 100% of
the PoPs. Till that time the bidder need to run the existing system in parallel.
Both links shall work in active- active mode, with load sharing. The load sharing may be
application wise, service wise (data, voice, video etc.) or packet wise and is to be
configured accordingly by the Prime Bidder.
It is proposed to have MPLS configured in BSWAN 2.0. Traffic should be prioritized
based on the requirement from Bihar Government.
There shall be an automatic switchover from one Link to the other in case one of the
links fails.
The secretariat LAN at Patna shall be integrated with BSWAN 2.0 and Internet traffic
will be routed on centralized links at SHQ from two different services providers in
BSWAN 2.0 Network as defined below in Bandwidth Capacity Point.
The Internet traffic will be routed through the centralized Web Gateway URL and
Content filtering Solution (web-sense appliance) which is already procured by BSEDC
and currently installed in BSWAN 1.0. The solution provide proxy, caching, real time
malware inspection, AV scanning, content filtering, SSL inspection, SSL Decryption,
Real time security Scanning, and protocol filtering. The operation and maintenance
should be taken care of by the successful bidder with co-ordination of concerned
vendor.
Other networks such as NIC net/ NKN/NOFN or any other government national
network shall be inter-connected at State/District PoP/ Sub Divisional/Block PoP level.
There will be Unified/Common IP MAP /Schema for the state. Service Provider will
create Unified IP Schema with the assistance of NIC. The IP schema for State
/District/Sub Divisional and Block shall be implemented by the Managed Service
Provider.
The centralized Internet Gateway at the SHQ will be connected on 100 Mbps capacity
and scalability to 1 Gbps in future from different service provider. The Internet links
should be load balanced using Link Load Balancer devices installed in SHQ. The
internet gateways as 38 DHQs will be connected with 10 mbps capacity.
Managed Service Provider should configure the network to facilitate site to site VPN
connectivity through the Internet Gateway at DHQ and State Head Quarter in case
BSNL and MPLS links fails in DHQ. Intranet traffic can be routed through the internet
gateway by establishing point to point VPN between keeping security as the prime
objective. Centralized Management Solution should be provided for Unified threat
Management boxes so that common policies are replicated at the entire district internet
gateway devices/UTMs. Any changes in security policies should be pushed from
centralized management solution and logs should be maintained for audit.
Video Conferencing Solution of BSWAN 2.0 should be robust and have centralized
management to schedule video conferencing. The helpdesk team will manage the
Page 28 of 228
centralized management system and assist the users for successful execution of Video
conferencing. The Video Conferencing system should be integrated with NIC Video
Conferencing infrastructure running the state. Managed service provider should ensure
that any one from NIC VC room in Patna or District should be able to connect video
conference in any Block/District/State Head quarter. The Video Conferencing Solution
should be designed to support simultaneous calls 682 ports @ 480p 30fps and 38 ports
@HD 720p from day1. The manage service provider has to provide 650 desktop clients
and 40 End Points in HD resolution. Video conferencing solution should also have
provision to connect users from internet world in case links are down at DHQ/BHQ
with necessary security controls in SHQ Firewall. The Managed Service provider has to
be implement a WEB Portal for Recorded video conferencing playback /webcasting and
video streaming with embedded media player in Solution of BSWAN2.0
XI.
BSWAN 2.0 should enable Video Conferencing from the Panchayats through NoFN.
XII.
The Managed Service Provider has to provide and manage the VoIP/SIP Based Solution
in State Head Quarter and District Head Quarters. They have to incorporate and
configure SIP based communication among existing 1000 IP Phones installed in
BSWAN/SECLAN Network. The Managed Service provider has to implement
GoB/standard VoIP Policy of communication across Bihar. The system should be
configured for both ON-NET and OFF-NET Connectivity. The PRI or Toll free number
will be configured on the Central Servers and calls can be routed (inward and outward)
to systems installed in helpdesk/NOC area or any other IP Phone in Bihar Government
Network.
XIII.
Managed Service Provider has to support the existing Email Solution working in
BSWAN network. The current system has been implemented on the Send mail Servers
and has been configured with 3000 email addresses.
XIV.
The location wise projected bandwidth requirements from service provider
(Primary/Secondary) for BSWAN 2.0 is shared below:
Name of the
Bandwidth
Scalable bandwidth
Remarks
BSWAN PoP
Present
Required
Primary
Secondary
BHQ
2 Mbps
4 Mbps
10 Mbps
10 Mbps
DHQ
8 Mbps
16 Mbps
34 Mbps
34 Mbps
The bandwidth
at BHQ should
be upgraded to
next level as soon
as
traffic
utilization
reaches 60% and
above for entire
month
The bandwidth
at DHQ should
be upgraded to
next level as soon
as
traffic
utilization
Page 29 of 228
XVI.
XVII.
XVIII.
XIX.
XX.
Minimum
half of the
Aggregation
of all PoPs
Bandwidth
Minimum
half of the
Aggregation
of all PoPs
Bandwidth
Minimum
half of the
Aggregation
of all PoPs
Bandwidth
Minimum
half of the
Aggregation
of all PoPs
Bandwidth
100 Mbps
100 Mbps
1 Gbps
1 Gbps
The bandwidth
at SHQ should be
upgraded to next
level as soon as
traffic utilization
reaches 60% and
above for entire
month
The overall solution of BSWAN shall comply with above general guidelines, as well as
those specified by Department of Information Technology and Department of Telecom,
Government of India from time to time. This is to ensure seamless inter-operability and
interconnectivity to NICNET/NKN/NOFN or any other National Network for use by
Central or any State Government. These guidelines require are:
BSWAN must use the hardware devices, such as routers and switches, systems that
interface to Ethernets, which support open standards and have Network Management
System (NMS) support for monitoring, configuring and measurement of the network
resources.
The network should support all routing protocols, IP Multicast based service and voice
network. It should be able to connect remote locations seamlessly through centralized
solution
The solution should support intelligent packet filtering, URL filtering, context based
access control, blocking of malicious contents to maximize security.
All routing devices in the network should support multi-protocol label switching
services, IPV6 Ready and Switches should be open flow ready (SDN ready).
Besides Vertical connections in 495 Blocks, 38 Districts and 1 State head Quarter,
managed service provider will install, configure and manage LAN Port extensions and
Horizontal links at each PoPs. The connectivity for LAN Port Extension (fiber ,copper or
RF) from the termination point of Router/Switch within and outside campus up to 500
meters will be commissioned and configured by Managed Service provider. The
payment of the connectivity for LAN Port Extension will be paid on actuals. The scope
of work for LAN Ports and Horizontal Links required in BSWAN 2.0 is shared below:
Type BSWAN PoP
PoPs
SHQ
DHQ
38
20
10
BHQ
495
20
Page 30 of 228
673*
* The total count of PoPs in the system is 673 which includes 140 PoPs under implementation
from another service provider (M/s Orange).
The LAN Ports in the current scope of work at DHQ are 20 and BHQ are 10. Any expansion
beyond prescribed number of the LAN ports given below in the horizontal connectivity sheet will
be as per cost agreed in the optional item of commercial offer shared by the bidder. In case the
bidder is unable to carry out the expansion beyond the mentioned number of ports or
BELTRON finds the rates to be expensive, BELTRON shall get the work carried out by another
vendor the maintenance and management of expansion will be carried out by Managed Service
Provider. The managed service provider should support connectivity based on the total port
capacity in router and switch. BELTRON will provide additional hardware in case the number of
horizontal links/ports exceeds beyond the current capacity of the network at BHQ/DHQ and
SHQ.
xvii. The port capacity to inter-connect NKN/NOFN/NICNET/SECLAN network at
BHQ/DHQ and SHQ is shared below:
Inter-Connect Network
Port Capacity
SECLAN @ SHQ
NICNET/NKN@SHQ
NICNET/NKN/NOFN @ DHQ
NOFN @ BHQ
10 Gbps ( Fiber)
1 Gbps ( Fiber/UTP)
1 Gbps ( Fiber/UTP)
1 Gbps ( Fiber/UTP)
Page 31 of 228
Page 32 of 228
Page 33 of 228
Provide suitable space for housing the WAN/LAN equipment for BSWAN 2.0 Network.
To depute departmental (BDO, DoIT personnel, BSEDC personnel, etc.) personnel/users
for training on BSWAN 2.0
Ensure availability of Hybrid(Solar Power or Grid Power) power supply to BSWAN 2.0 PoPs
Support in resolving escalations raised by successful bidder towards any issues in BSWAN
2.0 due to GoB or BSNL.
To provide all necessary support in terms of site availability, clearances, access etc. to MSP
for carrying out RF Antenna installation at Rooftop of sites.
Support in resolving issues and escalations with the consortium partner.
Performing Partial Acceptance Test and Final Acceptance Test of BSWAN 2.0 Network in
co-ordination with the Managed Service provider (s)
Any configuration change in Network Management System will be reviewed and approved
by TPA. NMS system should be configured for auto-reporting of SLA, Dashboard, Ticket
Closure System and Invoice Generation.
Monitoring of SLA parameters defined for Managed Service Provider(s) as per the signed
agreement.
Verification and Generation of Reports for implementing SLA.
Verification of Invoices submitted by the Managed Service Provider(s) and submission of
signed reports on Correctness of the same after incorporating SLA Penalties.
Periodic Inventory audit of BSWAN 2.0 equipment.
Periodic Internal and External audit of the Network and submission of audited report of
BSWAN 2.0.
Submission of MIS reports as per the requirements of Bihar Government/BELTRON
Review the type of connectivity to be established between horizontal PoP (sites are > 500
meters distance) and SHQ/DHQ/BHQ based on the survey conducted by Successful Bidder
Audit of user feedback reports
Security audit of the BSWAN 2.0 network as per Security Standards mentioned in Para 7.8 :
After Successful roll-out of BSWAN 2.0 Network
Periodically at an interval of 6 months
Page 34 of 228
7 SCOPE OF WORK
The scope of work for the successful bidder i.e. Managed Service Provider is to manage and
maintenance of BSWAN 2.0 Network and Infrastructure for the entire Bihar State Wide Area
Network (BSWAN 2.0) as per the requirements mentioned in the above sections. The managed
service provider shall sign an order and agreement signed between successful bidder and
BELTRON on this basis. Some of the high level tasks are described in details below:
Page 35 of 228
1. The bidders are strongly advised to study the existing network by way of site survey at
their own cost and risk to get first-hand information on the existing BSWAN
infrastructure and equipment at Points of presence (PoPs) and horizontal connectivity (
PoP LAN & connectivity to other department). The successful bidder has to take over all
the equipment from the existing network operator of BSWAN at PoPs (DHQ, SHQ and
BHQ). The existing network operator shall handover the existing project equipment at all
locations to the successful bidder as per the list given in Annexure D. A jointly signed
handover and takeover document should be submitted to BELTRON within 2 weeks
from the date of singing of MSA.
2. As the network is live, both the existing network operator and managed service provider
have to work in parallel for a period of 6 weeks. The smooth handover/Takeover will be
in phased activity and should complete within 6 weeks from the date of singing MSA
First, a smooth handover / taking over have to take place between the existing network
operator and the Managed service provider at SHQ. All the passwords and configuration
details will be shared/ handed over with the new Managed service provider by the
existing network operator. Then the District level BSWAN PoPs and Block level PoPs
shall be taken over by the Managed service provider.
The following equipments shall be taken over by the Managed Service Provider;
a. State Head Quarter
I.
Core Router
II.
Core Switch
III.
AAA server
IV.
Internet Hub (Internet router, switches etc.)
V.
Firewall
VI.
IP PBX
VII.
Antivirus server
VIII.
NMS/DNS
IX.
PCs
X.
Printer
XI.
Helpdesk Support area
XII.
MCU and Video Gatekeeper
XIII.
Any other equipment added during the operation phase of BSWAN 1.0
b. District Head Quarter
i.
DHQ Router(s)
ii.
DHQ Switch
iii.
UTM
iv.
Table and Chairs
v.
IP phone
vi.
VC Equipments
vii.
Desktop PC
viii.
Modems meant for connectivity to Block or horizontal connectivity
ix.
LAN Extensions hardware (Part of PoP LAN)
BSEDC Tender Notice No: BELTRON/5292/2016
Page 36 of 228
x.
c. Block
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
Any other equipment added during the operation phase of BSWAN 1.0
Head Quarter Room
BHQ Router
BHQ Switch
Electrical installations such as electrical wiring, earthling arrangements etc.
Table and Chairs
IP phone
Desktop PC
Modems
LAN Extenders i.e. PoP LAN
Any other equipment added during the operational phase of BSWAN 1.0
Any disputes arising in handing over / taking over process shall be mediated by BELTRON in
concurrence with Third Party Auditor (TPA).
Page 37 of 228
Upgrading Patches on all field equipment to the latest version released by the
OEM.
The Managed Service provider shall not replace equipment with equipment from
the grey market supplies or tamper with the equipment such that it becomes a security
threat and diminish the performance.
The Managed service provider shall provide maintenance and support services at
PoP locations and deploy the manpower as skill sets defined in the RFP for each location.
The BSWAN 2.0 Network will run all e-governance services in State of Bihar. The
Man Power deployed in BSWAN 2.0 should have knowledge on all e-governance services
running on the network and should support the local users at DHQ/BHQ. Besides
Technical knowledge on the equipments maintenance, multi-skill engineers at BHQ
should assist the users at Block level to assist them in the e-governance programme of
the State Government. The trainings should be conducted every quarter with inputs from
the BELTRON to Engineers as well as End Users. The infrastructure for trainings will be
provided by BELTRON.
The Managed service provider shall provide software updates free of cost or the
components supported by them in BSWAN2.0 for a period of five years after successful
transition period and Go Live Date. This will include the patch upgrade or any type of
upgrade for router IOS, or any other software. Software updates shall be part of the
supplies, at no additional costs.
Managed Service Provider will take utmost care during the Video Conference or
streaming or voice messaging conducted by senior leadership in the state and should
successfully complete the event. These events will not be more than 6 times in three
month and BELTRON will give advance information with a 48 hours notice. These
events shall be termed as Critical Events.
Monitoring of the link status of the ISPs and reporting.
Page 38 of 228
7.4 MIGRATION OF
ARCHITECTURE
THE
NETWORK
TO
NEW
BSWAN
2.0
The present BSWAN architecture and the proposed BSWAN 2.0 architecture are shared in
earlier sections of the RFP. The tentative migration plan is given below:
1. The State Head Quarter shall be provided with assigned Bandwidth from BSNL
and secondary bandwidth service provider(s). At presently SHQ is in Technology
Bhawan (BRAINDC) which needs to be migrated to State Data Centre in
BELTRON Bhawan. The equipment, network connectivity, racks, active/passive
devices and helpdesk setup from the existing SDC PoP locations should be moved
to State Data Centre as relocation of PoP. This will require coordination with
network service providers for shifting of connectivity links to State Head Quarter
i.e. BSWAN Link, Internet Link, SECLAN connectivity and creating fresh
structured cabling, helpdesk setup in State Data Centre. The managed service
provider shall carry out this migration. The detail of the Equipment related to
BSWAN at BRAINDC is detailed in this RFP.
2. Managed Service provider will be upgrading the network capacity/configuration
and work with the bandwidth provider (BSNL & Secondary bandwidth Provider)
for any change in the bandwidth in DHQ/BHQ based on crossing the 60%
threshold limit. The managed service provider shall inform BELTRON in advance
about any link reaching 60% of the capacity and take approval before changing
the link capacity. The cost towards increase of the bandwidth will be paid by
BELTRON.
3. All DHQ shall be provided with assigned bandwidth from the primary/secondary
service provider and migrate the network to BSWAN 2.0.
4. All BHQs should be connected on Primary and Secondary link at bandwidth
capacity defined in BSWAN 2.0 architecture.
5. Alternate bandwidth service provider (secondary) link will be put through to
DHQs and BHQs and tested for redundancy and load sharing functionalities.
6. The horizontal connectivity to government offices connected on leased line or
LAN Extension from nearest PoP maintained and managed by Managed Service
Provider as per horizontal capacity defined in BSWAN 2.0 Architecture. The
equipment at DHQs/BHQs should support the horizontal connectivity requested
in Table 2.
7. All the Pops at DHQ and BHQ shall be connected to the NoFN network.
Within a period of two weeks from the date of sign of contract, the Managed service provider
shall study and submit a detailed comprehensive transition plan with an upper limit of 16 weeks
i.e. 4 months covering handover and takeover of PoP Operation, maintenance, future upgrade,
Network Upgrade to revised BSWAN 2.0 Architecture to BELTRON/TPA for final vetting. The
key deliverables and timelines are shared below:
Table 3A : Operational and Maintenance Timelines of BSWAN Existing Network
by Successful Bidder
S. No
Deliverable
Timeline
Page 39 of 228
1
2
3
5
6
Submission of Security
compliance certificates as
per the provisions made
within T0+ 28 weeks.
Page 40 of 228
interruption of services. The Managed service provider should coordinate with the bandwidth
service provider(s) for smooth migration of the network to the new architecture. Necessary
changes in the configurations of the network devices shall be made for smooth migration.
Generally this activity shall be carried out during EBH (extended Business hours) with the
permission of BELTRON. If the connectivity to any office is not working during migration, it
should be rolled back to original status and made functional. Any downtime in the migration
process, beyond the permitted period attributable to Managed service provider shall be treated
as downtime due to Managed service provider.
Page 41 of 228
Page 42 of 228
power requirements for the implementation of BSWAN 2.0 Bandwidth infrastructure. The
Managed service provider shall prepare a Site Survey Report detailing the status of each site and
shall submit to BELTRON. The Power and physical space required for the equipment to be
hosted at SHQ, DHQ and BHQ shall be mentioned in the Technical Proposal.
Design - Based on the site survey results Managed service provider may suggest some changes
in the design of connectivity (such as technology for last mile etc.) to different locations, while
still ensuring that the requirements in the RFP are met and without any additional commercial
impact to BELTRON /GoB.
The successful bidder is expected to perform the following activities as part of this phase:
Prepare a detailed design at each location and shall submit the same to BELTRON for
approval.
Co-ordinate with the BSWAN 2.0 TPA Agency and BELTRON team to design Captive
MPLS network
Preparation and submission of details of all links, nodes and interfaces for connectivity
and equipment to be positioned at all the BSWAN PoPs by the Bandwidth Service Provider(s)
(Primary (BSNL) and Secondary Links) to BELTRON/GoB for each individual District and
Blocks.
Managed Service Provider will design MPLS connectivity from Secondary service
provider to ensure that there no overlap/sharing/route with BSNL Network.
Check design for the compliance of security requirements mentioned in the RFP.
Submit a detailed activity and manpower deployment plan for each phase of this project
Design Acceptance Test Plan according to the guidelines of TRAI on Acceptance Test
Procedure (ATP) and Qualification Test Procedure (QTP) for link commissioning.
Page 43 of 228
trial period. This shall be treated as Partial Acceptance Test (PAT). TPA Agency shall
approve it.
d. Based on this report, a Partial Acceptance Certificate will be issued to the BSWAN2.0
Managed Service Provider(s), and henceforth Managed Service Provider(s) shall
maintain links provided as per the Service Level Agreement (SLA) and as per the
agreement of contract.
e. Successful bidder has to submit the request for Partial Acceptance Test once secondary
link is commissioned in the sites, considering 100 links in a lot as per Contiguous
geographical area or as mutually decided by BSEDC and System Integrator. Consultants
team shall visit each and every PoP for PAT/FAT. Successful bidder may be allowed to
raise invoices for links only after 15 days of completion of PAT provided that all
observations/issues reported during PAT have been resolved.
Final Acceptance test (FAT) shall be carried out for all the installed networks/links/equipment
and the FAT report in a prescribed format should be submitted in coordination with Managed
service provider. The FAT certificate will be signed by the Managed Service Provider, Third
Party Agency and BELTRON.
Note 1: It is necessary that all the VC equipment must run concurrently for all the
locations (SHQ, BHQ & DHQ) at 480p for BHQ, 720p for DHQ and 1080p for SHQ
for successful FAT.
Note 2: The prime bidder must ensure that the respective OEMs should do the
initial installations at SHQ, 1 No. DHQ and 1 No. BHQ with their own engineers
and train the prime bidders technical specialist in the installation and best
practices. Later it may be replicated by the primer bidder. For PAT, this activity
should be closed. Bidder to engage the respective OEMs for network auditing
before the deployment of IP Telephony & VC solution.
The items and their technical specifications mentioned in Annexure A are indicative in
nature. The specifications have been arrived at on the basis of broad market survey. The
basic minimum specifications required of various equipment on the network have been
mentioned. The Managed Service Provider shall carry out a complete study of the system
to ascertain the requirement of hardware and security software to meet the SLA and the
Security Standards mentioned in para 7.8 and be satisfied. The Managed service
provider may have to install equipment/hardware and software even not listed in
Annexure A in order to meet the overall solution requirement, SLA and security
requirements. The Bidder shall provide the complete list of specification of
Hardware/Software that would be required to be installed to meet the SLA and Security
requirements in the commercial sheet and BOQ. No additional payment shall be made to
Page 44 of 228
the bidder at a later stage other than those mentioned in the commercial sheet even if the
Bidder realizes at the later stage that additional equipment not mentioned in the
commercial sheet need to be installed to meet the SLA. The Bidder shall in such
circumstance install such equipment/hardware and software at his/her own cost and no
payment shall be made to the bidder by BELTRON on this account.
Any hardware or software required for any sort of integration with the existing BSWAN
infra is to be provided by the bidder.
The proposed security infrastructure (firewall and UTM) should be manageable from a
single location.
Page 45 of 228
borne by managed service provider. These approvals shall only be used for GoB e-governance
services.
4.
Managed Service Provider shall be responsible for notifying Solar-Hybrid Service
Provider for any problems associated with Power Supply (which cannot be rectified by the
Managed service providers team). They should track the problem to a resolution/ closure. Any
escalations should be notified to BELTRON/TPA immediately.
Page 46 of 228
5.
The successful bidder shall have comprehensive warranty or insurance for the network
equipment against theft, fire, lightning and power surges. This should be part of commercial bid
and BELTRON will not pay any additional charges.
6.
At PoPs, the Managed service provider shall provide maintenance and support services.
The managed service provider will have sufficient spare inventory to support SLAs and carry out
the migration of PoPs successfully.
7.
The Managed service provider shall also maintain an up-to-date inventory of all BSWAN
2.0 commissioned equipment and spares and make the same available for review and
inspections every month by GoB/ Third Party Monitoring Agency.
All the devices and the associated links shall be continuously monitored by the NMS.
2)
Alarms/alerts provided by NMS in case of failure of any device/link shall be continuously
monitored by the Helpdesk Management team of Managed Service Provider.
3)
The NMS can forward or help in generating Trouble tickets in Help Desk system
automatically.
4)
Whenever WAN/LAN connectivity is faulty either partially or fully due to Primary
Service Provider link failure or device failure or Secondary Service Provider link failure, an
automated trouble ticket shall be generated by NMS.
5)
In case of the Primary Service Provider link failure, trouble ticket shall be generated in
Primary Service Provider queue. Helpdesk Management Team shall be responsible for resolving
the issue
6)
In case of the Secondary Service Provider link failure, trouble ticket shall be generated in
Secondary Service Provider queue. Helpdesk Management Team shall be responsible for
resolving the issue.
7)
In case the router is not reachable a trouble ticket shall be generated in the Hardware
queue. The Managed service provider shall perform the primary analysis to verify the
availability of power, backup or any other issue at PoP. It should raise the trouble ticket to
OEMs/Third Party for resolving the issue within the defined SLA timelines.
8)
In case of the Power Issues at Source, trouble ticket shall be generated in Hybrid Power
Solution providers. Helpdesk Management Team shall be responsible for resolving the issue in
co-ordination with Hybrid Power Solution provider.
Page 47 of 228
9)
In case of Horizontal Connectivity, if any of the link is failure or remote device is not
reachable ( ping response) due to unavailability of power or due to any another issue at the
customer end, the trouble tickets shall be transferred to departmental queue. Helpdesk team
will inform the coordinator of that department and follow up till resolution of the problem.
10)
All trouble tickets should be periodically updated by Helpdesk Management team which
can be reviewed by TPA/BELTRON.
Help desk:
For servicing the BSWAN 2.0 users, managed service provider shall establish a centralized Help
Desk number, E-mail and call tracking mechanism. BSWAN 2.0 users can log the queries /
complaints, which should be resolved as per the Service Level requirements. In case of
device/link unavailability, NMS should be capable of sending status update to the end-user
through Web or SMS or E-mail. The push SMS system should be integrated with MSDG (Mobile
Service Delivery Gateway) currently working in Bihar Government. The helpdesk queries /
complaints can be related to connectivity, security, multimedia, configuration or any other
issues which relate to the usage of BSWAN 2.0. The monthly report of calls logged & resolved
should be submitted by Managed service provider to GoB... At any given point of time GoB
should be able to see the details of calls logged and resolved online.
The Helpdesk system will have centralized Toll Free number which can be configured for both
ON-NET and OFF_NET Calls in existing /proposed VoIP solutions IP PABX Solution.
To facilitate help desk functions, Help Desk software shall be implemented by the Managed
service provider. The software should be able to take care of classification, automatic escalation,
management, status tracking and reporting of incidents as expected by the service level
requirements. Status tracking should be available to BSWAN 2.0 users through the centralized
Help Desk number as well as online through software. The GoB or the third party appointed by
it shall have online access to the Help Desk System information and historical data. The
helpdesk software should also give a report on disposal of calls and violation of SLAs during
disposal of such calls.
The Help Desk will respond to and resolve the problems as per the SLA. The Managed service
provider shall keep BELTRON informed about the progress of their respective tickets by
contacting BELTRON at regular intervals.
Problems shall be classified into various levels of priority mentioned in the SLA. The assigned
priority for each problem shall dependent upon:
1. The extent of the problems impact on the usability of the system.
2. The percentage of BSWAN 2.0 users affected by the problem.
The initial assignment of priorities is the responsibility of the Help Desks Problem Manager/
Operation Manager. However, the GoB can change or challenge the priority assigned to a
particular problem and the procedures that exist for escalating a problem to progressively
higher management levels for each call, until the agreement is secured.
The precise definition of problem priorities should be documented in the Successful bidders
Problem Management procedures.
BSEDC Tender Notice No: BELTRON/5292/2016
Page 48 of 228
There shall be prescribed resources as specified in the resource requirement section of this RFP.
All the problems/queries at local offices will be reported by any departmental user as defined
below in Problem Resolution and Sign-Off section. The users can track the status of the call by
using the Trouble Ticket number which they would receive either through the online mechanism
or on the Toll Free call made to the helpdesk team who would provide the Ticket number to the
user. The Network engineer will resolve the problem on the basis of priority and severity and
within given SLA metrics.
Help Desk shall also be responsible for managing problems/incidents related to each PoP of
BSWAN. Help Desk shall ensure timely response by assigning the problem/incident to Network
engineer at that PoP on priority basis.
Problem Resolution and Sign-Off:
Every departmental user can report any network related problem through the Online Helpdesk
interface or by calling the Centralized Help Desk Toll Free Number to be notified by the
Managed service provider. Managed Service Provider will setup the TOLL FREE call support
number from BSNL. The fixed rental and recurring charges will be paid by BELTRON. The
coordination of payment to BSNL and making toll free number working all the time will be the
responsibility of the bidder In case of a toll free call, the Support Engineer shall be responsible
for generating an online Trouble Ticket and also closing the call on the online system after
resolution.
Managed Service Provider shall prepare a Helpdesk Call Report document which would be
used to keep track of respective Helpdesk performance. This report would contain:
Final closure of the ticket will be done by Managed service provider after confirming with the
customer. If the customer is not satisfied the ticket will remain open. At the end of each month,
all Helpdesk Call Reports must be sent to the Third Party Monitoring Agency for verification and
approval.
7.15 DOCUMENTATION
1.
2.
The Managed service provider shall document all the field installation and
commissioning procedures and provide the same to the BELTRON/GoB within one
week of the completion and acceptance testing of the equipment.
The Managed service provider shall submit a complete cabling system layout at PoP
including cable routing, telecommunication closets and telecommunication outlet/
Page 49 of 228
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
connector designations. The layout shall detail locations of all equipment and indicate
all wiring pathways.
Manufacturer's technical documentation on all devices used in the system including
user manuals for configuring of switches, routers, etc. and their 'As installed'
configuration shall be provided by the Managed service provider.
Process documentation: The Managed service provider shall be responsible for
preparing process documentation relating to operation and maintenance of each and
every service. The process documents shall be formally signed off by BELTRON/GoB.
The process documentation shall include but not limited to the following:
Backbone Services : Processes for managing the BSWAN2.0 backbone (Primary and
Secondary Links)
Multimedia Services: Process for providing voice and video conferencing services to
BSWAN2.0 users
IPv4/IPv6 Schema and details of IP addressing
VPN Services: Process for providing VPN services.
Wireless Connectivity Services: Process for providing wireless connectivity services for
wireless LAN
Integration with National Network: Process for integration of other networks like
NICNET/NKN/NoFN or any other national Network.
Connectivity Services: Process for providing various types of connectivity to various
offices.
Operation, Maintenance and Monitoring Service process: This shall include:
Help desk management process shall capture the entire cycle of problem reporting,
escalation and resolving issues.
SLA monitoring processes for each SLA parameter as defined in SLA requirement
section (monitoring mechanism and report performance etc.). All documentation
will be supplied both in Hardcopy and Softcopy format.
Each process document shall clearly define the roles and responsibilities,
detailed steps for execution the defined task, detailed configuration steps etc.
The GoB expects the Managed service provider to document the SHQ
operations and management processes and to document the field operations
and management processes as per the ISO 20000 standard (IT Service
Management). It shall be the Managed service providers responsibility to get
the BSWAN processes accredited certified against ISO 20000, ISO 27001 and
ISO 27033 standards in Government of Bihars name. The cost of certification
shall be mentioned in the commercial sheet.
As a part of this certificate, the Managed service provider should periodically
take user feedback on the services provided and the average rating should be
above 4.0 in the scale of 5. In case the rating is below 3 for consecutive two
quarters, the services shall be termed as poor and liable for termination.
The Managed service provider shall ensure that all the non-compliances that
arise during the above audits should be attended to within prescribed time and
Page 50 of 228
complied without any cost to BELTRON/GoB, for the works within the scope of
this RFP.
The NMS should have capability to view and record status of alarms, monitoring WAN, LAN and
end Devices based on SNMP polling and monitoring network device configuration.
2.
Data Management:
The NMS tool should have provision and suitable arrangements for taking backup of NMS data.
NMS should be able to maintain CMDB (Configuration Management Database) integrate with
existing HELP DESK system which is used under Bihar SWAN or propose equivalent system
and should be able to track all the changes in the network along with the change history. NMS
should be capable to maintain all BSWAN 2.0 asset database.
3.
Functionality:
The NMS should have capability of generating customized reports, providing view of selected
sub-networks and indicating networks status via different colors.
4.
Fault Management:
The NMS should have capability to support advanced filtering, and to eliminate extraneous
data/ alarms in web browser and GUI.
5.
Network Monitoring:
Page 51 of 228
The NMS should have capability to collect data and set service level, SNMP, to monitor and
report utilization and availability and to support network monitoring via SNMP polling. The
NMS should collect raw data and store the same in a database repository. The database should
be integral part of NMS and not separate entity.
The NMS specifications will now include all the features, which are required for monitoring the
vertical as well as horizontal connectivity. The NMS Should also be capable of monitoring the
status of all horizontal connectivity from the PoPs.
6.
Presentation:
The NMS should have capability to represent discovered links with proper color for complete
network visualization, to support dynamic object collections and auto discovery, to provide view
of entire network topology in a single map, to generate customized maps based on certain group
of devices/region. The state of the network components on the topology map shall be
represented by a unique color scheme, such as Red to denote device Critical or unavailable and
Green to indicate that the device is working fine.
The NMS should have the capability to notify status change, an event, or a problem on a server
or network equipment by sending a message as an e-mail or Mobile-SMS. Further, if the event
that triggers the message is a problem, NMS shall take appropriate actions to correct the
problem.
7.
Access Control:
The NMS should have capabilities to configure and maintain user activity log and audit trails, to
maintain list of NMS usernames with defined access level, existence of super user and its level of
access to database (read, write, modify/delete). This functionality can be provided using access
management control requested in the technical requirement and should be able to integrate the
solution with existing NMS system or propose new NMS system.
The solution should Self-protect itself Must be able to prevent hackers with root access from
circumventing or shutting down the security engine. Must use a self-protected database for
storing all security information.
The solution should support secure, remote connection to the target device.
The solution should maintain policies in centralized GUI and able propagate to target system
automatically.
The privilege user password management (PUPM) must provide a fully functional and
customizable workflow that provides common out-of-the-box use cases for PUPM.
The solution should provide a feature to eliminate passwords from scripts. Via PUPM, it should
be possible to replace hard-coded passwords in scripts with privileged account passwords that
are generated by PUPM only when needed.
Page 52 of 228
The solution should provide a unified web based console which consolidates all aspects of
privileged user management under a single console host access control and privileged user
management across physical and virtual systems, devices and applications.
8.
Reports:
The NMS should have capability to generate drill down reports for PoP and link availability
(vertical and Horizontal) during PBH and EBH separately. It should have the capacity to
generate reports of utilization and network performance. Reports should be generated both in
pdf & excel format. User should have the flexibility to create customized reports. The NMS
should also create various customized reports in graphical format, for the performance and
availability of network components such as links and network devices. The reporting engine
should generate the reports based on the data collected, and help user in accessing these
graphical reports using standard Web browser such as Internet Explorer or Mozilla, or any
standard browser etc.
The NMS system should be configured to generate the following reports:
NMS should offer tabular information giving % of uptime of individual links on monthly
basis.
Statistical report regarding resource utilization and Faults in network (e.g. CPU and
memory utilization for routers and switches)
Link wise latency report (both one way and round trip) times.
Historical reporting facility that will allow for the generation of on-demand and
scheduled reports of Business Service related metrics with capabilities for customization of the
report presentation.
Generate SLA violation alarms to notify whenever any of the SLA parameters are
violated or are in danger of being violated.
Any other reports/format other than the above mentioned reports required by GOB shall
also be provided by the successful bidder either through NMS (automated) or manually
prepared.
Reports regarding the status of all horizontal connections from the PoPs.
Reports regarding the status of UPS/Hybrid Power Supply and its output.
Page 53 of 228
The successful bidder shall provide the NMS reports including Bandwidth utilization report &
Link up-time report & network equipment health check report on a monthly basis. The
Successful bidder shall have to consult GoB for finalizing the report formats and frequency. The
Successful bidder shall also enable the GoB designated Officer to be able to view any (up-todate/ historical) reports related to BSWAN at any point of time via a Web-based interface to the
NMS.
The successful bidder would generate and provide the Reports as stated below periodically. He
shall also be under obligation to provide any other reports as asked by GoB.
9.
a.
Should be able to generate Graphical User Interface (GUI) based reports for Primary
Business Hour (PBH), Extended Business Hour (EBH), Critical Event (CE) and 24 Hours
separately.
b.
Shall be able to present the reports through web, and also generate PDF version
reports of the same.
c.
Should provide user flexibility to create customized reports according to the user
privilege level.
d.
Should provide information regarding capacity utilization and error statistics for
physical and logical WAN links.
e.
Should create reports on trend analysis from historical data and also by considering
Mean Time between Failure (MTBF) of equipment.
f.
Should be capable to send the reports through e-mail to predefined user with predefined interval.
g.
Should have capability to exclude the planned downtimes or downtime outside SLA.
h.
Should be able to generate web based reports both near real time and historical data for
the systems and network devices.
10.
Availability Reports:
a.
Overall Network Availability and Uptime Report on Daily, Weekly, Monthly, Yearly Basis
through GUI.
b.
Uptime & Availability Report on Service provider MPLS network, Leased Lines, LAN,
Server on Daily, Weekly, Monthly, Yearly basis.
c.
Uptime & Availability Report on Network Devices: Router, Switch, Security Appliance,
Anti-Virus appliance, VoIP phones, Video Conferencing Equipment on Daily, Weekly, Monthly,
Yearly basis, for the all supported SNMP devices.
d.
Custom Report
e.
Top 10 Report - Lists the top ten VPNs with the highest and lowest volumes of activity
for the previous day.
BSEDC Tender Notice No: BELTRON/5292/2016
Page 54 of 228
11.
Performance Reports
a.
Overall Network Device Performance (Router, Switch, Security Appliance) CPU and
Memory Utilized at State, District & Block level.
b.
Every Link Input / output Utilization (percentage, bps, kbps, mbps, octets/sec) on
Leased Line, Trunks between Switches, Link errors (Leased Lines, ISDN, Trunks, etc.).
c.
Should be able to indicate the Network Latency, on each leased links at State, District,
Block and remote office level.
d.
e.
f.
Custom report should display a rolling daily summary showing round-trip time and
packet delivery ratio for a selected device pair.
g.
Network Jitter - the report should present source to destination and destination to
source data for both jitter and packet loss.
12.
a.
Should be able to do computation of SLA for entire BSWAN network, Individual links
b.
Should be able to generate automated Daily, Weekly, Monthly, Quarterly and Yearly SLA
reports
c.
Should be able to present At-a-Glance type report comprising critical SLA parameters
d.
e.
13.
a.
Equipment Inventory report device name, device part number & serial number, device
model number, device status, device OS, threshold of device deployed at SHQ, DHQ & BHQ.
Any change in inventory status should be updated immediately in NMS system.
b.
Departmental Inventory report List every departmental office and the interfaces
provisioned for each of them at State, District & Block level.
c.
Change Management report - Change management scorecards, change audit reports,
changes by user and change detail reports provide immediate visibility into whether or not the
defined CCM process is working and being followed.
14.
Should provide details about the number of complaints received due to failure of network
devices.
The NMS should generate automated SLA reports for MSP and Bandwidth service provider(s)
separately and identify the exact point of fault to penalize the disrupted services.
BSEDC Tender Notice No: BELTRON/5292/2016
Page 55 of 228
Any time during the period of contract, BELTRON/GoB shall provide list of additional reports
required for review purpose and the same should be made available within 7 working days.
Page 56 of 228
the BSWAN Operator in the BSWAN Project free from all encumbrances absolutely and free of
any charge or tax to BELTRON, GoB or its nominee.
Cooperation and Provision of Information
a) During the exit management period:
i. The BSWAN operator will allow BELTRON, GoB or any third party appointed by BELTRON,
GoB, access to information reasonably required to define the then current mode of operation
associated with the provision of the services to enable BELTRON, GoB or any third party
appointed by BELTRON, GoB to assess the existing services being delivered;
ii. Promptly on reasonable request by BELTRON, GoB or any third party appointed by
BELTRON, GoB, the BSWAN operator shall provide access to and copies of all information held
or controlled by them which they have prepared or maintained in accordance with the
Contract, the Project Plan, SLA and Scope of Work, relating to any material aspect of the
services (whether provided by the BWAN operator or sub-contractors appointed by the BSWAN
operator). BELTRON, GoB or any third party appointed shall be entitled to copy all such
information. Such information shall include details pertaining to the services rendered and
other performance data. The BSWAN operator shall permit BELTRON, GoB or any third party
appointed to have reasonable access to its employees and facilities as reasonably required by
BELTRON, GoB or any third party appointed to understand the methods of delivery of the
services employed by the BSWAN operator and to assist appropriate knowledge transfer.
iii. Before the end of exit management period, the BSWAN operator will ensure a successful trial
run of Network administration, Facility management including helpdesk management etc. by
BELTRON, GoB or by any third party appointed.
Page 57 of 228
8 MANPOWER REQUIREMENTS
Successful bidder shall deploy sufficient manpower to meet the SLAs and manage the network
round the clock. Minimum personnels required to be deployed are as under:
Table: Manpower deployment at State Head Quarter ( SHQ)
Shift wise Manpower distribution
S. No
Designation
Project Manager
1000
hrs.
To
1800
hrs.
Operational Lead
2
Network
Monitoring
Engineer (for resolution of
escalated network issues)
Network Specialist
4
5
Security Specialist
System Specialist
Store Manager
Total
Table
0700
hrs.
To
1500
hrs.
1500
hrs.
To
2300
hrs.
2300
hrs.
To
7000
hrs.
S. No
Designation
Network Engineer
2.
Total
Page 58 of 228
Facilities for conveyance/ transportation 9of staff and equipment, communication facilities
(mobile phones etc.) shall also be provided by the successful bidder. The manpower deployed
shall also be available on phone for resolution of calls.
The successful bidder shall keep the shift timings flexible as per the requirements of BSWAN as
recommended by BELTRON.
The resources required in State Head Quarter will be on-roll employee of Prime Bidder
(excluding the Network Monitoring Engineer, Store manager & Helpdesk Engineer). The
Network Monitoring Engineer, Store manager & Helpdesk Engineer may be on the rolls of the
Prime Bidder/ Consortium Partner / Any Manpower Provider Agency identified by the Prime
Bidder.
Note1: Manpower Provider Agency must be a company registered in India (providing
Manpower services / IT facility management services, etc.) under Indian Companies Act 1956
and should have been in operation for a period of at least 3 years as on 31st July 2016 and
should have supplied minimum 100 manpower resources at multiple location.
Note2: On rolls must mean full time staff in the payroll of the organization. Fixed terms
contractors hired by the Prime Bidder/ Consortium Partner / Any Manpower Provider Agency
will not be considered as On-rolls.
Successful bidder shall ensure that at all times during the contract, a Project Manager;
acceptable to BELTRON would be available for regular interaction and reporting. The project
manager would be required to attend all meetings where the successful bidders role and the
activities performed by it are discussed. The Project Manager shall validate all the reports to be
submitted to BELTRON and should take responsibility of answering related queries of
BELTRON. It shall be the responsibility of the Project Manager to present all such reports to key
committees of BELTRON, constituted for spearheading the BSWAN Project. The Project
Manager would be expected to be receptive to the expectations of BELTRON and other key
stakeholders of the BSWAN Project and ensure the incorporation of the same to the
deliverables. The Project Manager shall function from SHQ of BELTRON premise. The Project
Manager shall be assisted by a Core team, providing expertise in areas of network operations,
security and infrastructure etc.
The team shall consist of the network specialists, network monitoring engineers, helpdesk
engineers, technicians and network engineers deployed on the project at SHQ/DHQ/BHQ PoPs.
Successful bidder shall deploy dedicated team for day to day activities related to the project as
defined in RFP. The SHQ team shall operate from SHQ and shall be responsible for assessment
of effectiveness of the defined standards and procedures by BSWAN, resolution of issues, project
monitoring, periodic assessment of BSWAN and related activities as specified in the Scope of
Work specified in this RFP. The SHQ Team shall carry out all activities from NMS, State IT
center, Patna except those requiring field visits. There will be a senior technician for managing
BSEDC Tender Notice No: BELTRON/5292/2016
Page 59 of 228
the electrical and solar issues. This will be provided by Solar Solution Bidder and will be part of
SHQ team. All technicians in DHQ will report to him.
# Locatio
n
1 SHQ
Designatio
n
Project
Manager
Qt
y
1
Exp
Qualifications
Relevant Exp
8+
Year
s
1. At least 5 years of
relevant experience in
managing all aspects
of a large advisory/
implementation
program management
2.
Must
have
experience
in
managing projects for
large, enterprise scale
projects
in
IT
Infrastructure/Networ
k Audit and SLA
monitoring.
SHQ
Operations
Lead
6+
Year
s
3. Should preferably
have
worked
on
projects
for
government clients
BE / B-Tech./MCA/BSc 1. At least 3+ years of
with experience in Project relevant experience in
Management with ITIL or project Management
other industry equivalent
certification
2.
Must
have
experience
in
managing projects for
large, enterprise scale
projects
in
IT
Infrastructure/Networ
k Audit and SLA
monitoring.
3. Should have worked
Networking/Infra
related projects
Prior experience of
SWAN Infrastructure
Resource
more
preferences
Page 60 of 228
SHQ
Specialist ( 3
L3)
(
Network
Specialist ( 1)
,
Security
Specialist( 1 )
and System
Specialist ( 1)
)
5+
Year
s
BE/B.Tech/MCA/MTECH
degree
or
equivalent
AND
CCNP/MCSE/RHCA/CSS
A or equivalent with prior
experience
of
IT
Infrastructure/ Network
Monitoring,
Enterprise
level NMS & Helpdesk
Management tools
4 SHQ
Store
Manager
3+
Year
s
Graduation degree in
commerce or equivalent
from
any
recognized
university with Logistic
related certificate
Network
Expert L2
3+
Year
s
BE/B.Tech/MCA/MTECH
degree
or
equivalent
AND
CCNP/CCI with prior
experience
of
IT
Infrastructure/ Network
Monitoring,
Enterprise
level NMS & Helpdesk
Management tools
SHQ
5+ years of overall
experience with at
least 3 years of
relevant experience in
managing all aspects
of
IT/
Network
infrastructure
and
Monitoring of the
services
Prior experience of
SWAN Infrastructure
Resource
more
preferences.
3+ years of experience
in managing the store
of large enterprise and
should be able to
manage the inventory
through online tools
or excel sheets.
Prior experience of
SWAN Infrastructure
Resource would be
given
more
preferences
3+ years of overall
experience with at
least 1 years of
relevant experience in
managing all aspects
of
IT/
Network
infrastructure
and
Monitoring of the
services.
Prior experience of
SWAN Infrastructure
Resource
more
preferences
Page 61 of 228
6 SHQ
DHQ
Helpdesk
Engg.
1+
Year
s
L1 Network 38
Engineer
1+
Year
8 DHQ
Technician
1+
Year
9 BHQ
Infrastructur 495
e Specialist (
Multi-Skill
Resource)
38
BE/B.Tech/MCA degree
or
equivalent
AND
CCNA/CCI with prior
experience
of
IT
Infrastructure/ Network
Monitoring,
Enterprise Prior experience of
level NMS & Helpdesk SWAN Infrastructure
Management tools
Resource
more
preferences
ITI OR Equivalent - Should have at least 1
Electrical/Wireman
year
working
experience
on
Electrical and Solar
Equipment.
These
technicians will report
to the Senior expert in
SHQ for Electrical
/Solar
Solutions
implemented
in
BSWAN 2.0
Prior experience of
SWAN Infrastructure
Resource
more
preferences
ITI in computer science Should have working
OR 10+2 with one year experience
on
Diploma in Computer Networking
Science
equipment's
Prior experience of
SWAN Infrastructure
Resource
more
preferences
Page 62 of 228
#
1
Position
Project
Manager
Operations
Lead
Specialist (
L3)
(
Network
Specialist (
1) , Security
Specialist( 1
) and System
Specialist (
1) )
Store
Manager
Page 63 of 228
Network
Expert L2
1.
Act
like
cluster
heads
for
PoPs
across
BSWAN
2. Day to day maintenance of PoPs and managing the critical events like
Chief
Minister
Video
Conferencing
at
all
blocks
3. Submission of deliverables to Project Manager/ Network Specialist
4.
Troubleshooting
PoP
related
issues
5. Monitoring of Network Infrastructure, Bandwidth
Helpdesk
Engg.
Multi-Skill
Engineer@
DHQ
Technician
Page 64 of 228
Network
1.
POC
for
his/her
POP
engineer
( 2. Preventive maintenance of PoP equipment's, OS Level Formatting,
Multi-Skill
Setting Network configuration in PC, Antivirus Update, and Video
Resource)
Conferencing
setup
3. Facilitation of proper network operations / Facilitating new BSWAN
initiatives, Supporting BDO for RTPS/E-district/any other state
government e-initiatives /services portal Website update and Uploads .
Support Digital India initiatives for services rolled out with BSWAN 2.0
as a backbone Network.
4. Troubleshooting network problems and outages at respective PoPs
5. Coordinating with Primary, Secondary Service provider at local level
for
uptime
6. Periodic reports for respective PoPs
7. Managing the Horizontal Connectivity and PoP Lan Extension
services to critical department in the Block Campus and nearby area.
Successful Bidder needs to deploy manpower as proposed in their technical bid document.
Successful bidder may deploy at its discretion additional man power to meet the SLA
requirements. No payment for such additional manpower shall be made. The successful bidder
shall post an on-site Project Manager to look after the entire operation of SWAN with his/her
on-site team. The Project Manager shall coordinate with the designated officers of
BELTRON/Consultant/Third Party Agency etc.
To manage the infrastructure the successful bidder shall deploy at least the number of persons
as per the recommendation shared above. The support team must be capable of
managing/handling Network components, IP telephony infrastructure, NMS, IPS, Firewall, and
Application Switch. Servers, Unified Threat management and any other operations required at
district and block level etc.
Successful bidder shall appoint as many team members, over and above the manpower
specified, as deemed fit by them, to meet the SLA requirements. Purchaser would not be liable
to pay any additional cost for this. Successful bidder shall always maintain above minimum
manpower on-site throughout the life of the contract.
The SHQ team deployed at the time of FAT/Transition process will be required to stay for at
least One year after completion Transition Process i.e. T0+16 Weeks.
BSWAN2.0 network operator is expected to deploy optimum number of operational staffs at all
PoP as per the stated resource requirement shared below in Man Power Section. BSWAN
operator shall develop web based interface for monitoring the attendance of these operational
staffs. The attendance management system shall be bio-metric enabled.
Biometric
authentication devices shall be procured by network operator himself at no cost to BELTRON
for SHQ and DHQ. BHQ will have reporting through finger print device attached to the Desktop
Telephonic (VoIP) or VC calling and it should be recorded in the system. TPA shall validate
these devices. The SLA penalties related to Attendance shall be automatically generated through
Web based Attendance Monitoring System.
BSEDC Tender Notice No: BELTRON/5292/2016
Page 65 of 228
The operational staffs shall be posted at every PoP to monitor the network & troubleshoot the
problems related to backbone and all BSWAN 2.0 project facilities (LAN, WAN, Video
Conferencing, Anti-virus etc).
The operating staff at SHQ, DHQ and BHQ shall record their biometric attendance twice in a
day (in time and out time). The personnel deployed at BHQ shall record the attendance through
the website integrated with fingerprint reader. The attendance website system should be
provided by Managed Service provider which can be monitored by Third party auditor at any
given time. They shall be in the administrative control of local GoB officials at concerned PoP
location. If the staff are not logging biometric attendance due to field visits or other relevant
reasons, prior information have to be given to BELTRON/TPA, so as the exception shall be
logged in the attendance monitoring system. The exemption shall only be logged in by
BELTRON/TPA.
While PoPs will be >99% up there will be no difficulty to get the attendance recorded through
attendance monitoring system. While there will be both links down, then the engineer may
capture the login information on local system available at local PoP and capture the System
login event as proof of his/her attendance which may be shared later as an evidence of his/her
attendance.
Page 66 of 228
9 SLA
The prime objective of the BSWAN project is to provide secure and high-quality data, voice and
video services to different offices of Bihar Government and citizen services at Block Level. In
order to ensure that the required bandwidths for services of BSWAN are available round the
clock, in an efficient manner, a Service Level Agreement (SLA) is to be signed between
BELTRON/GoB and the successful bidder. Therefore, the SLA would be critical in
implementation of bandwidth and quarterly payout will be made after reconciliation with the
SLA/Penalties based on the audit by TPA.
parameters
(Service
Turnaround
Page 67 of 228
Page 68 of 228
Penalty as
percentage of
Quarterly
charges
NIL
1% of QGR
2.5% of QGR
5% of QGR
20% of QGR
50% of QGR
Penalty beyond
Permitted
Unavailability
in a quarter
Page 69 of 228
Unavailability
120 Minutes
of
Video
Conferencing
and
Voice
Solution
Equipment,
desktop
and
servers in SHQ
PoP
(Except
URL filtering
and
Voice
Solution
Equipment
failure)
BSWAN Equipment @ DHQ
Parameter
Permitted
Unavailability
in a quarter
during PBH
Unavailability of 4 Hours
District
Head
Quarter PoP due
to downtime of
LAN/WAN
network
equipment
Unavailability of 8 Hours
VoIP solutions,
desktops
@District Head
Quarter PoP
Equipment @ BHQ
Parameter
Permitted
Unavailability
in a quarter
during PBH
Unavailability of 8 Hours
in a quarter
during PBH
INR 50,000 for 240 Minutes
each
60
Minutes
of
Unavailability
after
120
Minutes outage
in a Quarter.
during EBH
Penalty
beyond
Permitted
Unavailability
in a quarter
during PBH
INR 10,000 for
each hour of
Unavailability
after 4 hours of
outage in a
quarter
Permitted
Unavailability
in a quarter
during EBH
Penalty beyond
Permitted
Unavailability
in a quarter
during EBH
8 Hours
Penalty
beyond
Permitted
Unavailability
in a quarter
during PBH
INR 5,000 for
Permitted
Unavailability
in a quarter
during EBH
Penalty beyond
Permitted
Unavailability
in a quarter
during EBH
24 Hours
INR
2,000
for
Page 70 of 228
Block
Head
Quarter Offices
due downtime of
LAN/WAN
the
network
equipment
Unavailability of 24 Hours
Desktop at Block
Head Quarter
each hour of
Unavailability
after 8 hours of
outage in a
quarter
each
hour
of
Unavailability
after 24 hours of
outage
in
a
quarter
INR 1,000 for
each
hour
of
Unavailability
after 48 hours of
outage
in
a
quarter
Penalty during
EBH
INR 200 for each
hour of delay after
16 hours of outage
in a quarter
INR 500 for each
hour of delay after
16 hours of outage
in a quarter
Note:
In case of switch in LAN network fails, SLA penalty of equipment failure will be
applicable.
In case of WAN equipment failure at SHQ, DHQ and BHQ SLAs penalties for LAN
and WAN components will be applicable.
The premium links are defined for critical departments i.e. Treasury and
Commercial Tax
Page 71 of 228
Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
>=99.9%
NIL
>=99.9%
NIL
< 99.90 & >= 98 5% of monthly cost of < 99.90 & >= 98 1% of QGR
%
secondary link in case the %
latency goes beyond the SLA
Parameter
<98
&
>= 5% of QGR
<98
&
>= 2.5% of QGR
9798.5%
9798.5%
<97 & >=96%
10% of QGR
<97 & >=96%
5% of QGR
<96 & >=95%
20% of QGR
<96 & >=95%
20% of QGR
<95%
No payment for the QGR
<95%
50% of QGR
Note: The QGR mentioned in the RFP means the entire QGR Quarterly Guaranteed
Revenue for all the sites for the said quarter.
BSNL link SLA will be applicable only after signing agreement between GoB/BELTRON. SI
will only manage and maintain SLA with BSNL.
Uptime between District Head Quarter & Block Head Quarter
SLA on Primary Link ( BSNL )
PBH
Penalty as percentage of EBH
Quarterly charges during
PBH of the link
Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
Page 72 of 228
>=99%
< 99.0 & >= 98
%
<98 & >=96.5%
<96.5 & >=95%
<95% & >=93%
<93% & >=90%
<90%
NIL
2% of QGR
5% of QGR
10% of QGR
20% of QGR
25% of QGR
No payment for the QGR
>=99%
< 99.0 & >= 98
%
<98 & >=96.5%
<96.5 & >=95%
<95% & >=93%
<93% & >=90%
<90%
NIL
1% of QGR
2.5% of QGR
5% of QGR
10% of QGR
20% of QGR
50% of QGR
Internet @ State Head Quarter including necessary hardware except URL filtering
Solution
Link will be provided from two different Service Provider
PBH
Penalty as percentage of EBH
Penalty
as
Quarterly charges during
percentage
of
PBH of the link
Quarterly charges
during EBH of the
link
>=99.9%
NIL
>=99.9%
NIL
< 99.90 & >= 99 2% of QGR
< 99.90 & >= 99 1% of QGR
%
%
<99 & >=98.5%
5% of QGR
<99 & >=98.5%
2.5% of QGR
<98.5 & >=98%
10% of QGR
<98.5 & >=98%
5% of QGR
<98%
No payment for the QGR
<98%
50% of QGR
Uptime between State Head Quarter & District Head Quarter
SLA on Secondary MPLS Link
PBH
Penalty as percentage of EBH
Quarterly charges during
PBH of the link
>=99.5%
NIL
< 99.5 & >= 98 2% of QGR
%
<98 & >= 97
5% of QGR
<97 & >=95%
10% of QGR
<95%
No payment for the QGR
>=99%
< 99 & >= 98 %
Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
NIL
1% of QGR
2 % of QGR
5% of QGR
50% of QGR
Penalty
as
Page 73 of 228
>=98.5%
< 98.5 & >=
97%
<97 & >=96 %
<96 & >=93%
<93 & >=90%
<90%
NIL
2% of QGR
5% of QGR
10% of QGR
25% of QGR
No payment for the QGR
percentage
of
Quarterly charges
during EBH of the
link
>=98%
NIL
< 98.0 & >= 97 1% of QGR
%
<97 & >=96 %
2.5% of QGR
<96 & >=93%
5% of QGR
<93 & >=90%
15% of QGR
<90%
50% of QGR
>=99.9%
NIL
< 99.90 & >= 2% of QGR
99 %
<99
& 5% of QGR
>=98.5%
<98.5
& 10% of QGR
>=98%
<98%
No payment for the QGR
Penalty
as
percentage
of
Quarterly charges
during EBH of the
link
>=99.9%
NIL
< 99.90 & >= 99 1% of QGR
%
<99 & >=98.5%
2.5% of QGR
<98.5 & >=98%
5% of QGR
<98%
50% of QGR
Note - Successful bidder will be responsible for maintaining logs of raw power outage and shall inform
BSEDC if any power failures occur during this period to avoid penalty if the outage is not attributable to
Successful bidder.
QoS parameters
Virus Attack (the successful
bidder is required to update
the anti-virus software on a
regular basis )
Penalty
Rs. 500 for every virus attack reported and not
resolved within 36 hours from the time
of identification of virus
Page 74 of 228
Severity
Issue Resolution
Level 1
15 Mins
Level 2
30 Mins
1 Hrs.
Time
2 Hrs.
Level 3
60 Mins
4 hrs.
Level 1:
Level 2:
The network outage, security or performance related issues impacting the network
availability/performance and leading to unavailability of the services in one or
more Districts.
Level 3:
The network outage, security or performance related issues impacting the network
availability/performance and leading to unavailability of the services to one or
more departments in Sub division/Block.
Page 75 of 228
Support Type
Telephonic
Support
Email
Support
Penalty
Rs 500 /- per complaint for
the complaint ticket which
has entered into RED Colour
i.e. more than 1 Day. This
will be applicable for Level 1
and Level 2 Complaint
Page 76 of 228
Issue
Penalty
Closure of gaps in
security audit report
which will be reviewed
and confirmed by the
Security Audit agency /
TPA
Description
Penalty
Delay in Taking over of the existing INR 10,00,000 (Ten Lacs) for per week
(complete) network beyond the dates of delay beyond the timeline mentioned
specified as per transition plan. The (T0 + 24 weeks).
transition of existing network should
complete with in T0+6 Weeks. The BSWAN
2.0 architecture should complete in T0+24
weeks.
T0 : Date of acceptance of MSA.
Service level
Deployment of required
manpower at SHQ within 2
week of acceptance of LoI
Deployment
of
required
manpower at DHQ PoPs within
4 weeks of acceptance of LoI.
Deployment of required manpower
at
at BHQ PoPs within 8
weeks of acceptance of
LoI
SHQ manpower change without
approval from BELTRON
Penalties
Rs 10,000 per manpower/week or part of the
week of delay
Rs 5,000 per PoP per manpower/week or
part of the week of delay,
Rs 1,000 for each BHQ PoP per
manpower/week or part of week of delay
in manpower deployment.
Page 78 of 228
20 milliseconds or less for the District level Network to State Head Quarter
30 milliseconds or less for the Sub Division/Block level Network to State Head
Quarter
As a delay-sensitive application, voice cannot tolerate much delay. Latency is the
average travel time it takes for a packet to reach its destination. If bandwidth
utilization is high, the voice packet will be delayed to the point that the quality of the
call is compromised. The maximum amount of latency that a voice call can tolerate
one way is typically 150 milliseconds (100 milliseconds is optimum). Similar latency
requirements exist for video traffic also ranging 150-200 MS one way.
SLA Parameter
Network
Segment
SHQ DHQ
SHQ BHQ
SWAN Secondary
Latency
Network Remarks
Latency
10 MS
15 MS
Link
Penalties applicable
on Secondary Links
only
5% of QGR in case
the
latency
goes
beyond
the
SLA
Parameter
5% of QGR in case
the
latency
goes
beyond
the
SLA
Parameter
Page 79 of 228
9.16
The Packet Loss on the BSWAN 2.0 Secondary Link shall be maintained typically at less than
1% measured on a monthly basis.
Packet loss for voice and video applications: Dropped voice packets are the discarded
packets, which are not retransmitted. Voice traffic can tolerate typically less than a 3 percent
loss of packets (1% is optimum) before end users experience disconcerting gaps in conversation.
Similarly video applications cannot tolerate typically a packet loss > 1%.
SLA Parameter
Network
Packet
Segment
Loss
SHQ-DHQ and <=1%
DHQ-SDHQ/ BHQ
Packet Loss
Remarks
SLA allows a maximum of 1%
of packet loss in the
connectivity between the State
Head Quarters and to all the
District Head Quarters and all
the Block Head Quarters.
Penalties applicable on
Secondary Links only
5% of QGR in case the
packet
loss
goes
beyond
the
SLA
Parameter.
SHQ
Zero Minutes
DHQ
15 Minutes
BHQ
30 Minutes
Penalty
after Remarks
Permitted
unavailability (
in Rupees)
100000 per minute
of downtime
50000 per minute
of downtime
10000 per minute
of Downtime
Page 80 of 228
If network is down because of reasons not attributable to successful bidder like, inputs to
BSWAN Network, Successful bidder shall apprise BSEDC/TPA for all such events specifying the
root cause of such downtime and duration of down time. For every such downtime related issue,
the respective ticket shall be updated stating the reason for downtime with supporting
documents.
The successful bidder shall also submit these supporting documents along with the quarterly
invoice for exemption in SLA.
Deterioration in Quality of service shall attract additional penalties in addition to the penalties
given above as detailed in below Sections.
Page 81 of 228
Page 82 of 228
Telegraph Act of any other Applicable Law including the regulations issued by dept. of
telecom (wherever applicable), IT Security Manual of the BSEDC as specified by
BSEDC from time to time and follow the industry standards related to safety and
security (including those as specified by BSEDC from time to time), insofar as it
applies to the provision of the Services / Deliverables under this Agreement.
b) The Successful Bidder shall also comply with BSEDC or the Government of Bihar,
and the States security standards and policies in force from time to time at each
location of which BSEDC or its nominated agencies make the Successful Bidder aware
in writing insofar as the same apply to the provision of the Deliverables.
c) The Parties shall use reasonable endeavors to report forthwith in writing to each
other all identified attempts (whether successful or not) by unauthorized persons
(including unauthorized persons who are employees of any Party) either to gain access
to or interfere with BSEDC as the case may be or any of their nominees data, facilities
or Confidential Information.
d) The Successful Bidder shall upon reasonable request by BSEDC as the case may be
or their nominee(s) participate in regular meetings when safety and information
technology security matters are reviewed.
e) As per the provisions of this Agreement, the Successful Bidder shall promptly
report in writing to BSDEC or its nominated agencies, any act or omission which they
are aware that could have an adverse effect on the proper conduct of safety and
information technology security at the facilities of BSEDC as the case may be.
f) If any accident occurs on account of any act of commission or omission of the
Successful Bidder causing any sort of damage to the person or property then the
Successful Bidder shall be solely responsible and liable to make good any such loss or
damage. If, however BSEDC becomes liable to any third party due to the acts or
omissions of the Successful Bidder or otherwise then the Successful Bidder shall fully
indemnify and hold good BSEDC to that context.
10.2
1. Purpose
This Schedule details the audit, access and reporting rights and obligations of BSEDC
and/or its nominated agency and the SI and its subcontractors, agents, supplier etc.
This Schedule is in addition to, and in derogation of, the audit rights and process
provided in the RFP/Agreement.
2. Audit notice and timing
2.1 As soon as reasonably practicable after the Effective Date, the Parties endeavors to
agree to a timetable for routine audits (Other than those mentioned as part of the
mandatory requirements for successful delivery and acceptance of the System) during
the Project Implementation Phase and the Operation and Maintenance Phase. Such
timetable during the Implementation Phase, and thereafter during the operation
BSEDC Tender Notice No: BELTRON/5292/2016
Page 83 of 228
Phase, BSEDC shall conduct routine audits in accordance with such agreed timetable
and shall not be required to give the SI any further notice of carrying out such audits.
2.2 BSEDC may conduct non-timetabled audits at his/ her own discretion if it
reasonably believes that such non-timetabled audits are necessary as a result of an act
of fraud by the SI, a security violation, or breach of confidentiality obligations by the
SI, provided that the requirement for such an audit is notified in writing to the SI a
reasonable period time prior to the audit (taking into account the circumstances
giving rise to the reasonable belief) stating in a reasonable level of detail the reasons
for the requirement and the alleged facts on which the requirement is based.
2.3 Except as provided in 2.2 above, audits shall be conducted by with adequate notice
of 2 weeks to the SI.
3. Access and inspection
The SI shall provide to BSEDC and/or its nominated agency reasonable access to
employees, subcontractors, suppliers, agents and third party facilities as detailed in
the RFP, documents, records and systems reasonably required for audit and shall
provide all such persons with routine assistance in connection with the audits and
inspections. BSEDC or its nominated agency shall have the right to copy and retain
copies of any relevant records provided that confidentiality is maintained in respect of
such relevant records.. The SI shall make every reasonable effort to co-operate with
them.
4. Audit rights
4.1 BSEDC or any Auditor appointed by IBSEDC, shall have unrestricted access to all
Documents which is connected or related with this agreement whether maintained
electronically or otherwise including but not limited to the right to call for Documents
and explanations from the employees of the I.A. as it may think necessary for
performance of its duties as an Auditor. System Integrator shall always cooperate and
assist with BSEDC and its Auditor and provide all Documents and other relevant data
and information, as and when required, for conducting audit including not limited to
investigate any allegations/ instances of fraud.
4.2 In the event the audit findings relate to overcharging, misrepresentations,
unethical practice, fraud or breach of terms and conditions of the agreement, BSEDC
shall have all or any of the rights stated herein against System Integrator (a) to recover
the overcharged amount by (b) to suspend/stop all the outstanding/future payments;
(c) to terminate this Agreement by BSEDC by giving one month's notice in writing to
the System Integrator with reasons, The Decision of BSEDC as to any breach shall be
final and binding on the System Integrator.
4.3 For the avoidance of doubt the audit rights under this Schedule shall not include
access to the SI's profit margins or overheads, any confidential information relating to
the SI employees, or (iii) minutes of its internal Board or Board committee meetings
including internal audit, or (iv) such other information of commercial-in-confidence
BSEDC Tender Notice No: BELTRON/5292/2016
Page 84 of 228
nature which are not relevant to the Services associated with any obligation under the
AGREEMENT.
6. Action and review
6.1 Any change or amendment to the systems and procedures of the SI, where applicable arising
from the audit report shall be agreed within thirty (30) calendar days from the submission of the
said report.
6.2 Any discrepancies identified by any audit pursuant to this Schedule shall be immediately
notified to BSEDC or its nominated agency and the SI Project Manager who shall determine
what action should be taken in respect of such discrepancies in accordance with the terms of this
Agreement.
7. Terms of payment
Except as otherwise provided in RFP/Agreement, BSEDC shall bear the cost of any audits and
inspections. The SI shall bear all costs for all reasonable assistance and information provided
under this Agreement, the Project Implementation, Operation and Maintenance SLA by the SI
pursuant to this Schedule.
8. Records and information
For the purposes of audit in accordance with this Schedule, the SI shall maintain true and
accurate records in connection with the provision of the services and the SI shall handover all
the relevant records and documents upon the termination or expiry of this Agreement.
Change requests in respect of the RFP and the Agreement, the Project
implementation, the operation, the SLA or scope of work and Functional
Requirement specifications will emanate from the Parties' respective project manager
who will be responsible for obtaining approval for the change and who will act as its
Page 85 of 228
sponsor throughout the Change Request Process and will complete Part A of the CRN
attached as Annexure A hereto. CRNs will be presented to the other party's project
manager who will acknowledge receipt by signature of the CRN.
The System Integrator and BSEDC or its nominated agencies, during the Project
Implementation phase and BSEDC or its nominated agencies during the Operations
and Management Phase and while preparing the CRN, shall consider the change in
the context of the following parameter, namely whether the change is beyond the
scope of Services including ancillary and concomitant services required and as
detailed in the RFP and is suggested and applicable only after the testing,
commissioning and certification of the complete Go-Live phase as set out in this RFP.
1.1. Quotation
i.
The System Integrator shall assess the CRN and complete Part B of the CRN, in
completing the Part B of the CRN the System Integrator shall provide as a minimum:
material evidence to prove that the proposed change is not already covered
within the Agreement and the scope of work
Prior to submission of the completed CRN to BSEDC, or its nominated agencies, the System
Integrator will undertake its own internal review of the proposal and obtain all necessary
internal approvals. As a part of this internal review process, the System Integrator shall
consider the materiality of the proposed change in the context of the RFP and the Agreement
and the Project implementation affected by the change and the total effect that may arise
from implementation of the change.
Costs
Each Party shall be responsible for its own costs incurred in the quotation, preparation of
CRNs and in the completion of its obligations described in this process provided the System
Integrator meets the obligations as set in the CRN. In the event the System Integrator is
unable to meet the obligations as defined in the CRN then the cost of getting it done by third
party will be borne by the System Integrator.
Obligations
The System Integrator shall be obliged to implement any proposed changes once approval in
accordance with above provisions has been given, with effect from the date agreed for
implementation and within an agreed timeframe. System Integrator will not be obligated to
Page 86 of 228
work on a change until the parties agree in writing upon its scope, price and/or schedule
impact.
Page 87 of 228
BELTRON
Selected Bidder(s)
BELTRON/GoB shall be the Client and the Successful bidder shall take over the existing
BSWAN equipment, maintain it, upgrade as per the direction of BELTRON (and within the
scope of this RFP).BELTRON would pay quarterly guaranteed revenues and/or upfront
payments (minus the penalties) to the operator in return for their services. The successful
bidders shall provide MPLS connectivity and service support for the same as per the defined
SLA.
Page 88 of 228
The successful bidder shall be eligible for quarterly guaranteed revenue (QGR), minus penalties,
for the eligible quality/quantity of services rendered under the terms and conditions of the
contract. Failure to deliver quality/quantity of services would result into imposition of penalties
under and as per the agreed provisions of the contract.
The Proposal should contain the information required from each member
g.
The members of the Consortium shall enter into a MoU and submit the same with the
Proposal. The MoU shall, inter alia:
Convey the intent of the members of the Consortium to enter into the Agreement in case
the Project is awarded to the Consortium.
The Lead Member would enter into the Agreement with BELTRON on behalf of the
members of the Consortium and subsequently carry out all the responsibilities as the Service
Provider in terms of the Agreement;
Clearly outline the proposed roles and responsibilities of each member of the
Consortium; and
Include a statement to the effect that the members of the Consortium shall be jointly and
severally liable for the implementation and operations of the Project in accordance with the
terms of the Agreement
MoU entered into, between the members of the Consortium shall be specific to the
Project and should contain the above requirements, failing which the Proposal shall be
considered non-responsive.
Page 89 of 228
Page 90 of 228
12 ELIGIBILITY CRITERIA
If the details furnished by the bidder are found to be wrong at any point time during the bidding
or contract, BELTRON/GoB reserves the right to terminate the contract and en-cash PBG in
BELTRON favor.
1
This invitation for bids is open to all Indian firms who fulfill prequalification criteria as
specified in the RFP.
2
Breach of general or specific instructions for bidding, general and special conditions of
contract with BELTRON or any of its user organizations during the past 3years may make a firm
ineligible to participate in bidding process.
3
Any specific Company can submit only one bid, and a single company submitting more
than one bid shall be disqualified and liable to be black-listed by the Department.
4
Terms and conditions of e-procurement tendering process are mandatory to all the
bidders.
The
Pre-qualification
Particulars
Bidder
company
Registration
Annual
Turnover
criteria
is
listed
below:
Criteria
Proof/Documents Required
Blacklisting
Project
Experience
Industry
Certifications
Undertaking
from
the
Company
Secretary or the Authorized Signatory
The bidder must note that the Manpower provider agency (If any) should have an Average
Annual Turnover for the last three financial year should be more than 10 Crore and the agency
must be a company registered in India for last 5 years and providing manpower at multiple
locations.
A copy of the NMS log depicting status of the equipment as on 15th September 2016 shall be
made available to the bidders. This can be downloaded from the web site <www.beltron.in> or
<www.eproc.bihar.gov.in>.The Bidder is strongly urged to visit and examine the State Control
Room and other project sites, and revalidate all the information required for preparing their
response to the bid. The cost of such visits to the sites shall be at the bidder's expense. The
BSEDC Tender Notice No: BELTRON/5292/2016
Page 92 of 228
bidder and any of its personnel or agents will be granted permission by GoB to enter its facilities
at various locations in the state for the purpose of such visits, but only upon the condition that
the bidder, its personnel, and agents, will indemnify the GoB from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of such
inspection, undertaken by the bidder. The Bidder shall at its own risk, peril; cost and liability
undertake site visits to designated facilities in the state.
This is a refloated RFP against earlier tender number BSEDC/7002/15 dated 23.12.2015. All
the earlier Pre-bid queries and clarifications have been covered in this RFP.
Page 93 of 228
13 BID PREPARATION
The Bids prepared by the bidder and all correspondence and documents relating to the bids
exchanged by the bidder and GoB, shall be written in the English language. If any supporting
document and printed literature furnished by the Bidder is in a language other than English
then the same should be accompanied by an accurate English translation in which case, for
purposes of interpretation of the bid, the English translation shall govern. However, such
translations shall be certified by the agency that has done the translations.
ii.
Certifying that the period of validity of bids is 180 days from the last date of submission
of bid, and
iii.
Asserting that the bidder is quoting for all the items mentioned in the tender.
iv.
2.
All forms mentioned in below sections along with the requisite documents asked in the
respective forms to prove that the bidder meets the eligibility criteria.
3.
Power-of-attorney granting the person signing the bid, the right to bind the bidder as the
Constituted attorney of the Directorate.
4.
Permanent Account Number (PAN) from INCOME TAX authorities of area of
operation of the bidder.
5.
The Prime / Lead Bidder, its consortium partner or the OEM should not be blacklisted
by Government of Bihar or its agencies for any reasons whatsoever and/or the bidder should not
be blacklisted by Central / any other State/UT Government or its agencies for corrupt or
fraudulent practices or for indulging in unfair trade practices or for backing out from execution
of contract after award of work. The Bidder shall submit an affidavit to this effect.
The Technical Bid document shall detail all the information sought from the bidders and
required for GoB to evaluate the bids as prescribed as part of the technical evaluation in this
volume. Hence it is mandatory that the bidders read this section in conjunction with the
technical evaluation section to provide information as necessary and adequate to evaluate the
proposals.
The commercial bid shall be submitted for all requirements of the GoB for the BSWAN 2.0 as
mentioned in Volume I of the RFP document. Incomplete bids shall be rejected. The commercial
bid shall comprise of:
1.
Bid letter
2.
Bid particulars
Page 94 of 228
COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of its bid
including cost of presentation for the purposes of clarification of the bid, if so desired by
BELTRON. BELTRON/GoB will in no case be responsible or liable for those costs, regardless of
the outcome of the Tendering process.
BID PRICES
The bidder shall indicate prices according to the Performa prescribed in the tender document.
Page 95 of 228
supplies tendered for. Attention of the bidder is invited to the terms and conditions of payment
given in this Volume.
Note: The ratio between the Capital Expenditure (CAPEX) and Operational Expenditure
(OPEX) should be 1:2 and the same should be complied with in the financial forms.
CAPEX may include the cost of Active and Passive components required for refresh of
the BSWAN infrastructure.
OPEX is the operational expenditure (manpower cost, maintenance, bandwidth cost,
etc.) to be incurred by the bidder for Operations and Maintenance of BSWAN 2.0 for 5
years post installation and FAT.
Page 96 of 228
13.10
BID SUBMISSION
Page 97 of 228
13.11
CONTACTING GOB
a. Bidder shall NOT contact BELTRON/GoB on any matter relating to this bid, from the time of
the submission of bid to the time the contract is awarded. During this period, all important
notices will be published in the e-procurement portal.
b. Any effort by a bidder to influence GoBs bid evaluation, bid comparison or contract award
decision may result in the rejection of the bid. Such an act on the part of the Bidder shall amount
to misconduct and will be liable for appropriate action, as decided by GoB.
13.12
BID CURRENCY
13.13
DISQUALIFICATIONS
During validity of the bid, or its extended period, if any, the Bidder increases his quoted
prices.
13.14
TERMINATION
The Agreement with successful bidder shall be valid till a period of 6 (Six) years from the date of
Signing of Contract.
1.
This Agreement shall be terminated by either party upon the happening of all or any of
the following events:(a)
(b)
Upon 2nd Party committing a material breach or being in default of all or any of the
major and significant terms, conditions, covenants, under-takings and stipulations of this
Agreement. In case the material breach is remediable the aggrieved Party shall give notice in
writing of such default in observance or performance of any of the terms or conditions of this
Agreement, to the Party in default. If the Party in default effectively remedies such breach or
default within the period, not being less that 60(sixty) days, designated by such notice then the
Agreement shall remain in force. Where the default by the I.A is as a result of or consequent to
BSEDC Tender Notice No: BELTRON/5292/2016
Page 98 of 228
technical non-feasibility, which requires to modify/alter the scope of work so as to replace the
technical non-feasible deliverable with a feasible deliverable, then such default shall not be
considered as a Default by the I.A under the provisions of this clause
(c)
2.
(a)
(1)
(2)
Deliver forthwith actual or constructive possession of the PoPs free and clear of all
encumbrances and execute such deeds, writings and documents as may be required by for fully
and effectively divesting the Bidder all of its rights, title and interest in the control room.
(3)
Deliver relevant records and reports pertaining to the control room and its design,
engineering, operation, and maintenance including all operations & maintenance records and
manuals pertaining thereto and complete as on the date of termination or expiration.
(b)
3.
May forfeit the performance guarantee for any material failure on part of I.A to complete
its obligations under this Agreement, for reasons shall return the performance guarantee to the
I.A within 60 days of the expiration of this Agreement. In the event of any amendments to
Agreement, the I.A shall within 15 days of receipt of such amendment furnish the amendment to
the performance guarantee as required.
13.15
LIMITATION OF LIABILITY
Neither Party, nor its subsidiaries or its affiliates will be liable to the other Party, whether in
contract, tort (including negligence), strict liability or otherwise, for loss of business, revenue,
profits, loss of goodwill or reputation; or indirect, consequential, or special loss, arising in
connection with any order, product, service, related documentation, information and/or the
intended use thereof, even if a Party, its subsidiaries or affiliates has been advised, knew or
should have known of the possibility of such damages.
Subject to the above and not withstanding anything to the contractor elsewhere contained
herein, the maximum aggregate liability of the bidder for all claims under or in relation to this
agreement shall be regardless of the form of claims shall be limited to 100% of the contract
value.
Page 99 of 228
14 BID EVALUATION
14.1 OVERALL EVALUATION
The Bid evaluation process shall be a two-stage process, Technical qualification evaluation,
Commercial evaluation respectively. The bidder shall be considered for the next stage only if his
bid is found to be responsive during the evaluation of the current stage. Any bid not found to be
responsive shall not be evaluated in the subsequent stage.
Following is the brief process of Bid evaluation:
a)
The technical score of all the bidders would be calculated as per the criteria mentioned in
below sections. All the bidders who will achieve 85 or more marks in the technical evaluation
would be eligible for the next stage, i.e. Financial Bid opening. However, in case of 3 bidders not
scoring 85 or more marks, then cut off marks may go down up to 70 marks till up to 3 bidders
are shortlisted for next level. Bidders who score below 70 marks shall not be eligible for next
stage.
b)
The Commercial bids of only those Bidder(s) who qualify after the Technical evaluation,
will finally be opened.
c)
The Net Present Value (NPV) will be calculated at a discount rate of 8.25% (RBI
benchmark rate + 1%) for the quoted price.
d)
The bidder whose total commercial offer (after calculation of NPV) for compulsory items
is determined to be the lowest after evaluation will be awarded the contract.
e)
BELTRON shall be open to purchase optional items from any of the eligible bidder who
has quoted the lowest rate.
f)
It shall not be obligatory on the part of BELTRON to buy the optional items from the
eligible bidders. BELTRON can follow a separate purchase procedure to procure the optional
items.
g)
BELTRON reserve the right to reject any or all the bids without assigning any reason,
whatsoever.
Criteria
Ma
xi
m
u
Organization Capabilities of Bidderm
1
Number of years of operation 10
in
India
LAN/WLAN/WAN
Networking
in
Method of allotting
marks
Required eligible
document
Enclose
copy
of
documents
of
incorporation and oldest
work order / agreement
to execute work and work
completion report
A certificate by Chartered
Accountant along with
Profit & Loss statements
submitted with Income
Tax returns indicating
sector-specific turnover is
required.
Project Experience
4a
4b
Deployment
Team
of
Qualified 10
(Work
order
copy
/Purchase Order or letter
signed from the customer
to be submitted)
1)
Work
orders
confirming
year
Certificate from Client
Certifications 25 %
Total : 100 %
Bidders scoring at least 70 points (or above) and minimum cut off marks (as given above) in the
technical evaluation shall be considered for further commercial evaluation.
The bid price will include all taxes and levies and mentioned separately.
IV.
V. Errors & Rectification: Arithmetical errors will be rectified on the following basis: If
there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and the total price shall
be corrected.
VI.
If there is no price quoted for certain material or service, the bid shall be declared
as disqualified.
Commercial bids of those Bidders who are technically qualified in the technical evaluation will
only be opened. All other commercial bids will not be opened. The financial evaluation shall be
done based on the details submitted by the bidder as per the format provided. The bidders shall
be sorted in the ascending order as L1, L2, L3 etc.
will be rejected (and EMD forfeited) and the Bidder will be liable for other appropriate action as
decided by GoB.
c) No column or row shall be left blank and no clubbed rates shall be quoted. Each value item
should be filled.
15 AWARD OF CONTRACT
After evaluation of all accepted proposals by the evaluation committee, L1 shall be the lead
member of the consortium (in case of consortium) taking over of the existing network, upgradation of the WAN network, establishing LAN and their operation and maintenance.
Prior to the expiry of the period of bid validity, GoB will notify the successful bidder in writing
by registered letter or mail or by a Letter of Intent through e-procurement portal, that his bid
has been accepted. The receipt of acceptance should be sent by the bidder in writing through
registered post or through e-procurement portal within 7 days.
The notification of award will be followed by signing of MSA within specified time along with
submission of PBG. Upon furnishing of the PBG by the successful bidder(s) and signing of the
MSA, GoB/BELTRON will promptly notify each unsuccessful bidder and will discharge the bid
security.
As soon as GoB notifies the Successful Bidder, the GoB will send the bidder the MSA form,
incorporating all changes/clarifications issued by the GoB at the time of pre-bid. On receipt of
the contract form, the successful bidder shall sign with date, the contract form, and return it to
GoB within 7 days.
The incidental expenses of execution of agreement/contract shall be borne by the successful
bidder.
The successful bidder is required to furnish an unconditional and irrevocable Bank Guarantee
for an amount equivalent to 10% of total Project Cost as quoted in the commercial bid within 14
days of issue of purchase order valid for a period of 36 months and shall be renewed for a period
of another 30 months one month before the expiry of the Performance Security Failure of the
successful Bidder to comply with the requirement shall constitute sufficient grounds for the
annulment of the award and forfeiture of the EMD. In case the Bidder fails to extend the
performance security after the completion of the 35thmonth, the Performance Security shall be
forfeited.
The Beltron may forfeit this Performance Guarantee for breach of the terms of agreement by the
bidder. Under such an eventuality, the mechanism described under the Exit management
section of Technical Document Volume I shall be enforced. One month notice will be given to
bidder specifying the reason for forfeiture of Bank Guarantee for any breach of the terms of the
agreement by Beltron.
The period of agreement shall be up to the date of completion of five years of service of
BSWAN2.0 which will be operational after 16 weeks of Transition period. The agreement period
will be total of 64 Months.
The existing TPA of BSWAN shall monitor the taking over of equipment from the existing
BSWAN system operator. BELTRON shall appoint new third party monitoring agency at the
earliest. This Third Party Agency shall monitor the BSWAN2.0 for all the activities enlisted in
the scope of work of network operator and bandwidth service provider as per the scope given in
Volume I. The Bidder shall cooperate with such a Third Party Agency. The Third Party Agency
BSEDC Tender Notice No: BELTRON/5292/2016
appointed will monitor the Service level Agreement and subsequent generation of quarterly
report on SLA compliance. The Third Party Agency will be responsible for verification,
validation of all invoices under the terms & conditions of the Agreement and will recommend on
the eligible payment. Third party agency will be responsible for performance audit on a
quarterly basis and will recommend release of upfront payments and quarterly payments after
deduction of applicable SLA penalties.
Any publicity by the bidder in which the name of GoB is to be used, should be done only with the
explicit written permission from GoB.
16 MISCELLANEOUS
Corrupt, fraudulent and unethical practices - Corrupt practice means the offering, giving,
receiving or soliciting of anything of value to influence the action of a public official in the
process of contract execution and Fraudulent practice means a misrepresentation of facts in
order to influence a procurement process or the execution of a contract to detriment of the
purchaser, and includes collusive practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser
of the benefits of free and open competition. Unethical practice means any activity on the part
of bidder, which try to circumvent tender process in any way. Unsolicited offering of discounts,
reduction in financial bid amount, upward revision of quality of goods etc. after opening of first
bid will be treated as unethical practice. Beltron will reject a proposal for award and also may
debar the bidder for future tenders in GoB, if it determines that the bidder has engaged in
corrupt, fraudulent or unethical practices in competing for, or in executing a contract.
Resolution of disputes - State and the selected bidder shall make every effort to resolve amicably
by direct informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract. If, after fifteen (15) days from the commencement of such
informal negotiations, State and the selected Bidder have been unable to amicably resolve
dispute, either party may require that the dispute be referred for resolution to the formal
mechanisms, which may include, but are not restricted to, conciliation mediated by the
Development Commissioner, GoB. All negotiations, statements and/or documentation pursuant
to these disputed matter shall be without prejudice and confidential (unless mutually agreed
otherwise). The time and resources costs of complying with its obligations under this
Governance Schedule shall be borne by respective parties. All Arbitration proceedings shall be
held at Patna, Bihar State, and the language of the arbitration proceedings and that of all
documents and communications between the parties shall be in English.
16.2 NOTICES
Any queries or other document, which may be given by either Party under this Agreement or
RFP or under the SLA, shall be given in writing in person or by pre-paid recorded delivery post
or by facsimile transmission or through email to the notified address.
In relation to a notice given under this Agreement, any such notice or other document shall be
addressed to the other Party's principal or registered office address as set out below:
Any notice or other document shall be deemed to have been given to the other Party (or, if
relevant, its relevant associated company) when delivered (if delivered in person) if delivered
between the hours of 10.00 am and 5.00 pm on a working day at the address of the other Party
set forth above or if sent by fax, provided the copy of the fax is accompanied by a confirmation of
transmission, or on the next working day thereafter if delivered outside such hours, and 7 days
from the date of posting (if by letter).
Notice can also be given through email address furnished by the bidder. The time of the sent
message in outbox of the sender will be considered to be time of delivery of the message.
Either Party to this Agreement or to the SLA may change its address, telephone number,
facsimile number and nominated email for notification purposes by giving the other reasonable
prior written notice of the new information and its effective date.
All project related document (including this bid document) issued by BELTRON/GoB, other
than the contract itself, shall remain the property of the GoB and shall be returned (in all copies)
to the GoB on completion of the Vendors performance under the contract if so required by the
GoB.
16.5 INSURANCE
The successful bidder has to ensure meeting performance bench marks and will, if it deems
necessary, take insurance coverage(s) for the period of contract:
16.6 INDEMNITY
The successful bidder shall indemnify and defend BELTRON / GoB and its representatives and
employees, and hold BELTRON / GoB, its representatives, employees harmless from:
i)
Damages and losses caused by its negligent or intentional act or omission or any
damages and losses caused by the negligent act of any third party or sub-contractor or agency
engaged by the successful bidder;
ii)
Damages and losses resulting from the non-compliance with the established obligations;
Third party claim against the BSEDC or its nominated agency that any Deliverables/
Services/Equipment provided by the System Integrator infringes a copyright, trade secret,
patents or other intellectual property rights of any third party in which case the System
Integrator will defend such claim at its expense and will pay any costs or damages that may be
finally awarded against BSEDC or its nominated agency. The System Integrator will not
indemnify BSEDC, however, if the claim of infringement is caused by (a) BSEDCs misuse or
modification of the Deliverables; or (b) BSEDCs failure to use corrections or enhancements
made available by the System Integrator; or (c) BSEDCs use of the Deliverables in combination
with any product or information not owned or developed or supplied by the System Integrator.
If any Deliverable is or likely to be held to be infringing, the System Integrator shall at its
expense and option either (i) procure the right for BSEDC to continue using it, or (ii) replace it
with a non-infringing equivalent, or (iii) modify it to make it non-infringing.
iv)
Any environmental damages caused by it and/or its representatives or employees or
employees of any third party or sub-contractor or agency engaged by the successful bidder;
v)
Breach (either directly by it or through its representatives and/or employees) of any
representation and warranty declared herein by it;
vi)
From any and all claims, actions, suits, proceedings, taxes, duties, levies, costs, expenses,
damages and liabilities, including attorneys fees, arising out of, connected with, or resulting
from or arising in connections with the services provided due to neglect, omission or intentional
act.
17 PAYMENT SCHEDULE
The payment schedule is as follows:
#
1.
2.
3.
4.
Milestone
On delivery of material:
40% of Capex bill value on Inspection of material at central
warehouse of MSP at Patna, verifications by TPA and dispatch
of the material to locations.
Supporting
The Bidder shall quote for all costs as asked for in the financial templates.
The Bidders request for Opex payment shall be made at the end of each quarter by invoices
along with following supporting documents:
1. Performance statistics
2. Log of network parameters along with Service Down time calculation and Uptime
percentage.
3. Any other document as asked for by BELTRON necessary in support of the service
performance acceptable to BELTRON.
4. Detailed calculation sheets for the claims based on the SLA defined in the RFP
Document.
The Third Party Agency appointed by BELTRON shall verify all Invoices and supporting
documents as prescribed and acceptable. After verification by the Third Party Agency and after
deducting Income Tax, other taxes and any Penalties, Beltron shall pay the amount within a
period of 30 days. The Bidder shall furnish all tax payment receipts to Beltron in next quarterly
Invoice documentation submission.
Un-priced B.O.Q is to be submitted in company letterhead mentioning the name, make and
model, number of all the items in the technical bid.
The successful bidder will not be eligible for any other benefits (such as interest on capital, rate
of returns, amortization on capital, salaries of the employees etc.) except the payments specified
above.
BSEDC Tender Notice No: BELTRON/5292/2016
If any dependencies are there on BELTRON side, the bidder is entitled for extension of time
lines and exemption of SLA penalties for that dependency only. The bidder should factor in their
financial bid such dependencies.
In case of delay in payment from BELTRON end within the specified timelines, BELTRON will
pay an interest of delayed payment. The interest rate shall be the NPV discount rate as simple
interest.
The bidder is not entitled for any extra claims on account of dependencies on GoB/BELTRON.
BELTRON prefers to route Quarterly payments of Secondary Bandwidth Service Provider
through the successful bidders. However this procedure shall be subject to TRAI guidelines and
necessary agreements will be entered between BELTRON, Successful bidder and Secondary
Bandwidth Service Provider.
The Bidder can request for payments to be made directly to a network service
provider/Consortium Partner. Such payments shall be made on the advice of the Bidder. The
Bidder shall be fully liable for any act of omission or commission on part of the third party to
whom the payment shall be made. Any failure or failure of service delivery by the third party
shall lead to recovery of all payments made to the third party from the Bidder. BELTRON shall
not take any responsibility on account of any default by the third party nominated for payments.
No payments shall be made by BELTRON in foreign exchange or to a foreign entity.
No payments shall be made in Foreign Exchange by BELTRON. No payment shall be made to an
entity not located and registered in India.
The bidder must note that the cost of Secondary Link must not exceed 20.0% of the total bid
value as submitted in the commercials.
NICSI/DGS&D and raise invoice for upfront payment of the same. The Successful bidder shall
maintain such equipment installed in the PoP and Yearly AMC charges will be paid by Beltron to
OEM/Supplier. In any case the liability of Beltron/GoB will not be beyond the rates quoted in
the financial templates. Any negligence on the part of network operator in coordination shall be
treated as breach of tender conditions.
BELTRON shall be open to purchase optional items from any of the eligible bidder who has
quoted the lowest rate. The System Integrator has an option to match the price of the lowest
quote.
For any new districts or Blocks (PoPs) or remotes that might come up in the 5 years of the
contract period, the quoted price for such expansion in the original bid shall be applicable. For
the non-quoted items and rate will be mutually agreed as per market prices.
Note: The ratio between the Capital Expenditure (CAPEX) and Operational Expenditure
(OPEX) should be 1:2 and the same should be complied with in the financial forms.
CAPEX may include the cost of Active and Passive components required for refresh of
the BSWAN infrastructure.
OPEX is the operational expenditure (manpower cost, maintenance, bandwidth cost,
etc.) to be incurred by the bidder for Operations and Maintenance of BSWAN 2.0 for 5
years post installation and FAT.
18 FORMS TEMPLATES
Proposal Covering Letter:
[Date]
To,
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023
Dear Sir,
Ref: Request for Proposal (RFP): System Integrator O&M for Bihar State Wide Area Network
2.0
Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to provide best of quality goods and professional services as required and
outlined in the RFP for the Bihar State Wide Area Network 2.0. To meet such requirements and
provide such services as required are set out in the RFP.
We attach hereto the technical response as required by the RFP, which constitutes our proposal.
We undertake that, if our proposal is accepted, to adhere to the timelines and service levels
given in the RFP for various activities.
If our proposal is accepted, we will obtain a performance bank guarantee in the format given in
the RFP document issued by a Scheduled Commercial Bank in India, acceptable to BELTRON,
for a sum equivalent to 10% of the total price as quoted in our financial proposal for the due
performance of the contract.
We agree for unconditional acceptance of all the terms and conditions set out in the RFP
document and also agree to abide by this tender response for a period of 180 days from the date
fixed for bid opening and it shall remain binding upon us with full force and virtue, until within
this period a formal contract is prepared and executed, this tender response, together with your
written acceptance thereof in your notification of award, shall constitute a binding contract
between us and BELTRON.
We confirm that the information contained in this proposal or any part thereof, including its
exhibits, schedules, and other documents and instruments delivered or to be delivered to
BELTRON is true, accurate, and complete. This proposal includes all information necessary to
ensure that the statements therein do not in whole or in part mislead BELTRON as to any
material fact.
BSEDC Tender Notice No: BELTRON/5292/2016
We agree that you are not bound to accept the lowest or any tender response you may receive.
We also agree that you reserve the right in absolute sense to reject all or any of the products/
service specified in the tender response.
It is hereby confirmed that I/ We are entitled to act on behalf of our corporation/ company/
firm/ organization and empowered to sign this document as well as such other documents,
which may be required in this connection.
Dated this ____________ Day of 2016
(Signature)
Having the Power of Attorney & duly authorized to sign the Tender Response for and on behalf
of:
Seal/Stamp of bidder
Witness Signature:
Witness Name:
Witness Address:
CERTIFICATE AS TO AUTHORISED SIGNATORIES
I, certify that I am
of
the
,
and
that
who signed the above Bid is authorized to bind the
corporation by authority of its governing body.
General Information
General Information of the Bidder
Requirements
Technical Bid
in Details
Remarks
of
the
Office in
Date of Commencement
of Business
Address of the office in
Bihar (if any)
Details of the Contact Name:
Person
E-mail id:
Phone number
Fax number
Web-Site
ISO certification issued
date and expiry date
Place:
Date:
Name of the the Bidder:
Sir,
Subject: Selection of System Integrator O&M for BSWAN 2.0
Reference: Tender No: <TENDER REFERENCE NUMBER> Dated <DD/MM/YYYY>
Sir,
I have carefully gone through the Terms & Conditions contained in the RFP document [No.
..] regarding Selection of System Integrator for Operation and
Maintenance for BSWAN2.0.
I declare that all the provisions of this RFP/Tender Document are acceptable to my company. I
further certify that I am an authorized signatory of my company and am, therefore, competent
to make this declaration.
Yours faithfully,
Undertaking on litigation(s) :
This is to certify that << COMPANY NAME >> is not involved in any major litigation that may
have an impact of affecting or compromising the delivery of services as required under this RFP.
Location Address
Phone/Fax Sales
Tax
Reg.
No.
Operational
since
1
2
N
Date:
This is to certify that we M/s--------------------- are the statutory Auditors of M/s----------- and that the
below mentioned calculations are true as per the Audited Financial Statements of M/s-------------- for the
below mentioned years.
S.No.
1
2
Annual
Sales 2013-2014
Turnover Calculation
Total Sales as per the
P/L A/c (A)
Less: Custom and/or
Excise Duty if included
in Total Sales as per P/L
A/c (B)
Less: Sales Tax if
included in Total Sales
as per P/L A/c (C)
Less: Any other statutory
taxes if included in Total
Sales as per P/L A/c (D)
Less: Any other income
from sources other than
the normal business
source if included in
Total Sales as per P/L
A/c (E)
Annual Turnover (F)
=(A)-(B)-(C)-(D)-(E)
2014-2015
2015-2016
The bidder is required to enclose the audit financial statements for these three years.
Date:
This is to certify that we M/s--------------------- are the statutory Auditors of M/s----------- and that the
below mentioned calculations are true as per the Audited Financial Statements of M/s-------------- for the
below mentioned years.
S.No.
1
2
3
4
Items
Paid up Share Capital as
per B/S (A)
Add: Free Reserves as per
B/S (B)
Less: Deferred Payment if
any as per B/S (C )
Amount of probable impact
on reserves due to audit
qualification (D)
Net Worth (F) =(A)+(B)(C)-(D)
2013-2014
2014-2015
2015-2016
Place:
Date:
Note: Please attach audited Balance Sheets and IT return statements to confirming the
figures mentioned in columns (2).
Citations Format
Sl.
Item
No.
General Information
1
2
Details
Customer
Name/
Government Department
Details of Contact Person
Name:
Designation:
Email:
Phone:
Fax:
Mailing Address:
Project Details
3
4
5
6
7
8
Sl. No.
Activity
Effort
I, the undersigned, certify that to the best of my knowledge and belief, this citation correctly
describes the project related details mentioned above and the entire software development
BSEDC Tender Notice No: BELTRON/5292/2016
exercise was done using our own staff deployed under our payroll. That the project proposed
meets all requirements detailed in the relevant sections of the Qualification Criteria. I
understand that any willful misstatement described herein may lead to my disqualification or
dismissal, if engaged.
Signature of Authorized Signatory:
Date:
Note: Bidders are required to submit the citations in the above format in all the areas as
mentioned in Evaluation criteria
Compliance Sheet:
Sl.
No
1
PRE-QUALIFICATION
CRITERIA
REQUIRED DETAILS
COMPLIANCE
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Page 128 of 228
Yes/No
Yes/No
Yes/No
10
11
12
13
14
15
16
17
18
19
20
21
22
PO/Work
Order/Agreement/Contact/Payment
receipt /Completion Certificate from
Client etc.
Yes/No
Copy of certificates
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Technical Bid:
Format for Statement of Deviation(s) from Prescribed Requirements
Date: dd/mm/yyyy
To,
Managing Diirector,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023
Reference:--------------------Sir,
There are no deviations (nil deviations) from the terms & conditions and requirement
specifications of tendered items and Schedule of requirement of the tender. All the terms and
Conditions of the tender are acceptable to us.
Connectivity Diagram
Network Architecture Diagram of the Bandwidth Service Providers network in Bihar
Plan to connect all locations mentioned in RFP
Category
Project
Manager
Operations
Lead ( 2
Numbers)
Specialist (
Network)
Specialist (
Security)
Specialist (
Systems)
Network
Expert l2
Manager (
2
Numbers)
Help
Desk
Engineer
(
5
Numbers)
3
4
5
6
Qualification
Similar
Projects Years
of Role in the BSWAN
handled in past
Experience
2.0 Project
Name
Role
of
of
the
project individual
Performance Guarantee
PERFORMANCE GUARANTEE
Ref:
Bank Guarantee No:
Date:
To
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023
1. Against contract vide Advance Acceptance of the Tender No. ________ Dated ______
covering RFP for Selection of System integrator for Operations and Maintenance of BSWAN
2.0 (hereinafter called the said 'contract') entered into between BELTRON, Government of
Bihar, (hereinafter called the Purchaser) and M/s._________________ , a Company
incorporated under the Companies Act, 1956 and having its
Registered Office
at
..................................................(hereinafter called the Bidder) this is to certify that at the request
of the Bidder we (name of the Bank / Branch .........................................................) a body
corporate constituted under the Banking
Companies [Acquisition
and Transfer of
Undertakings]
Act,
1970
and
having
its,
Registered
Office
at.....................................................................................
and
a
branch
office
at
................................................................................................ are holding in trust in favour of the
Purchaser, an amount of Rs.......................(Rupees
............................................................................................................. ...................only)
to indemnify and keep indemnified the Purchaser against any loss or damage that may be
caused to or suffered by the Purchaser by reason of any breach by the Bidder of any of the terms
and conditions of the said contract and/or in the performance thereof. We agree that the
decision of the Purchaser, whether by any breach of any of the terms and conditions of the said
contract and/or in the performance thereof has been committed by the Bidder and the amount
of loss or damage that has been caused or suffered by the Purchaser shall be final and binding
on us and the amount of the said loss or damage shall be paid by us forthwith on demand and
without demur to the Purchaser.
3. It is fully understood that this guarantee is effective from the date of the said contract and that
we........................ (Name of the Bank /Branch) undertake not to revoke this guarantee during its
currency without the consent in writing of the Purchaser.
4. We undertake to pay to the Purchaser any money so demanded notwithstanding any dispute
or disputes raised by the Bidder in any suit or proceeding pending before any court or Tribunal
relating thereto our liability under this present bond being absolute and unequivocal.
5. The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Bidder shall have no claim against us for making such payment.
6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall have the
fullest liberty, without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said contract or to extend time of performance by the Bidder from
time to time or to postpone for any time or from time to time any of the powers exercisable by
the Purchaser against the said Bidder and to forebear or enforce any of the terms and conditions
relating to the said contract and we, .....................................(Name of the Bank / Branch) shall
not be released from our liability under this guarantee by reason of any such variation or
extension being granted to the said Bidder or for any forbearance by the Purchaser to the said
Bidder or for any forbearance and or omission on the part of the Purchaser or any other matter
or thing whatsoever, which under the law relating to sureties, would, but for this provision have
the effect of so releasing us from our liability under this guarantee.
7. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Bidder.
Notwithstanding anything contained herein:
i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees in
words only).
ii). The Bank Guarantee shall be valid up to ...........................; and;
iii) We........................................... (Name of the Bank / Branch) are liable to pay the guaranteed
amount or any part thereof under this Bank Guarantee only and only if you serve upon us a
written claim or demand on or before ##......................................
BSEDC Tender Notice No: BELTRON/5292/2016
Signature
Full name/designation/ Address of the official
and date
WITNESS NO. 1
Signature
Full name/designation/ Address
WITNESS NO. 2
Signature
Full name/designation/ Address
Form T5 OEM Market Share / Reputation
S.No.
OEM
1.
2.
3.
4.
Document Attached
Latest Forrester, IDC and Gartner report for all the segments mentioned above.
1
2
3
4
5
.
.
** Please attach detailed specifications and provide reference number in this column.
(ii)
(iii)
How the Bidder plans to mitigate any risks with regard to project
management?
Activity
Sl
.
N
o
Category
Numbe
r of
resourc
es
Name
of the
resour
ce
Qual
ifi
catio
n
Certif
ic
ation
Similar
Projects
handled in past
Nam
e of
proje
ct
1
2
3
4
5
Project Manager
/Specialists/Opera
tional
Managers/Networ
k Engineers ( L2)
Help
Desk
Engineer
District
PoP
Engineer
Block
PoP
Engineer
Years of
Experie
nce
Role
in the
BSWA
N
Projec
t
Role of
the
individ
ual
1
N
During deployment of resources, the successful bidder shall adhere to the qualification and
certification stated in the above table.
OEM Warranty
OEM Warranty
The Bidder would need to attach warranty certificates of the new equipment that it
proposes to supply to operationalize BSWAN 2.0
1) Routers
2) Switches
3) Firewall
4) Antivirus
5) Video Conferencing
6) Proxy Server
7) Modem
8) Unified Threat Management Box
9) Desktop and Servers
10) IP PBX and Centralized Management
(ii)
(iii)
(iv)
(v)
Date: dd/mm/yyyy
To,
Managing Director,
Bihar State Electronics Development Corporation (BELTRON)
BELTRON Bhawan
Shastri Nagar
Patna 800023
Yours faithfully,
Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
BSEDC Tender Notice No: BELTRON/5292/2016
Sir,
We _______________________, (name and address of the manufacturer) who are
established and reputed manufacturers of __________________ having factories at
__________________ (addresses of manufacturing locations) do hereby assure that we
would support our equipment and freely upgrade them for a period of five years of Operations
and Maintenance, from the date of supply of the equipment, by M/s
_______________________ (name and address of the bidder) who has proposed to use for
BSWAN 2.0 project or his successor. We would also adhere to the timelines for maintenance as
indicated in the OEM Criteria in this RFP by closely working with the bidder or his successor
for a period of five years from the date of supply of the equipment. We abide by the commercials
quoted by the bidder towards AMC charges for five years from the date of supply of
equipment(s).
Yours faithfully,
Date
Directorate Seal
Note: This letter of authority should be on the letterhead of the concerned manufacturer and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
Warranty
(On the bidders Letterhead)
We warrant that the equipment(s) supplied under the contract would be newly manufactured,
free from all encumbrances, defects and faults in material or workmanship or manufacture,
shall be of the highest grade and quality, shall be consistent with the established and generally
accepted standards for materials of the type ordered, shall be in full conformity with the
specifications, drawings of samples, if any, and shall operate as designed. We shall be fully
responsible for its efficient and effective operation. We also warrant that the services provided
under the contract shall be as per the Service Level Agreement (SLA) with GoB. This warranty
shall survive inspection of and payment for, and acceptance of the Equipment and Services and
shall expire only after 5 years after their successful installation and acceptance by GoB.
We warrant that all services to be provided under the contract shall be as per our Service Level
Agreement (SLA) with GoB. This warranty on services provided shall remain valid for the entire
duration of the services contract from the date of acceptance by GoB.
The obligations under the warranty expressed above shall include all costs relating to labour,
spares, maintenance (preventive as well as unscheduled), and transport charges from site to
manufacturers works / service facilities and back for repair or modification or replacement at
site of the equipment or any part of the equipment, which under normal care and proper use
and maintenance proves defective in design, material or workmanship or fails to operate
effectively and efficiently or conform to the specifications and for which notice is promptly given
by GoB to us (bidder). We shall provide on-site support for all the equipment and services
supplied hereunder during the period of this warranty (5 years after acceptance for equipment
and entire service period for services).
_________________
Authorized Signatory
Name
Designation:
Commercial Bid
Network Equipment and other forms
Refer to the excel sheet provided as annexure L
DHQ Name
BHQ Name
Type of PoP
(DHQ/BHQ)
Araria
Araria
DHQ
Araria
Bhargava
BHQ
Araria
Forbesganj
BHQ
Araria
Jokihart
BHQ
Araria
Kurshakta
BHQ
Araria
Narpatganj
BHQ
Araria
Palasi
BHQ
Araria
Raniganj
BHQ
Arwal
Arwal
DHQ
10
Arwal
ArwalBlock
BHQ
11
Arwal
Kaler
BHQ
12
Arwal
Karpi
BHQ
13
Arwal
Kurtha
BHQ
14
Aurangabad
Aurangabad
DHQ
15
Aurangabad
AurangabadBlock
BHQ
16
Aurangabad
Barun
BHQ
17
Aurangabad
Daudnagar
BHQ
18
Aurangabad
DaudnagarBlock
BHQ
19
Aurangabad
Deo
BHQ
20
Aurangabad
Goh
BHQ
21
Aurangabad
Haspura
BHQ
22
Aurangabad
Kutumba
BHQ
23
Aurangabad
MadanPur
BHQ
24
Aurangabad
Navinagar
BHQ
25
Aurangabad
Obra
BHQ
26
Aurangabad
Rafiganj
BHQ
27
Banka
Banka
DHQ
28
Banka
Amarpur
BHQ
29
Banka
BankaBlock
BHQ
30
Banka
Belhar
BHQ
31
Banka
Bousi
BHQ
32
Banka
Brahat
BHQ
33
Banka
Chandan
BHQ
34
Banka
Katoria
BHQ
35
Banka
Rajoun
BHQ
36
Begusarai
Begusarai
DHQ
Begusarai
Bachwara
BHQ
38
Begusarai
BakhriSDO
BHQ
39
Begusarai
BaliaBlock
BHQ
40
Begusarai
Ballia
BHQ
41
Begusarai
Barauni
BHQ
42
Begusarai
Begusaraiblock
BHQ
43
Begusarai
Bhagawanpur
BHQ
44
Begusarai
Birpur
BHQ
45
Begusarai
Chaurahi
BHQ
46
Begusarai
Cheriyabariyapur
BHQ
47
Begusarai
Dhandari
BHQ
48
Begusarai
Garhpura
BHQ
49
Begusarai
Kodawanpur
BHQ
50
Begusarai
Manjhaul
BHQ
51
Begusarai
Mansoorchak
BHQ
52
Begusarai
Matihani
BHQ
53
Begusarai
Navkothi
BHQ
54
Begusarai
Sahebpurkamal
BHQ
55
Begusarai
Teghra
BHQ
56
Begusarai
Teghrablock
BHQ
57
Bhagalpur
Bhagalpur
DHQ
58
Bhagalpur
Bihpur
BHQ
59
Bhagalpur
Guradhi
BHQ
60
Bhagalpur
Jagdishpur
BHQ
61
Bhagalpur
Kahalgaun
BHQ
62
Bhagalpur
Kharik
BHQ
63
Bhagalpur
Nathnagar
BHQ
64
Bhagalpur
Navgachiya
BHQ
65
Bhagalpur
Sabour
BHQ
66
Bhagalpur
Sahkund
BHQ
67
Bhagalpur
Sanhoula
BHQ
68
Bhagalpur
Sultanganj
BHQ
69
Bhojpur
Bhojpur
DHQ
70
Bhojpur
Agiaon
BHQ
71
Bhojpur
Arasadar
BHQ
72
Bhojpur
Bihiyan
BHQ
73
Bhojpur
Garhani
BHQ
74
Bhojpur
Jagadishpur
BHQ
75
Bhojpur
Koilwar
BHQ
76
Bhojpur
Piro
BHQ
77
Bhojpur
Sahar
BHQ
Bhojpur
Shahpur
BHQ
79
Bhojpur
Udwantnagar
BHQ
80
Buxar
Buxar
DHQ
81
Buxar
Barhampur
BHQ
82
Buxar
Buxarsadar
BHQ
83
Buxar
Chakki
BHQ
84
Buxar
Chausa
BHQ
85
Buxar
Chungai
BHQ
86
Buxar
Dumroan
BHQ
87
Buxar
Itardhi
BHQ
88
Buxar
Kesat
BHQ
89
Buxar
Navanagar
BHQ
90
Buxar
Rajpurblock
BHQ
91
Buxar
Simri
BHQ
92
Darbhanga
Darbhanga
DHQ
93
Darbhanga
Alinagar
BHQ
94
Darbhanga
Bahadurpur
BHQ
95
Darbhanga
Baheri
BHQ
96
Darbhanga
Benipur
BHQ
97
Darbhanga
BenipurBlock
BHQ
98
Darbhanga
Biraul
BHQ
99
Darbhanga
DarvangaBlock
BHQ
100
Darbhanga
Gaurabauram
BHQ
101
Darbhanga
HanumanNagar
BHQ
102
Darbhanga
Hayaghat
BHQ
103
Darbhanga
Jale
BHQ
104
Darbhanga
Keoti
BHQ
105
Darbhanga
Kusheswarsthaneast
BHQ
106
Darbhanga
KusheswarSthanWest
BHQ
107
Darbhanga
Manigachi
BHQ
108
Darbhanga
Tardih
BHQ
109
Gaya
Gaya
DHQ
110
Gaya
Amas
BHQ
111
Gaya
BankeBazar
BHQ
112
Gaya
Barachatti
BHQ
113
Gaya
Belagunj
BHQ
114
Gaya
Bodhgaya
BHQ
115
Gaya
Dumaria
BHQ
116
Gaya
Fatehpur
BHQ
117
Gaya
GayaBlock
BHQ
118
Gaya
Guraru
BHQ
Gaya
Gurua
BHQ
120
Gaya
Imamganj
BHQ
121
Gaya
Khigersarai
BHQ
122
Gaya
Konch
BHQ
123
Gaya
Manpur
BHQ
124
Gaya
Mohanpur
BHQ
125
Gaya
Mohra
BHQ
126
Gaya
Paraiya
BHQ
127
Gaya
Sherghati
BHQ
128
Gaya
SherghatiBlock
BHQ
129
Gaya
Tankuppa
BHQ
130
Gaya
Tekari
BHQ
131
Gaya
Wazirganj
BHQ
132
Gopalganj
Gopalganj
DHQ
133
Gopalganj
Baikunthapur
BHQ
134
Gopalganj
Barauli
BHQ
135
Gopalganj
Bhore
BHQ
136
Gopalganj
Fulwaria
BHQ
137
Gopalganj
GopalganjBlock
BHQ
138
Gopalganj
Hathwa
BHQ
139
Gopalganj
HathwaBlock
BHQ
140
Gopalganj
Kateya
BHQ
141
Gopalganj
Kuchaikot
BHQ
142
Gopalganj
Manja
BHQ
143
Gopalganj
Pachdewari
BHQ
144
Gopalganj
Sidhawlie
BHQ
145
Gopalganj
Thabay
BHQ
146
Gopalganj
Uchkagawn
BHQ
147
Gopalganj
Vijeepur
BHQ
148
Jamui
Jamui
DHQ
149
Jamui
Barhat
BHQ
150
Jamui
Chakai
BHQ
151
Jamui
Gidhaur
BHQ
152
Jamui
Islamnagaraliganj
BHQ
153
Jamui
JamuiBDO
BHQ
154
Jamui
JamuiSDO
BHQ
155
Jamui
Jhajha
BHQ
156
Jamui
Khaira
BHQ
157
Jamui
Lakshmipur
BHQ
158
Jamui
Sikandra
BHQ
159
Jamui
Sono
BHQ
Jehanabad
Jehanabad
DHQ
161
Jehanabad
Ghoshi
BHQ
162
Jehanabad
JahanabadBlock
BHQ
163
Jehanabad
Kako
BHQ
164
Jehanabad
Makdumpur
BHQ
165
Jehanabad
Ratnifaridpur
BHQ
166
Kaimur
Kaimur
DHQ
167
Kaimur
Adhaura
BHQ
168
Kaimur
Bhabua
BHQ
169
Kaimur
Bhagabanpur
BHQ
170
Kaimur
Chainpur
BHQ
171
Kaimur
Chand
BHQ
172
Kaimur
Durgawati
BHQ
173
Kaimur
Kurda
BHQ
174
Kaimur
Mohania
BHQ
175
Kaimur
Nuawon
BHQ
176
Kaimur
Ramgarh
BHQ
177
Kaimur
Rampur
BHQ
178
Katihar
Katihar
DHQ
179
Katihar
Azmnagar
BHQ
180
Katihar
Barari
BHQ
181
Katihar
Barsoui
BHQ
182
Katihar
Danakhore
BHQ
183
Katihar
Falka
BHQ
184
Katihar
Hasanganj
BHQ
185
Katihar
Kadwa
BHQ
186
Katihar
KatiharBlock
BHQ
187
Katihar
Kodha
BHQ
188
Katihar
Manihari
BHQ
189
Katihar
Mansahi
BHQ
190
Katihar
Pranpur
BHQ
191
Khagaria
Khagaria
DHQ
192
Khagaria
Alauli
BHQ
193
Khagaria
Beldaur
BHQ
194
Khagaria
Chautham
BHQ
195
Khagaria
Gogari
BHQ
196
Khagaria
KhagariaBlock
BHQ
197
Khagaria
Mansi
BHQ
198
Khagaria
Parbatta
BHQ
199
Kishanganj
Kishanganj
DHQ
200
Kishanganj
Dighalbank
BHQ
Kishanganj
KishanganjBlock
BHQ
202
Kishanganj
KochaDhaman
BHQ
203
Kishanganj
Pothia
BHQ
204
Kishanganj
Thakurganj
BHQ
205
Lakhisarai
Lakhisarai
DHQ
206
Lakhisarai
Barahia
BHQ
207
Lakhisarai
Chananbanu
BHQ
208
Lakhisarai
Halsi
BHQ
209
Lakhisarai
Pipariya
BHQ
210
Lakhisarai
Ramgarhchowle
BHQ
211
lakhisarai
suryagarha
BHQ
212
Madhepura
Madhepura
DHQ
213
Madhepura
Alamgarh
BHQ
214
Madhepura
Bihariganj
BHQ
215
Madhepura
ChausaBlock
BHQ
216
Madhepura
Ghailer
BHQ
217
Madhepura
Gwalpara
BHQ
218
Madhepura
MadhepuraBlock
BHQ
219
Madhepura
Puraini
BHQ
220
Madhepura
Singheswar
BHQ
221
Madhubani
Madhubani
DHQ
222
Madhubani
Andhra-Thardhi
BHQ
223
Madhubani
Babubarhi
BHQ
224
Madhubani
Bassopatti
BHQ
225
Madhubani
Benipatti
BHQ
226
Madhubani
BenipattiBlock
BHQ
227
Madhubani
Ghoghardiha
BHQ
228
Madhubani
Harlakhi
BHQ
229
Madhubani
Jaynagar
BHQ
230
Madhubani
JaynagarBlock
BHQ
231
Madhubani
Jhanjharpur
BHQ
232
Madhubani
JhanjharpurBlock
BHQ
233
Madhubani
Khajauli
BHQ
234
Madhubani
Khutona
BHQ
235
Madhubani
Ladania
BHQ
236
Madhubani
Lakhnour
BHQ
237
Madhubani
Laukhi
BHQ
238
Madhubani
Madhepur
BHQ
239
Madhubani
Madhwapur
BHQ
240
Madhubani
PhulparasBlock
BHQ
241
Madhubani
Phulpras
BHQ
Madhubani
Pondoul
BHQ
243
Madhubani
Rajnagar
BHQ
244
Munger
Munger
DHQ
245
Munger
Bariarpur
BHQ
246
Munger
Dharahra
BHQ
247
Munger
MungerBlock
BHQ
248
Munger
Sangrampur
BHQ
249
Munger
Tarapur
BHQ
250
Muzzaffarpur
Muzzaffarpur
DHQ
251
Muzzaffarpur
Bandra
BHQ
252
Muzzaffarpur
Bocha
BHQ
253
Muzzaffarpur
Gaighat
BHQ
254
Muzzaffarpur
Kanti
BHQ
255
Muzzaffarpur
Katara
BHQ
256
Muzzaffarpur
Kurhani
BHQ
257
Muzzaffarpur
Marwan
BHQ
258
Muzzaffarpur
Meenapur
BHQ
259
Muzzaffarpur
Motipur
BHQ
260
Muzzaffarpur
Muraul
BHQ
261
Muzzaffarpur
Mushahari
BHQ
262
Muzzaffarpur
MuzzaffarpurSDO
BHQ
263
Muzzaffarpur
Orai
BHQ
264
Muzzaffarpur
Paru
BHQ
265
Muzzaffarpur
Sahebganj
BHQ
266
Muzzaffarpur
Sakara
BHQ
267
Muzzaffarpur
Saraiya
BHQ
268
Nalanda
Nalanda
DHQ
269
Nalanda
Asthawa
BHQ
270
Nalanda
Ben
BHQ
271
Nalanda
BiharSharif
BHQ
272
Nalanda
Bind
BHQ
273
Nalanda
Chandi
BHQ
274
Nalanda
Ekangrasarai
BHQ
275
Nalanda
Giryak
BHQ
276
Nalanda
Harnawt
BHQ
277
Nalanda
Hilsa
BHQ
278
Nalanda
HilsaBlock
BHQ
279
Nalanda
Islampur
BHQ
280
Nalanda
Karyparsurai
BHQ
281
Nalanda
Katrisarai
BHQ
282
Nalanda
Nagarnausa
BHQ
Nalanda
Nursarai
BHQ
284
Nalanda
Parwalpur
BHQ
285
Nalanda
Rahui
BHQ
286
Nalanda
RajgirBDO
BHQ
287
Nalanda
RajgirSDO
BHQ
288
Nalanda
Sarmera
BHQ
289
Nalanda
Silao
BHQ
290
Nalanda
Tharthari
BHQ
291
Nawada
Nawada
DHQ
292
Nawada
Akbarpur
BHQ
293
Nawada
Govindpur
BHQ
294
Nawada
Hisua
BHQ
295
Nawada
Kansichak
BHQ
296
Nawada
Kawakol
BHQ
297
Nawada
Meskour
BHQ
298
Nawada
Nardiganj
BHQ
299
Nawada
Narhat
BHQ
300
Nawada
Pakaribarawan
BHQ
301
Nawada
Rajauli
BHQ
302
Nawada
Roh
BHQ
303
Nawada
Sirdala
BHQ
304
Nawada
Warisaliganj
BHQ
305
PaschimChamparan
PaschimChamparan
DHQ
306
PaschimChamparan
Bagaha-1
BHQ
307
PaschimChamparan
Bagaha-2
BHQ
308
PaschimChamparan
Bairiya
BHQ
309
PaschimChamparan
BetiahBlock
BHQ
310
Paschimchamparan
Bhitha
BHQ
311
PaschimChamparan
Chanpatia
BHQ
312
PaschimChamparan
Gaunaha
BHQ
313
PaschimChamparan
Lauria
BHQ
314
Paschimchamparan
MadhubaniBlock
BHQ
315
PaschimChamparan
Mainatand
BHQ
316
PaschimChamparan
Majhawlia
BHQ
317
PaschimChamparan
Narkatiaganj
BHQ
318
PaschimChamparan
Nautan
BHQ
319
Paschimchamparan
Piprasi
BHQ
320
PaschimChamparan
Ramnagar
BHQ
321
PaschimChamparan
Sikta
BHQ
322
Paschimchamparan
Thakraha
BHQ
323
Paschimchamparan
Yogapatti
BHQ
Patna
Athmangola
BHQ
325
Patna
Bakhtiyarpur
BHQ
326
Patna
BarhBDO
BHQ
327
Patna
Bihta
BHQ
328
Patna
Bikramganj
BHQ
329
Patna
DanapurBDO
BHQ
330
Patna
DanapurSDO
BHQ
331
Patna
Dhanarua
BHQ
332
Patna
Dhaniyama
BHQ
333
Patna
Dulinbazar
BHQ
334
Patna
Fatua
BHQ
335
Patna
Khusurupur
BHQ
336
Patna
Maner
BHQ
337
Patna
MasaurhiBlock
BHQ
338
Patna
Mashauri
BHQ
339
Patna
Mokama
BHQ
340
Patna
Naubathpur
BHQ
341
Patna
PaliganjBDO
BHQ
342
Patna
Pandarak
BHQ
343
Patna
PatnaSadarBlock
BHQ
344
Patna
PatnaSadarSDO
BHQ
345
Patna
Phulwarisharif
BHQ
346
Patna
Punpun
BHQ
347
Patna
Sampatchak
BHQ
348
PurbaChamparan
PurbaChamparan
DHQ
349
Purbachamparan
Adapur
BHQ
350
Purbachamparan
Areraj
BHQ
351
PurbaChamparan
ArerajBlock
BHQ
352
Purbachamparan
Banjariya
BHQ
353
Purbachamparan
Bankatwa
BHQ
354
PurbaChamparan
ChakiaBlock
BHQ
355
Purbachamparan
ChakiaSDO
BHQ
356
PurbaChamparan
Chauradano
BHQ
357
PurbaChamparan
Chiraiya
BHQ
358
Purbachamparan
Dhaka
BHQ
359
PurbaChamparan
DhakaBlock
BHQ
360
Purbachamparan
Ghorasahan
BHQ
361
Purbachamparan
Harsidhi
BHQ
362
Purbachamparan
Kalyanpur
BHQ
363
PurbaChamparan
Keshariya
BHQ
364
PurbaChamparan
Madhuban
BHQ
Purbachamparan
Mishi
BHQ
366
PurbaChamparan
MotihariBlock
BHQ
367
PurbaChamparan
Paharpur
BHQ
368
PurbaChamparan
Pakridayal
BHQ
369
PurbaChamparan
Pakridyal
BHQ
370
PurbaChamparan
Patahi
BHQ
371
PurbaChamparan
Phenerah
BHQ
372
Purbachamparan
Piprakhoti
BHQ
373
Purbachamparan
Ramgarhwa
BHQ
374
PurbaChamparan
Raxaul
BHQ
375
PurbaChamparan
RaxualBlock
BHQ
376
PurbaChamparan
SangrampurBlock
BHQ
377
PurbaChamparan
Sugauli
BHQ
378
PurbaChamparan
Tetaria
BHQ
379
Purbachamparan
Turkauliya
BHQ
380
Purnea
Purnea
DHQ
381
Purnea
Amour
BHQ
382
Purnea
Baisa
BHQ
383
Purnea
Baisi
BHQ
384
Purnea
Banmankhi
BHQ
385
Purnea
Barharakoathi
BHQ
386
Purnea
Bhawanipur
BHQ
387
Purnea
Dagrua
BHQ
388
Purnea
Dhamdaha
BHQ
389
Purnea
Jalalgarh
BHQ
390
Purnea
Kasba
BHQ
391
Purnea
Knagar
BHQ
392
Purnea
PurniaBlock
BHQ
393
Purnea
Rupoli
BHQ
394
Purnea
Srinagar
BHQ
395
Rohtas
Rohtas
DHQ
396
Rohtas
Akorhigola
BHQ
397
Rohtas
BikramganjBDO
BHQ
398
Rohtas
Chennari
BHQ
399
Rohtas
Dawath
BHQ
400
Rohtas
Dehri
BHQ
401
Rohtas
Dinara
BHQ
402
Rohtas
Karakat
BHQ
403
Rohtas
karghar
BHQ
404
Rohtas
Kochas
BHQ
405
Rohtas
Nasriganj
BHQ
Rohtas
Nauhatta
BHQ
407
Rohtas
Nokha
BHQ
408
Rohtas
Rajpur
BHQ
409
Rohtas
Rohtasgarh
BHQ
410
Rohtas
Sasaram
BHQ
411
Rohtas
Seojholi
BHQ
412
Rohtas
Seosagar
BHQ
413
Rohtas
Tilauthu
BHQ
414
Saharsa
Saharsa
DHQ
415
Saharsa
BanmaIthari
BHQ
416
Saharsa
Kahara
BHQ
417
Saharsa
Mahishi
BHQ
418
Saharsa
Navhatta
BHQ
419
Saharsa
Patharghat
BHQ
420
Saharsa
Salkhua
BHQ
421
Saharsa
Sattar-Kataiya
BHQ
422
Saharsa
Saurbazar
BHQ
423
Saharsa
Simri-Bakhtiyarpur
BHQ
424
Saharsa
Sonbarsablock
BHQ
425
Samastipur
Samastipur
DHQ
426
Samastipur
Bethani
BHQ
427
Samastipur
DalsinghsaraiBlock
BHQ
428
Samastipur
DalsinghsaraiSDO
BHQ
429
Samastipur
Hasanpur
BHQ
430
Samastipur
KalyanpurBDO
BHQ
431
Samastipur
Khanpur
BHQ
432
Samastipur
MohiuddinNagar
BHQ
433
Samastipur
Mohonpur
BHQ
434
Samastipur
Morawa
BHQ
435
Samastipur
Pusa
BHQ
436
Samastipur
Rosara
BHQ
437
Samastipur
RosaraBlock
BHQ
438
Samastipur
Sahpurpatori
BHQ
439
Samastipur
SahpurpatoriBlock
BHQ
440
Samastipur
Samastipurblock
BHQ
441
Samastipur
SaraiRanjan
BHQ
442
Samastipur
Shivajinagar
BHQ
443
Samastipur
Tajpur
BHQ
444
Samastipur
Ujiarpur
BHQ
445
Samastipur
Vidyapatinagar
BHQ
446
Samastipur
Warisnagar
BHQ
Saran
Saran
DHQ
448
Saran
Amnour
BHQ
449
Saran
Baniyapur
BHQ
450
Saran
ChapraBlock
BHQ
451
Saran
Dariyapur
BHQ
452
Saran
Ekma
BHQ
453
Saran
Esuapur
BHQ
454
Saran
Grakha
BHQ
455
Saran
Jalalpur
BHQ
456
Saran
Maker
BHQ
457
Saran
Manjhi
BHQ
458
Saran
Marhuara
BHQ
459
Saran
Masarkha
BHQ
460
Saran
Nagara
BHQ
461
Saran
Parasa
BHQ
462
Sheikhpura
Sheikhpura
DHQ
463
Sheikhpura
Ariari
BHQ
464
Sheikhpura
Barbigha
BHQ
465
Sheikhpura
Chewra
BHQ
466
Sheikhpura
Ghatkusumbha
BHQ
467
Sheikhpura
Shekhopursarai
BHQ
468
Sheikhpura
ShekpuraBlock
BHQ
469
Sheohar
Sheohar
DHQ
470
Sheohar
Dumri-Katrisarai
BHQ
471
Sheohar
Piprahi
BHQ
472
Sheohar
Punrahia
BHQ
473
Sheohar
SheoharBlock
BHQ
474
Sheohar
Taryani
BHQ
475
Sitamarhi
Sitamarhi
DHQ
476
Sitamarhi
Bairgania
BHQ
477
Sitamarhi
Bathnaha
BHQ
478
Sitamarhi
Bazpatti
BHQ
479
Sitamarhi
Belsand
BHQ
480
Sitamarhi
BelsandBlock
BHQ
481
Sitamarhi
Chorout
BHQ
482
Sitamarhi
Dumrablock
BHQ
483
Sitamarhi
Mejarganj
BHQ
484
Sitamarhi
Parihar
BHQ
485
Sitamarhi
Pupriblock
BHQ
486
Sitamarhi
Riga
BHQ
487
Sitamarhi
RunniSaidpur
BHQ
Sitamarhi
Sonbarsa
BHQ
489
Sitamarhi
Suppi
BHQ
490
Sitamarhi
Sursand
BHQ
491
Siwan
Siwan
DHQ
492
Siwan
Ander
BHQ
493
Siwan
Barharia
BHQ
494
Siwan
Basantpur
BHQ
495
Siwan
Darauli
BHQ
496
Siwan
Daraunda
BHQ
497
Siwan
Giradai
BHQ
498
Siwan
Goriakothi
BHQ
499
Siwan
Guthni
BHQ
500
Siwan
HasanpurBlock
BHQ
501
Siwan
Husainganj
BHQ
502
Siwan
Lakrinabiganj
BHQ
503
Siwan
Maharajganj
BHQ
504
Siwan
MaharajganjBlock
BHQ
505
Siwan
Mairwa
BHQ
506
Siwan
Noutan
BHQ
507
Siwan
Panchrukhi
BHQ
508
Siwan
Raghunathpur
BHQ
509
Siwan
Siswan
BHQ
510
Siwan
SiwanBlock
BHQ
511
Supaul
Supaul
DHQ
512
Supaul
Basantapur
BHQ
513
Supaul
Chatapur
BHQ
514
Supaul
Kisanpur
BHQ
515
Supaul
Pipra
BHQ
516
Supaul
Pratapganj
BHQ
517
Supaul
Raghopur
BHQ
518
Supaul
Saraigarh
BHQ
519
Supaul
Triveniganj
BHQ
520
Vaishali
Vaishali
DHQ
521
Vaishali
Bhagwanpur
BHQ
522
Vaishali
Bidhupur
BHQ
523
Vaishali
Goraul
BHQ
524
Vaishali
HazipurBlock
BHQ
525
Vaishali
Jandaha
BHQ
526
Vaishali
Lalganj
BHQ
527
Vaishali
Mahnar
BHQ
528
Vaishali
Mahua
BHQ
Vaishali
PatedhiBelsar
BHQ
530
Vaishali
Rajapakar
BHQ
531
Vaishali
SahadaiBuzurg
BHQ
532
Vaishali
Vaishaliblock
BHQ
Sl.No
1
District
Location
Type of Location
ARARIA
ARARIA BLOCK
BHQ
ARARIA
SIKTI BLOCK
BHQ
ARARIA
ARARIA SUBDIVISION
SDHQ
ARARIA
FORBISGANG SUBDIVISION
SDHQ
ARWAL
SONBHADRAWANSHI BLOCK
BHQ
ARWAL
ARWAL SUBDIVISION
SDHQ
AURANGABAD
AURANGABAD SUBDIVISION
SDHQ
BANKA
DHORIYA BLOCK
BHQ
BANKA
FULLALIDUMAR BLOCK
BHQ
BANKA
SAMBHUGANZ BLOCK
BHQ
BANKA
BANKA SUBDIVISION
SDHQ
BEGUSARAI
BEGUSARAI
AKHAKURHASAMHO BLOCK
BAKHARI BLOCK
BEGUSARAI
BEGUSARAI SUBDIVISION
BHAGALPUR
GOPALPUR BLOCK
BHQ
BHAGALPUR
ISMAILPUR BLOCK
BHQ
BHAGALPUR
NARAINPUR BLOCK
BHQ
BHAGALPUR
PIRPAINTI
BHQ
BHAGALPUR
RANGRACHOWK
BHQ
BHAGALPUR
KAHALGAON SUBDIVISION
SDHQ
BHAGALPUR
NAVGACHIYA SUBDIVISION
SDHQ
BHAGALPUR
BHAGALPUR SUBDIVISION
SDHQ
BHOJPUR
BADAHARA BLOCK
BHQ
BHOJPUR
CHARPOKHARI BLOCK
BHQ
BHOJPUR
SANDESH BLOCK
BHQ
BHOJPUR
TARARI BLOCK
BHQ
BHOJPUR
ARA SUBDIVISION
SDHQ
BHOJPUR
JAGDISHPUR SUBDIVISION
SDHQ
BHOJPUR
PIRO SUBDIVISION
SDHQ
BUXAR
BUXAR SUBDIVISION
SDHQ
BUXAR
DUMRAON SUBDIVISION
SDHQ
CHAPRA
DIGHWARA BLOCK
8
9
BHQ
BHQ
SDHQ
BHQ
JANTABAZAR BLOCK
BHQ
CHAPRA
PANAPUR BLOCK
BHQ
CHAPRA
RIVILGANJ BLOCK
BHQ
CHAPRA
SONEPUR BLOCK
BHQ
CHAPRA
TARAIYA BLOCK
BHQ
CHAPRA
CHAPRA SUBDIVISION
SDHQ
CHAPRA
MARHUARA SUBDIVISION
SDHQ
CHAPRA
SONEPUR SUBDIVISION
SDHQ
DARBHANGA
GHANSHYAMPUR BLOCK
BHQ
DARBHANGA
KIRATPUR BLOCK
BHQ
DARBHANGA
SINGWADA BLOCK
BHQ
DARBHANGA
BIRAUL SUBDIVISION
SDHQ
DARBHANGA
DARBHANGA SUBDIVISION
SDHQ
EAST CHAMPARAN
EAST CHAMPARAN
GAYA
KOTWA BLOCK
MOTIHARI SUBDIVISION
ATARI BLOCK
BHQ
SDHQ
BHQ
GAYA
DOBHI BLOCK
13
GAYA
GAYA
GAYA
GAYA
GOPALGANJ
NIMCHAKBATHANI BLOCK
GAYA SUBDIVISION
NEEMACHAKBATHANI SUBDIVISION
TEKARI SUBDIVISION
GOPALGNJ SUBDIVISION
14
JEHANABAD
HULASGANJ BLOCK
15
JEHANABAD
JEHANABAD
KAIMUR
MODANGANJ BLOCK
JEHANABAD SUBDIVISION
BHABUA SUBDIVISION
BHQ
SDHQ
SDHQ
KAIMUR
MOHANIA SUBDIVISION
SDHQ
KATIHAR
AMDABAD BLOCK
BHQ
KATIHAR
BALRAMPUR BLOCK
BHQ
KATIHAR
BARSOI BLOCK
BHQ
KATIHAR
KURSELA BLOCK
BHQ
KATIHAR
MANIHARI BLOCK
BHQ
KATIHAR
SAMELI BLOCK
BHQ
KATIHAR
KATIHAR SUBDIVISION
SDHQ
KHAGARIA
GOGARI SUBDIVISION
SDHQ
KHAGARIA
KHAGARIA SUBDIVISION
SDHQ
KISHANGANJ
BAHADURGANJ BLOCK
BHQ
KISHANGANJ
TERHAGACHHI BLOCK
BHQ
KISHANGANJ
KISHANGANJ SUBDIVISION
LAKHISARAI
LAKHISARAI BLOCK
LAKHISARAI
LAKHISARAI SUBDIVISION
10
11
12
16
17
18
19
BHQ
BHQ
SDHQ
SDHQ
SDHQ
SDHQ
BHQ
SDHQ
BHQ
SDHQ
MADHEPURA
GAMHARIA BLOCK
BHQ
MADHEPURA
KUMARKHAND BLOCK
BHQ
MADHEPURA
MURLIGANJ BLOCK
BHQ
MADHEPURA
SHANKARPUR BLOCK
BHQ
MADHEPURA
UDAKISHUNGANJ BLOCK
BHQ
MADHEPURA
MADHEPURA SUBDIVISION
SDHQ
MADHEPURA
UDAKISHUNGANJ SUBDIVISION
SDHQ
MADHUBANI
KALUAH BLOCK
BHQ
MADHUBANI
RAHIKA BLOCK
BHQ
MADHUBANI
VISFFI BLOCK
BHQ
MADHUBANI
MADHUBANI SUBDIVISION
MUNGER
ASARGANJ BLOCK
BHQ
MUNGER
JAMALPUR BLOCK
BHQ
MUNGER
KHARAGPUR BLOCK
BHQ
MUNGER
TETIYABAMBAR BLOCK
BHQ
MUNGER
KHARAGPUR SUBDIVISION
SDHQ
MUNGER
MUNGER SUBDIVISION
SDHQ
MUNGER
TARAPUR SUBDIVISION
SDHQ
23
MUZAFFARPUR
SDHQ
24
NALANDA
BIHARSHIRF SUBDIVISION
SDHQ
25
NAWADA
NAWADA BLOCK
NAWADA
NAWADA SUBDIVISION
SDHQ
NAWADA
RAJAULI SUBDIVISION
SDHQ
PATNA
BELCHI BLOCK
BHQ
PATNA
GHOSWARI BLOCK
BHQ
PATNA
BARH SUBDIVISION
SDHQ
PATNA
PALIGANJ SUBDIVISION
SDHQ
PATNA
SDHQ
PURNIA
BAISI SUBDIVISION
SDHQ
PURNIA
BANMAKHI SUBDIVISION
SDHQ
PURNIA
DHAMDAHA SUBDIVISION
SDHQ
PURNIA
PURNIA SUBDIVISION
SDHQ
ROHTAS
SURPURA BLOCK
ROHTAS
BIKARAMGANJ SUBDIVISION
SDHQ
ROHTAS
DEHRI SUBDIVISION
SDHQ
ROHTAS
SASARAM SUBDIVISION
SDHQ
SAHARSA
SDHQ
SAHARSA
SAHRSA SUBDIVISION
SDHQ
SAMASTIPUR
BIBHUTIPUR BLOCK
21
22
26
27
28
29
30
SDHQ
BHQ
BHQ
BHQ
SINGHIA BLOCK
SAMASTIPUR
SAMASTIPUR SUBDIVISION
SDHQ
31
SHEIKHAPURA
SHEIKHAPURA SUBDIVISION
SDHQ
32
SHEOHAR
SHEOHAR SUBDIVISION
SDHQ
33
SITAMARHI
BOKHRA BLOCK
BHQ
SITAMARHI
NANPUR BLOCK
BHQ
SITAMARHI
PARSAUNI BLOCK
BHQ
SITAMARHI
DUMRA SUBDIVISION
SDHQ
SITAMARHI
PUPRI SUBDIVISION
SDHQ
34
SIWAN
SIWAN
BHAGWANPURHAT BLOCK
SIWAN SUBDIVISION
BHQ
SDHQ
35
SUPAUL
MARAUNA BLOCK
BHQ
SUPAUL
NIRMALI BLOCK
BHQ
SUPAUL
SUPAUL BLOCK
BHQ
SUPAUL
NIRMALI SUBDIVISION
SDHQ
SUPAUL
SUPAUL SUBDIVISION
SDHQ
SUPAUL
TRIVENIGANJ SUBDIVISION
SDHQ
SUPAUL
BIRPUR SUBDIVISION
SDHQ
VAISHALI
CHEHRAKALA BLOCK
BHQ
VAISHALI
DESHARI BLOCK
BHQ
VAISHALI
PATEPUR BLOCK
BHQ
VAISHALI
RAGHOPUR BLOCK
BHQ
VAISHALI
HAJIPUR SUBDIVISION
SDHQ
VAISHALI
MAHNAR SUBDIVISION
SDHQ
VAISHALI
MAHUA SUBDIVISION
SDHQ
WEST CHAMPARAN
WEST CHAMPARAN
WEST CHAMPARAN
BAGAHA SUBDIVISION
BETIAH SUBDIVISION
NARKATIAGANJ SUBDIVISION
SDHQ
SDHQ
SDHQ
36
37
BHQ
Componen
t Category
Router and
Switching
Item Name
Qty
2
2
2
2
2
2
2
8.
Servers in
SHQ
20
9.
10.
11.
12.
13.
14.
VC
1
1
1
38
1
50
15.
16.
IP Voice
NMS
Solution
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
Desktop/Lap
top/
Antivirus
Router and
Switching
1
1
2
540
20
3
3
3
1
3
38
38
30.
38
38
38
760
43.
44.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
Router and
Switches
380
38
28
38
38
495
495
495
495
0
247
5
495
Minimum Specification
Compliance
(Y/N)
Modular Chassis
Supporting up to minimum 6 I/O slots( where multiple Interface Type
Modules can be populated) and should be universal in nature
Redundant Routing Processors / Engines /MPU
Redundant Switching and Forwarding Fabric
Redundant Power Supplies
Should be capable of supporting 10GbE,40GbE,100GbE Ethernet ports
Performance
Aggregate Throughput minimum 1 Tbps or more
Packet forwarding Capacity Minimum 1 Billion Packets Per Second or more
RAM: Minimum of 32 GB and supported flash memory minimum 4 GB or
more
Minimum Logical Interfaces: 32000
IPv4 and IPv6 Routing Table: minimum 4 Million or more
Minimum BGP routes with route resolution to be supported : 2 Million
Minimum MPLS LDP/RSVP-TE LSPs: Minimum 4098 or more
Minimum Interfaces to be populated are
16 x 1000 Base-T populated across two cards/slots
16 x 1000 Base-X populated with 10 x SX and 6 x LX across two line
cards/slots
6X10 G SR and 2X10G LR module populated across two cards/slots
Routing
Support for GbE, 10GbE, ATM, MLPPP, and 802.3ad (including LACP) for
aggregated links
IETF Graceful Protocol Restart mechanism for hitless restarts of IS-IS, BGP,
OSPF, OSPFv3, LDP, RSVP, Layer 2 VPN, and Layer 3 VPN
Certification
The router should be NDPP Certified
Minimum Specification
Compliance
(Y/N)
The router should have active probes to track and monitor real time traffic
across the network and to investigate network problems.
Should have monitoring technology like net flow/j-flow/s-flow to randomly
sample network packets and send the samples to a monitoring station
Should have the capability to revert to the last known good state if the router
image, configuration and the backup configuration files become damaged
beyond repair
Certification
The router should be NDPP Certified
Minimum Specification
Compliance
(Y/N)
Modular Switch with at least 6 payload slots with support for 40G and 100 G
Interface and minimum Interface cards required
Should have at least 48 x 10/100/1000 Base RJ 45 populated across two
cards/slots
Should have atleast 24 x 10G SR and 12 X 10 G LR modules in non-blocking
mode populated across two cards/slots
Aggregate capacity of minimum 6 Tbps or more
The Switch should have Truly Distributed Architecture. All Interface Modules
should have all the resources for switching and Routing and should offer True
Local Processing. The State Head Quarters switch should support seamless
integration with State Data Centre , SecLAN, NKN and NICNET
At least 2 Switch Fabrics to support bandwidth for future Highly Scalable
Ethernet Standards from Day 1
Redundant CPU with 16GB RAM from Day 1
Redundant Power Supplies from Day 1
100% passive backplane/midplane
Fully decoupled control plane and data plane
High Availability
There should not be any single point of failure in the switch. All the main
components like CPU module, switching fabric, power supplies and fans etc.
BSEDC Tender Notice No: BELTRON/5292/2016
IEEE 802.3ad
Certification
The switch should be NDPP Certified
Switch should also support UL/TUV/IEC
Compliance
Y/N)
Management
Full featured CLI, Web Interface
RMON ( 4 groups)
Traffic mirroring: port & VLAN
RADIUS, TACACS+
The router should be NDPP Certified
Switch should also support UL/TUV/IEC
Minimum Specification
Compliance
(Y/N)
General Features (Centralized Firewall has to support the traffic from 635
BHQ,38 SHQ and NKN, NoFN, SECLAN and NICNET) The below parameters
are minimum specifications
Application Firewall Performance Minimum 15 Gbps or more
AES256+SHA-1 VPN performance Minimum of 3 Gbps or more
Maximum concurrent sessions Minimum 3 Million or more
New sessions/second Minimum 150,000 or more
Maximum IPS performance Minimum 6 Gbps or more
The proposed solution should support at least 16 GB of RAM/DRAM with 12
GB from Day 1
The proposed solution must have 6X 10/100/1000 and 6 x 10Gigabit SFPs
interfaces loaded with 4 Multimode optics from day 1
Dedicated, security-specific processing hardware and software platform and
should support all technical features and functionalities of BSWAN 2.0 of
present and future traffic requirements
ASIC-based architecture to ensure low latency in sensitive applications such as
VoIP and streaming media
Modular architecture enables deployment with a wide variety of copper and
fiber interface options.
Dedicated processing modules or equivalent provide best-in- class multi
gigabit firewall/VPN/IDP capability in a single solution
Firewall Features
Network attack detection
Denial of service (DoS) and distributed denial of service (DDoS) protection or
equivalent
TCP reassembly for fragmented packet protection
Brute force attack mitigation
SYN cookie protection
Zone-based IP spoofing
Malformed packet protection , Customizable signature for Intrusion prevention
capabilities
VoIP Security
H.323 ALG, SIP ALG, MGCP ALG, SCCP ALG
User Authentication and Access Control
Built-in (internal) database or equivalent
Third-party user authentication - RADIUS, RSA Secure ID, and LDAP
RADIUS accounting
XAUTH VPN authentication
Web-based authentication
Virtualization
Minimum 10 virtual system support or more to meet the current and future
functionalities and Operations of BSWAN 2.0.
VLANs: Minimum 1024 or more to meet the current and future functionalities
and operations of BSWAN 2.0
IPv6
Dual stack IPv4/IPv6 firewall and VPN
Syn-cookie and Syn-proxy DoS attack detection or equivalent
SIP, RTSP, Sun-RPC, and MS-RPC ALGs
IPv4 to/from IPv6 translations and encapsulations , Should support NAT64
technology for IPv4/IPv6 migration
High Availability
Active/active L2 & L3 mode
Configuration synchronization
Device failure detection
Link failure detection
System Management
Web-UI (HTTP and HTTPS)
Command line interface
Certification
Common Criteria EAL3+/NDPP, IPv6 Certification, ICSA, NIST
Compliance
(Y/N)
Modular Chassis
Supporting up to 4 I/O slots ( where multiple Interface Type Modules can be
populated) and should be universal in nature
Redundant Routing Processors/Engines / Redundant Switching and
Forwarding Fabric
Redundant Power Supplies
Performance
Aggregate Throughput minimum 65 Gbps or more
Packet forwarding capacity of minimum 50 Mpps or more
RAM: Minimum 4 GB or more , Flash memory: Minimum 1 GB Flash or
more
Minimum Logical Interfaces: 8000
IPv4/IPv6 Routing Table: Minimum 3 Million or more
Max BGP peers: Minimum 1000 or more
Max MPLS LDP /RSVP-TE LSPs: Minimum 2000 or more
Minimum Interfaces to be populated are
16 x 1000Base-X populated with 8 x 1000 Base-T , 4 x SX and 4 x LX
populated across two cards/slots
4 x 10G populated with 2 x10G SR and 2 x10G LR optics
Routing
Support for GbE, ATM, MLPPP, 802.3ad (including LACP) for aggregated
links
Support Stateful NAT64
RIPv2, OSPF, BGP, BGP Route Reflector, IS-IS, MPLS, VPLS and latest
standard RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0 from the Day 1 if needed.
Multicast
BFD for PIM - IPv6, Bidirectional PIM (RFC 5015), Controlling PIM
resources for multicast VPNs, Full support for IGMPv3 and MLDv2, PIM join
BSEDC Tender Notice No: BELTRON/5292/2016
Minimum Specification
Compliance
(Y/N)
Interface
48 x 10/100/1000BaseT (PoE+) + 4 x SFP+ ports populated with 2 x 10G SR
optics
Switching performance minimum 170 Gbps or more
Forwarding performance minimum 130 Mpps or more
19 rack mountable DRAM: Minimum 2 GB or more, Flash: Minimum 2 GB or more
Internal Redundant Power Supply from Day 1
In addition to the ports mentioned above, switch should be provided with
stacking ports of minimum 80 Gbps or more stacking bandwidth
Layer 2 features
MAC Address: Minimum 15000 or more
VLANs: Minimum 1000 or more
ARP table- Minimum 1700 or more
Voice VLAN
Link Layer Discovery Protocol
Spanning Tree Protocol
VLAN tagging
MSTP, RSTP
Link Aggregation Control Protocol
802.3ad (LACP)
Layer 3 features
IPv4 /IPv6 unicast routes: minimum 1000 or more
Routing protocols: Static, RIPv2, OSPF, OSPFv3, BGP, BGPv6 and latest
standard RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0. from Day 1 if needed
Security
Dynamic ARP inspection, IP Source Guard
DHCP snooping
Port/VLAN/ Router based ACL (PACL)
ACL entries: 1500
Layer 2 L4 ACL
802.1X
Control Plane DoS protection
Quality of service
Hardware queues per port: Minimum 8
802.1p, DSCP/IP Precedence trust and marking
Layer 2-4 classification criteria: Interface, MAC address,
Multicast
IGMP: v1, v2, v3, IGMP Snooping, Multicast Entries: Minimum 256
Management
Full featured CLI, Web Interface
RADIUS and TACACS authentication
NDPP Certification
Switch should also support UL/TUV/IEC
Compliance
(Y/N)
The proposed solution should match following criteria:Total 6 number fixed 10/100/1000 interface
Should have 2 USB and 1 serial console port
Firewall Throughput should be 3 Gbps or more
VPN Throughput should be 500 Mbps or more
Minimum Specification
Compliance
(Y/N)
1 x USB
2 empty slots for future expansion
Virtual Private Network (Day 1)
GRE, IP-IP, IPsec, DES (56-bit), 3DES (168-bit), AES (128-bit+) encryption,
Message Digest 5 (MD5), SHA-1, SHA-128, SHA-256 authentication,
Performance based routing or Real time performance Routing to ensure
critical traffic is taking best path
Protocols (Day 1)
IPv4, static routes, OSPF or EIGRP, BGP, IS-IS, IGMPv1/v2/v3, PIM SM,
PIM DM, PIM SSM, MSDP, IPsec, GRE, MPLS, 802.3ad, 802.1ad, STP,
Layer 2 and Layer 3 VPN
IPv6 (Day 1)
OSPFv3, , BGP, IS-IS, MLD
Network Address Translation/Tunneling IPv6 to IPv4 and latest standard
RFC protocols /Features required to support current and future
functionalities and Operations of BSWAN 2.0 from the Day 1 if needed.
Multiprotocol Label Switching (Day 1)
Multicast VPN, OSPF and IS-IS traffic engineering extensions,RSVP, ,
Standards-based fast reroute, Secondary and standby label-switched paths
(LSPs), LDP, Layer 2 VPNs for Ethernet connections.
Encapsulations
Ethernet, 802.1q VLAN, PPP, MLPPP, , HDLC, Serial, PPPoE
Integrated threat control
Stateful firewall, ACL filters, DoS and DDoS protection
Traffic management
QoS, Class-based queuing with prioritization, Weighted Random Early
Detection (WRED), Policy-Based Routing (PBR), Guaranteed bandwidth,
Diffserv marking, Ingress traffic marking
Identity management
RSA Secure ID, LDAP, RADIUS accounting, Web-based, 802.X
authentication, PKI certificate
21.10
Sr.
No.
BHQ SWITCH
Minimum Specification
Compliance
(Y/N)
and 802.3ab standard, supporting half duplex mode, full duplex mode
and auto negotiation on each port.
Switch shall have additional 2 SFP+ uplinks ports and should be
populated with 2 x SX optics from Day 1
All ports should be POE+ enabled simultaneously.
In addition to the ports mentioned above, switch should be provided
with stacking ports of minimum 40 Gbps or more stacking bandwidth
Switch should support both IPv4 and IPv6
Switch should have non-blocking switching fabric of minimum 88
Gbps or more.
Switch should have Forwarding rate of minimum 65 Mbps or more
Switch should support different power saving feature on port level
2. Layer 2 Features
IEEE 802.1Q VLAN tagging.
802. 1Q VLAN on all ports with support for minimum 1000 VLANs.
Support for minimum 16k MAC addresses.
Spanning Tree Protocol as per IEEE 802.1d
Multiple Spanning-Tree Protocol as per IEEE 802.1s
Rapid Spanning-Tree Protocol as per IEEE 802.1w
Self-learning of unicast & multicast MAC addresses per switch port.
Jumbo frames up to minimum 9000 bytes or more
Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad.
Port Mirroring" functionality for measurements using a network
analyzer.
3. Layer 3 Features
Inter-VLAN IP routing for full layer 3 routing between two or more
VLANs.
IP unicast routing protocols static, RIPv1/v2 upgradable to OSPF and
latest standard RFC protocols /Features required to support current
and future functionalities and Operations of BSWAN 2.0 if needed.
Virtual Router Redundancy Protocol (VRRP) as per RFC 3768 or
BSEDC Tender Notice No: BELTRON/5292/2016
equivalent.
Switch should support IGMP v1/v2/v3 as well as IGMP v1/v2/v3
snooping & Proxy. Switch should support upto 512 multicast groups
4. Quality of Service (QoS) Features
Switch should support classification and scheduling as per IEEE
802.1P on all ports.
Switch should support DiffServ as per RFC 2474/RFC 2475
Switch should support minimum four hardware queues per port.
Switch should support QoS configuration on per switch port basis.
Switch should support classification and marking based on IP Type of
Service (TOS) and DSCP
Switch should support bandwidth control or rate limiting features
DSCP value to the end device rather than the default value defined by
the network policy.
5. Security Features:
Switch should support MAC Address based Filters / Access Control
Lists (ACLs) on all switch ports.
Switch should support Port based Filters / ACLs.
Switch should support RADIUS and TACACS+ for access restriction
and authentication.
Secure Shell (SSH) Protocol, HTTP and DoS protection
, ARP spoofing, DHCP snooping etc.
Switch should support static ARP, Proxy ARP, UDP forwarding and IP
source guard
Switch should support RFC 2464 Transmission of IPv6 Packets over
Ethernet Networks, RFC 4862 IPv6 Stateless Address Auto
configuration, RFC 4213 Basic Transition Mechanisms for IPv6 Hosts
and Routers, RFC 1981 Path MTU discovery for IPv6,RFC 2460 IPv6
Specification, RFC 3484 Default address selection for IPv6, RFC 4861
Neighbour discovery for IPv6
6. Management Features
21.11
S No.
1.
IP TELEPHONY SYSTEM
Minimum Specifications
Compliance
(Y/N)
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
S No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
Minimum Specifications
The phone should meet the following specifications
The phone should be SIP/H.323 based.
Should have 2.5 or higher diagonal Display.
Should have full duplex speaker phone and support G.722
Wideband audio along with G.711, G.729/G.729 AB audio
compression codecs.
Should provide the directory services to the user by displaying
the missed, received and dialed call details including the caller
ID and calling time.
Should support POE Class 1 and external AC power adapter
option.
The phone should have two 10/100 BASE-T Ethernet ports, one
for the LAN connection and the other for connecting to
PC/laptop.
The phone should support QoS mechanism
IP Phone & IP PBX should be form the same OEM.
b. Video Phone:
S No.
Minimum Specifications
1.
Should have minimum 7" or more touchscreen display.
2.
3.
4.
5.
6.
7.
Compliance (Y/N)
Compliance (Y/N)
21.12
S No.
1.
Minimum Specification
Compliance
(Y/N)
2.
o
o
o
o
o
Traffic monitoring
3.
The bidder must provide a solution for collecting Flow data from
multiple devices simultaneously across the network. The
proposed system must spot potential bottlenecks with colorcoded indicators for interfaces that breach defined thresholds
and durations
The proposed traffic monitoring system must help solving
performance problems faster using real-time reports and alarms
for every interface on the network .
The proposed traffic monitoring system must be able to track
100% of all flow traffic on the network and identify malicious
behavior with all IP conversations
Fault monitoring
4.
Network view
5.
6.
Help Desk
7.
Bihar Govt. is using Help Desk solution, Bidders should provide license
of Help Desk software which should be integrate with implemented
Help Desk solution under Bihar Govt. project at Database level or
propose equivalent solution for helpdesk management.
Reporting
o
o
o
o
o
8.
21.13
S No.
AAA SOFTWARE
Specifications
Compliance
(Y/N)
1.
11. Should support the various Authentication methods like but not
limited to:
Native User Authentication
Authentication through integrating with an existing Directory
server
Pass-Through Authentication
External Authentication
Proxy RADIUS Authentication
Directed Authentication
12. Enable configuration either programmatically or at the command line
prompt.
13. It should support the replication of AAA configuration data from a
primary server to multiple replica servers within a replication realm.
21.14
VC ENDPOINTS
The proposed system must support PAL with a PTZ camera. The codec must be based on
ITU standards The VC End Point should be a codec based hardware. No software based
solution is accepted here. All components of the VC system like Codec, Camera and
Microphone should be from the same OEM.
Sr.
No.
Description
Compliance
(Y/N)
Package
Video
Standards and
Resolutions
It should support
communications.
H.323,
SIP
standards
for
Content
Standards and
Resolutions
Audio
Standards and
Features
Video and
Audio Inputs
Video and
Audio Outputs
Other
Interfaces
Camera
Network
Features
10
Security
11
Other
Standards
12
Multipoint
upgrade
21.15
Sr. No.
1
VC MCU
Description
Specification Parameter
System
Compliance
(Y/N)
System Capacity
Video Standards
and Resolutions
Content Standards
and Resolutions
Audio Standards
and Features
MCU Features
Conference Feature
Network and
Security Features
21.16
VC GATEKEEPER
Sr. No.
1
Description
System
Compliance
(Y/N)
Specification Parameter
System Capacity
Gatekeeper Features
SIP Features
21.17
Sr. No.
VC MANAGEMENT
Description
Specification Parameter
System
System
Capacity
Provisioning
Compliance
(Y/N)
Software
Update
Management
Scheduling
Directory
Services
Other
Features
Soft clients
21.18
Sr. No.
1
VC RECORDING
Description
Specification Parameter
Application
Features
Compliance
(Y/N)
Audio/Video
Support
Recording
Playback
Streaming
Capacity
Security
Other
Features
21.19
SERVER
Complian
ce (Y/N)
Sr.
No.
Description
Specification Parameter
1.
Processor
2.
Chipset
3.
Memory
4.
Hard Disk
Drives
Minimum 6 x 600GB SAS Hard Disk Drives upgradeable upto at least 16 drives
5.
Optical Drive
6.
I/O slots
7.
RAID support
8.
Network
Interface
9.
Graphics
10.
Server
Management
same OEM
11.
Ports
12.
Power supplies
13.
Cooling
14.
Additional
Management
with industry
standard
compliance
15.
industry
standard
certifications
16.
Form Factor
17.
OEM
certification
18.
Warranty
support
19.
Operating
System
20.
Cloud Support
21.20
Sr. No.
1.
2.
3.
4.
DESKTOP
Description
Specification Parameter
CPU
Latest Generation 64 bit X86 i7 processor 3.5 GHz 6MB cache or higher
Slots
Chipset
Memory
Compliance
(Y/N)
5.
6.
Monitor
7.
8.
9.
legacy ports
Bays
10.
Ports
11.
Graphics
12.
13.
14.
9 litres or higher
Optical drive
Operating System
16.
Security
17.
Certifications
18.
Warranty
21.21
Chassis
Network
15.
ANTI-VIRUS SOLUTION
Sr. No Specification
Compliance Y/N)
Should have Cache files for scans which can help up to 40%
26 improvement to speed performance.
Should have a feature of scan cache based on digital signatures
27 or on-demand scan cache.
It should recognize a missed event on a machine, which was
28 switched off, and restart the same when machine is turned on.
Should have feedback option so that if any threat (new/earlier)
is found, then relevant data can be automatically collected and
transferred to the research team for further analysis to be
conducted, and consequently, advanced solutions can evolve
29 and be provided.
Should have enhanced tamper protection that guards against
unauthorized access and attacks, protecting users from viruses
30 that attempt to disable security measures.
Should support plug-in modules designed to add new security
features without having to redeploy the entire solution, thereby
reducing effort and time needed to deploy new security
31 capabilities to clients and servers across the network
Must have Plug-in solutions - State full Inspection Firewall/IPS,
VDI, Data Protection, Mac Protection, and Mobile Protection
without any additional installation and should provide single
32 console
Must provide Data Loss Protection as an plug-in solution with
the capability of data protection with multichannel monitoring,
33 robust rules, and predefined policy templates.
Data Protection must have File Attribute, Key words and Pattern
34 based technology in single solution.
The solution must support IPv6 and must be capable of blocking
35 and detecting of IPv6 attacks.
Data Protection should work in both environment - Workgroup
36 and AD with User/ Group/Domain based policy creation option.
21.22
Sr. No
Specification
Compliance
(Y/N)
21.23
a. UTP/STP Cable
Description
Compliance (Y/N)
Compliance (Y/N)
Compliance (Y/N)
Single Port
Write on labels in transparent plastic window supplied with plate
Screw hole covers to be supplied with plate
Face Plate with shutter
Should be able to support variety of jacks UTP, STP, Fiber, Coax etc.
Category 6A, TIA568 C.2 standard
All information outlets, 22-26 AWG copper cable shall:
Use insulation displacement connectors (IDC)
Allow for a minimum of 200 re-terminations without signal degradation
below standards compliance limits.
Be constructed of high impact, flame-retardant thermoplastic with color
and icon options for better visual identification.
Shutter is on face plate / Information Outlet
Insertion force: 20N max ( IEC 60603-7-4 )
IDC : Housing PC + glass fiber , UL 94 V-2, 568A/B configuration
Compliance
(Y/N)
Compliance (Y/N)
Basic Structure
Front Door
Side Panel
Space
Compliance(Y/N)
Wall Mounting
Floor Standing
Heat Management
Powder Coating
Details
Shelving Options
Power
Management
ii.
Item
Basic Structure
Compliance(Yes/No)
Front Door
Side Panel
Space
Wall Mounting
Floor Standing
Heat Management
Powder Coating
Details
Power
Management
iii.
Item
36 U Network Rack
Description
Material
Compliance (Y/N)
Size (Width)
600mm / 800mm
Height
Depth
Mounting
Angle
Doors
Top & Bottom Top cover and Bottom panels with cable entry facilities.
Cover
Cable entry cut out
Equipment
cooling
Floor
Standing
accessories
Earthing
Power
Distribution
Color
Powder
Coating
Minimum 850 Kg
Standard
ISO
Certification
iv.
36U Server Rack
Description
Compliance (Y/N)
21.24
Specification
Compliance (Y/N)
Architecture
Should be an appliance with minimum 8 GB RAM and minimum 256 GB
SSD drive to meet desired performance as well as to support multiple
load balancing features.
Should have minimum 4 x 1G UTP ports, 2 x 1G SFP ports, 2x 10G SFP+
ports
Should have minimum 10 Gbps throughput from day 1.
Should support minimum 4 million concurrent connections from day 1
Appliance should provide full ipv6 support and OEM should be IPv6
gold-certified. OEM should be listed vendor for ipv6 phase-2
certification
Load balancing and other features
Should support multiple links in active-active load balancing and activestandby failover modes.
Should support outbound and inbound load balancing algorithms like
round robin, weighted round robin, target proximity and dynamic
detection
Should support static NAT, port based NAT and advanced NAT for
transparent use of multiple links.
Should detect link failure in less than 30 seconds and divert traffic to
other available links. Should provide individual link health check based
on physical port, ICMP, user defined ports, and destination path health
check. Should support binding multiple health check, application specific
VIP health check, and next gateway health check
Appliance should have security features like reverse proxy firewall, Syncflood and dos attack protection features from the day of installation.
Should have application acceleration feature
Should support persistency including RTS and IP flow persistence
Should support application load balancing without additional license
cost
Clustering and failover
Should provide comprehensive support for HA based on per-VIP based
active-active & active-standby unit redundancy. Should support stateful
session failover with connection mirroring
Should have support for secondary communication link for backup.
Should support floating IP addresses and groups for stateful failover.
Should support minimum 256 floating IP addresses for a floating group.
Should support inbuilt failover decision conditions including unit
failover, group failover and reboot. Should support defining customized
rules for gateway health check. Should support configuration
synchronization at boot time and during run time to keep consistence
configuration on both units
Should support high availability
Should support software based site selection feature to provide global
load balancing features on same appliance
Should have Redundant Power Supply (RPS).
Management
Should support extensive reporting features like http squid or
customized http logging with inbuilt TCP dump and syslog.
Should have console, SSH, and GUI management interface
Should be dual bootable to fall back to last known good configuration
OEM Eligibility Criteria
Technical Assistance Canter must be available in India from last 3years
with toll free number.
OEM should have minimum 20 employees in India and business
commencement in India before 5 years
21.25
Sl.
Item
Description
Compliance(Y/N)
21.26
1
Air Conditioner
Compliance
(Y/N)