Sei sulla pagina 1di 154

Andhra Pradesh

India’s Sunrise State

GOVERNMENT OF ANDHRA PRADESH


ANDHRA PRADESH STATE FIBERNET LIMITED (APSFL)
3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65,
Vijayawada – 520001, Andhra Pradesh, India.
Email: apsfl@ap.gov.in. Ph: 0866-2523216

Andhra Pradesh BBNL – Phase II

NIT. No.: APSFL/BBNL/73/2016 Dated: 28/02/2018

Name of Work Appointment of Project Implementation Agency (PIA) for BharatNet Phase-II
works to establish IPMPLS network infrastructure in the state of Andhra
Pradesh

Name and Address of the


contractor who downloaded
the bid documents
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Contents
1. Notice Inviting Tender (NIT) ....................................................................................................................................... 5
2. Instructions to Bidder .................................................................................................................................................... 8
2.1 Definitions .................................................................................................................................................................................................................. 8
2.2 Contents of Bid Submission and Bid Formats ......................................................................................................................................... 10
2.3 Selection Process of Bidder.............................................................................................................................................................................. 13
2.4 Cost of Bidding....................................................................................................................................................................................................... 17
2.5 Bid Document Structure .................................................................................................................................................................................... 17
2.6 Information and instruction to Bidders for e-Tendering ................................................................................................................... 17
2.7 Clarification of Bid Documents....................................................................................................................................................................... 18
2.8 Amendment of Bid Documents ...................................................................................................................................................................... 18
2.9 Offline Submissions ............................................................................................................................................................................................. 18
2.10 Bid Form ................................................................................................................................................................................................................... 19
2.11 Bid Prices ................................................................................................................................................................................................................. 19
2.12 Documents Establishing Conformity to Bid Documents ..................................................................................................................... 19
2.13 Bid Security/EMD ................................................................................................................................................................................................ 19
2.14 Period of Validity of Bids .................................................................................................................................................................................. 19
2.15 Format and Signing of Bid ................................................................................................................................................................................ 20
2.16 Sealing and marking of bids............................................................................................................................................................................. 20
2.17 Submission of Bids ............................................................................................................................................................................................... 20
2.18 Modification and Withdrawal of Bids.......................................................................................................................................................... 21
2.19 Opening of Bids by APSFL [Public Online Tender Opening Event (TOE)] .................................................................................. 21
2.20 Clarification of Bids ............................................................................................................................................................................................. 22
2.21 Contacting the APSFL ......................................................................................................................................................................................... 22
2.22 Placement of Purchase Order or Work Order ......................................................................................................................................... 22
2.23 APSFL’s Right to accept any Bid and to reject any or all bids ........................................................................................................... 22
2.24 Issue of Advance Purchase Order ................................................................................................................................................................. 22
2.25 Signing of Contract............................................................................................................................................................................................... 22
2.26 Performance Security ......................................................................................................................................................................................... 23
2.27 Annulment of Award ........................................................................................................................................................................................... 23
2.28 Quality Assurance Requirements .................................................................................................................................................................. 23
2.29 Rejection of Bids ................................................................................................................................................................................................... 23
2.30 Non-relationship certificate ............................................................................................................................................................................ 24
2.31 Verification of Documents and Certificates .............................................................................................................................................. 24
3. General Conditions of Contract ................................................................................................................................ 25
3.1 Interpretation ........................................................................................................................................................................................................ 25
3.2 Information to Bidders ...................................................................................................................................................................................... 25
3.3 Delegation ................................................................................................................................................................................................................ 26
3.4 Communications ................................................................................................................................................................................................... 26
3.5 PIA’s Risks ............................................................................................................................................................................................................... 26
3.6 Insurance ................................................................................................................................................................................................................. 27
3.7 Quality Assurance and Testing ....................................................................................................................................................................... 29
3.8 Force Majeure ........................................................................................................................................................................................................ 29
3.9 Work to be completed by the Scheduled Completion Date ............................................................................................................... 29
3.10 When Contract can be Determined .............................................................................................................................................................. 30
3.11 PIA liable to pay compensation even if action not taken under the above Clause .................................................................. 31
3.12 Delays by APSFL or its authorized agents ................................................................................................................................................. 31
3.13 No waiver of rights .............................................................................................................................................................................................. 31
3.14 Certificate not to affect right of APSFL and liability of PIA ................................................................................................................ 31
3.15 Verification of Measurements of Work Done........................................................................................................................................... 31
3.16 Price Schedule and Payments ......................................................................................................................................................................... 32
3.17 Payment Terms ..................................................................................................................................................................................................... 33
3.18 Other Responsibilities of the PIA .................................................................................................................................................................. 35
3.19 Procedure for preparation, processing and payment of bill for works ........................................................................................ 35
3.20 Payments of PIA’s bills through Electronic transfer to Banks.......................................................................................................... 36
3.21 Levy/ Taxes payable by PIA ............................................................................................................................................................................ 36
3.22 Materials to be provided by the PIA ............................................................................................................................................................ 36
3.23 Fall Clause ................................................................................................................................................................................................................ 37
3.24 Work to be executed in Accordance with Specifications & Material to be procured as per Technical specifications
37
3.25 Foreclosure of contract due to Abandonment of project ................................................................................................................... 38
2|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.26 Safety ......................................................................................................................................................................................................................... 38


3.27 Access to the Site for the PIA ........................................................................................................................................................................... 38
3.28 Access to the Site for APSFL ............................................................................................................................................................................ 39
3.29 Settlement of disputes ........................................................................................................................................................................................ 39
3.30 Operations & Maintenance (O&M) Phase .................................................................................................................................................. 39
3.31 Detailed BOQ of Material used by PIA ......................................................................................................................................................... 39
3.32 Action in case work not done as per Instructions ................................................................................................................................. 40
3.33 Termination for Insolvency ............................................................................................................................................................................. 40
3.34 PIAs subordinate staff and their conduct .................................................................................................................................................. 40
3.35 Changes in firm’s Constitution to be approved ....................................................................................................................................... 40
3.36 Arbitration ............................................................................................................................................................................................................... 40
3.37 PIA to indemnify Govt. against Intellectual Property Rights ............................................................................................................ 41
3.38 Language and measures .................................................................................................................................................................................... 41
3.39 Transfer of title...................................................................................................................................................................................................... 41
3.40 Release of Information ....................................................................................................................................................................................... 41
3.41 Indemnification & Limitation of Liability .................................................................................................................................................. 41
3.42 Jurisdiction .............................................................................................................................................................................................................. 42
3.43 Exit Management .................................................................................................................................................................................................. 42
4. Project Stakeholders: Roles & Responsibilities ................................................................................................. 43
5. Project Schedule ............................................................................................................................................................ 47
6. Scope of Work................................................................................................................................................................. 48
6.1 Network Architecture......................................................................................................................................................................................... 48
6.2 Network Requirements ..................................................................................................................................................................................... 50
6.3 Network Civil Infrastructure ........................................................................................................................................................................... 51
6.4 Operation Support Service ............................................................................................................................................................................... 53
7. Service Level Agreement ............................................................................................................................................ 55
7.1 Assumptions ........................................................................................................................................................................................................... 55
8. Proposed Bill of Materials ......................................................................................................................................... 57
8.1 Supply of Components ....................................................................................................................................................................................... 57
8.2 Installation and Commissioning .................................................................................................................................................................... 57
9. Testing and Quality Assurance Process ................................................................................................................ 58
10. Formats............................................................................................................................................................................. 60
10.1 Check List of Documents to be Submitted by the Bidder ................................................................................................................... 60
10.2 Bid Security Form................................................................................................................................................................................................. 60
10.3 No Deviation Certificate .................................................................................................................................................................................... 61
10.4 Total Responsibility Declaration ................................................................................................................................................................... 61
10.5 Bid Form ................................................................................................................................................................................................................... 62
10.6 Company Profile ................................................................................................................................................................................................... 62
10.7 Project Credentials Summary ......................................................................................................................................................................... 63
10.8 Project Execution Experience ......................................................................................................................................................................... 63
10.9 Detailed Proposed Solution ............................................................................................................................................................................. 63
10.10 Project Plan ........................................................................................................................................................................................................ 64
10.11 Manpower Plan ................................................................................................................................................................................................ 64
10.12 Proposed CVs .................................................................................................................................................................................................... 64
10.13 Summary of Resources Proposed ............................................................................................................................................................ 65
10.14 Compliance (Clause by Clause) Certificate ........................................................................................................................................... 65
10.15 Compliance to Requirement (Technical / Functional Requirements) .................................................................................... 66
10.16 Undertaking for MSME Inclusion ............................................................................................................................................................. 66
10.17 Non-Blacklisting Declaration ..................................................................................................................................................................... 66
10.18 Manufacturers’ Authorization Form ....................................................................................................................................................... 66
10.19 Anti-Collusion Certificate ............................................................................................................................................................................. 67
10.20 Security / Bank Guarantee .......................................................................................................................................................................... 67
10.21 Solvency Certificate ........................................................................................................................................................................................ 68
10.22 Integrity Pact ..................................................................................................................................................................................................... 69
10.23 Power of Attorney ........................................................................................................................................................................................... 71
10.24 Letter of Authorization for Attending Bid Opening ......................................................................................................................... 72
11. Annexures........................................................................................................................................................................ 73
3|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

11.1 Annexure A: Technical Specifications ......................................................................................................................................................... 73


11.2 Annexure B: Implementation Planning Guidelines ............................................................................................................................ 131
11.3 Annexure C: Block wise List of Material actual used by PIA .......................................................................................................... 131
11.4 Annexure D: List of proposed Acceptance Testing Tests of IPMPLS Equipment and Associated Equipment ......... 132
11.5 Annexure E: Format Details of Technical Support Centre .............................................................................................................. 133
11.6 Annexure F: Details of Fault Rectification Team ................................................................................................................................. 133
11.7 Annexure G: Indicative Master Service Agreement ........................................................................................................................... 133
11.8 Annexure H: List of Abbreviations / Acronyms ................................................................................................................................... 153

4|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

1. Notice Inviting Tender (NIT)

Tender No: APSFL/BBNL/73/2016 Dated: 28-02-2018

1. On behalf of Managing Director, Andhra Pradesh State FiberNet Limited (APSFL), online digitally sealed open tenders,
on rupee payment basis, are invited from the Bidders in the tendering process through Notice Inviting Tender (NIT)
No.-APSFL/BBNL/73/2016 dated 28-02-2018 for “Appointment of Project Implementation Agency (PIA) for
BharatNet Phase-II works to establish IPMPLS network infrastructure in the state of Andhra Pradesh” under
EPC module on turnkey basis. The agency shall be responsible for
● Installation testing & commissioning of IPMPLS network
● Procurement of IPMPLS & associated equipment (including solar panel) as per specifications
● Operation & maintenance (O&M) of the network for 7 years
2. Accessibility of Tender Document: The tender document to participate in e-Tender shall be available for downloading
from 28 February 2018 at 17:00 Hours onwards from www.apsfl.in and ap-eprocurement website. The Tender
document shall not be available for download on or after its submission/ closing date.
3. DD/Bankers Cheque of an amount of INR 5,00,000/- (Rupees Five Lakhs only) including GST, in favour of Andhra
Pradesh State FiberNet Limited drawn on any scheduled bank and payable at Vijayawada, shall have to be submitted
towards cost of the tender along with the tender bid, failing which the tender bid will be rejected.

4. Sale of hard copy of Tender document: As APSFL has decided to use process of e-tendering for inviting this bid,
hence the hard copy of the tender will not be available for sale.

5. Summary of work to be performed through EPC vendor on turnkey basis in Andhra Pradesh:

Sr. No. District Blocks GPs Total No. of PoPs

1. Guntur 57 996 1053


2. Krishna 50 970 1020
3. Kurnool 54 889 943
4. Prakasam 56 1028 1084
5. West Godavari 48 909 957
6. Anantapur 63 1003 1066
7. Chittoor 66 1363 1429
8. Cuddapah 51 790 841
9. Nellore 46 940 986
10. Srikakulam 38 1100 1138
11. Visakhapatnam 43 925 968
12. Vizianagaram 34 921 955
13. East Godavari 64 912 976

APSFL intends to select one technically and commercially responsive bidder for the works as defined in table. The list of
such bidders shall be arranged in increasing order of their evaluated prices starting from the lowest for the purpose of
ordering against this RFP. The bidder with the lowest evaluated bid value (L1) will have to deploy the network in districts
as per table in NIT.

However, APSFL reserves the right to modify the allotment. In the event of any of the eligible bidder(s) not agreeing to the
terms of contract or not being considered by APSFL, inter se ranking of the bidders below the aforesaid bidder(s) will be
recast to fill up the vacated slot(s). This will be done to ensure that the number of bidders executing the works remains
same as earlier.

6. Eligibility Criteria:

Please refer section 2 to learn about the Eligibility Criteria and Selection Process.

7. Bid Security: The Bidder shall furnish separate Bid Security of INR 10 crores (Rupees Ten crores only) to bid for, in
one of the following ways:
a. Demand Draft/Banker’s cheque in favour of Andhra Pradesh State FiberNet Limited payable at Vijayawada
and drawn on any scheduled/Nationalized bank.

5|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

b. Bank Guarantee in the format given in Section 10 of the tender document in favour of Andhra Pradesh State
FiberNet Limited payable at Vijayawada from any scheduled/Nationalized bank and valid for 210 days from the
date of opening of the tender.

8. Deactivation of Bidders

Vide Ref GO Ms. No.174 – I&CAD dated 1-9-2008, if any successful bidder fails to submit the original hard copies of
uploaded certificates/documents, BG towards EMD within stipulated time or if any variation is noticed between the
uploaded documents and the hardcopies submitted by the bidder, the successful bidder will be suspended from
participating in the RFPs on e-Procurement platform for a period of 3 years. The e-Procurement system would deactivate
the user ID of such defaulting bidder based on the trigger/recommendation by the RFP Inviting Authority in the system.
Besides this, APSFL shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of
extreme deterrence to avoid delays in the RFP process for execution of the development schemes taken up by the
government. Other conditions as per RFP document are applicable. The bidder is requested to get a confirmed
acknowledgement from the RFP Inviting Authority a proof of Hardcopies submission to avoid any discrepancy.
9. Payment of Transaction Fee

It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a prescribed non-refundable
Transaction fee to M/s. APTS, the service provider through "Payment Gateway Service on E-Procurement platform". The
Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net
Banking to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006.
10. Corpus Fund

As per GO MS No.4, user departments shall collect 0.04% of ECV (estimated project cost) with a cap of Rs. 10,000 (Rupees
ten thousand only) for all works with ECV up to Rs.50 Crores, and Rs. 25,000/-(Rupees twenty-five thousand only) for
works with ECV above Rs.50 Crores, from successful bidders on e-Procurement platform before entering into agreement /
issue of purchase orders, towards e-procurement fund in favor of Managing Director, APTS. There shall not be any charge
towards e-Procurement fund in case of works, goods and services with ECV less than and up to Rs. 10 lakhs

11. RFP Document

The bidder is requested to download the RFP document and read all the terms and conditions mentioned in the RFP
Document and seek clarification, if any, from the RFP Inviting Authority. Any offline bid submission clause in the RFP
document could be neglected.

The bidder must keep track of any changes by viewing the Addendum/Corrigenda issued by the RFP Inviting Authority
from time-to-time in the e-Procurement platform. The Department calling for RFPs shall not be responsible for any
claims/issues arising out of this.

12. Bid Submission Acknowledgement

The bidder shall complete all the processes and steps required for Bid submission. The system will generate an
acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the
bidder. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system
are treated as invalid or not saved in the system. Such invalid bids are not made available to the RFP Inviting Authority for
processing the bids. The Government of AP is not responsible for incomplete bid submission by users.

a. The bidders may contact the EDT, APSFL Vijayawada for any further information / clarifications on e-
procurement.
b. The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e.,
www.eprocurement.gov.in. On registration in the e-procurement market place they will be provided with a user
ID and password by the system using which they can submit their bids on line.
c. While registering on the e-procurement market place, the bidders need to scan and upload the required
documents as per the RFP requirements on to their profile. The e-procurement market place provides an online
self-service registration facility to all such Contractors who are already registered with respective participating
departments for supply of specified goods and services.
d. All the bidders shall invariably upload the scanned copies of DD/BG in e-Procurement system and this will be the
primary requirement to consider the bid as responsive. The Department shall carry out the Technical bid
evaluation solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system
and open the price bids of the eligible and responsive bidders. The Department will notify the successful bidder
for submission of original hard copies of all uploaded documents and DD/BG towards EMD prior to entering into
agreement.

6|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

e. The bidders shall furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any
incorrectness/deviation noticed will be viewed seriously and apart from cancelling the work duly forfeiting the
EMD, criminal action will be initiated including suspension of business.

13. Last Date & Time of Submission of Tender Bid: 02-04-2018 by 15:00 Hrs. In case the date of submission (and
opening) is declared to be a holiday, the date of submission and opening of bid will get shifted automatically to next
working day at the same scheduled time. Any change in bid opening date due to any other unavoidable reason will be
intimated to all the bidders separately.

14. Opening of Tender Bids: The tender will be opened at 15:30 Hrs on 02-04-2018

15. Place of opening of Tender bids: APSFL has adopted e-tendering process which offers a unique facility for ‘Public
Online Tender Opening Event (TOE)’. APSFL’s Tender Opening Officers as well as authorized representatives of
bidders can attend the Public Online Tender Opening Event (TOE) from their offices.

16. The Bidder is required to submit the tender document online at the e-tender portal. Tender bids received after due
time & date will not be accepted.

17. Incomplete, ambiguous, Conditional, digitally unsealed tender bids are liable to be rejected.

18. MD, APSFL reserves the right to accept or reject any or all tender bids without assigning any reason.

19. The Bidder shall furnish a declaration under his digital signature that no addition/ deletion/corrections have been
made in the downloaded tender document being submitted and it is identical to the tender document appearing on E-
tender Portal (www.apeprocurement.gov.in).

20. In case of any correction/ addition/ alteration/ omission in the tender document, the tender bid shall be treated as
non-responsive and shall be rejected summarily. All documents submitted in the bid offer should be preferably in
English. In case the certificate viz. experience, registration etc. is issued in a language other than English, the Bidder
shall attach an English translation of the same duly attested by the Bidder & the translator, to be true copy in addition
to the relevant certificate.
21. All computer-generated documents should be duly attested/ signed by the issuing organization.
22. The Bidder shall submit the integrity pact duly signed as per format in Section 10.

23. Bid Timelines:

Activity Duration Date Time


(in weeks)
Issue of NIT T0 28/02/2018
Accessibility of Tender Document T0 28/02/2018 17:00 hrs
Pre-Bid Vendor Conference T+2 12/03/2018 11:00 hrs
Last Date & Time of seeking clarifications T+3 19/03/2018 17:00 hrs
Last Date & Time of Submission of bids online and Offline T+5 02/04/2018 15:00 hrs
documents
Opening of Pre-qualification and Compliance Bid T+5 02/04/2018 15:30 hrs
Opening of Financial Bid To be notified separately by APSFL

MD
Andhra Pradesh State FiberNet Limited,
3rd Floor, NTR Administrative Block,
Pandit Nehru Bus Station, NH – 65,
Vijayawada – 520001, Andhra Pradesh, India.
Email: apsfl@ap.gov.in Ph: 0866-2523216

7|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

2. Instructions to Bidder

2.1 Definitions

1. “Advance Purchase Order” or “APO” or “Advance Work Order” or “AWO” or “Letter of Intent” means the intention of
APSFL or APSFL to place the Purchase Order on the Bidder.

2. “APSFL” means the Andhra Pradesh State FiberNet Limited, which invites the tenders on behalf of the MD, APSFL,
Vijayawada.

3. “APSFL’s representatives” means designated officers/respective officers identified by APSFL, whatever designations
assigned to them from time to time, who may be the in-charge of direction, supervision, testing, acceptance & testing
including their successor(s) in the office appearing in various clauses.

4. “Bidder” means an Individual Company registered under the Companies Act, 1956 who participates in the bidding
process.

5. “Consortium” means group of maximum 3 companies partnering to participate in the bid.

6. “Business Day” means any day that is not a Sunday or a public holiday (as per the official holidays observed by
APSFL).

7. “Project Milestones”: The different stages of work completion shall be identified as

a. “Completion of a Gram Panchayat” means successful completion of


i. Installation of IPMPLS equipment
ii. Installation and commissioning of all Point of Presence (PoP) equipment and accessories as per Bill of
Material
iii. Integration of PoP with OFC network
iv. Acceptance testing of PoP

b. “Project completion” date shall be the date when at least 90% of the GPs are connected and certified by PMA.

c. “Completion Report” only upon completion of all the works as required to be done by PIA for 100% of the
Gram Panchayats and issuing of commissioning certificates for all the blocks by APSFL, the completion report
shall be released by APSFL to the PIA.

8. “Contract” means, the documents forming the tender and acceptance thereof and the formal agreement executed
between APSFL and the PIA, together with the documents referred to therein including these conditions, the
Specifications, designs, drawings and instructions issued from time to time, by APSFL and all these documents taken
together shall be deemed to form one contract and shall be complementary to one another. In the contract, the
following expressions shall, unless the context otherwise requires, have the meanings, hereby respectively assigned
to them. The issue of Purchase order shall constitute the award of contract on the Bidder.

9. “Contracted Rates” means the finalized price


a) per IPMPLS equipment
b) NOC Hardware & Software
c) other add-on items (unit rate)
d) Operation & Maintenance Rate for IPMPLS network (per Gram Panchayat/Block) and NOC

Payable to the PIA under the Work/Purchase Order based on performance of its contractual obligations. For more
details kindly referred under “Bid Prices”.

10. “CPSU” shall mean the Central Public-Sector Undertakings viz. BSNL, PGCIL and Railtel and their respective units who
are engaged in the BHARATNET project.

11. “Date of Commencement of Work” means the date on which Purchase Order is issued by APSFL to commence work.

12. “Document” means any embodiment of any text or image however recorded and includes any data, text, images,
sound, voice, codes or/and databases etc.

13. “Extension of Time” means the time granted by APSFL to complete the work beyond the normal time or stipulated
time.

8|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

14. “Intellectual Property Rights” means any patent, copyright, trademark, trade name, design, trade secret, permit,
service marks, brands, propriety information, knowledge, technology, licenses, databases, computer programs,
software, know how or other form of intellectual property right, title, benefits or interest whether arising before or
after the execution of this Contract and the right to ownership and registration of these rights.

15. “Normal Time or Stipulated Time” means time specified in the Purchase Order to complete the work.

16. “Operations and Maintenance” or “O&M” phase shall mean the phase that begins immediately after the successful
Completion of 90% of Gram Panchayats in the block.

17. “PIA” or “Project Implementation Agency” means the agency entrusted to carry out Project Implementation and
Maintenance for the total or part of work including supply of the goods and / or services of the project and shall
include such contractor’s legal representatives, successors and permitted assigns.

18. “PMA” or “Project Management Agency” means the agency entrusted by APSFL to carry out surprise audits and
certification of work carried out by PIA.

19. “Proposal” or “Bid” means the Qualification, Technical and Financial Bid submitted against this tender.

20. “Purchase Order” or “Work Order” means the order placed by the APSFL on the PIA signed by the APSFL including all
attachments and appendices thereto and all documents incorporated by reference therein. The Purchase Order along
with APO & Bid Documents shall be deemed as “Contract” appearing in the document.

21. “Notice Inviting Tender” or NIT means this document and its annexures, any corrigendum, addendum and any other
documents provided along with this NIT or issued during the selection of Bidder, seeking a set of solution(s),
services(s), materials and/or any combination of them.

22. “Service” means facilities/services to be provided as per the requirements specified in this tender document and any
other incidental services, such as installation, implementation, maintenance, and provision of technical assistance
and other such obligations of the PIA covered under the Contract.

23. “Site” shall mean the land or other places on, into or through which work is to be executed under the contract or any
adjacent land, path or street through which, the work is to be executed under the contract or any adjacent land, path
or street which may be allotted used for carrying out the contract.

24. “Subcontractor” means any person or persons or firm/company or their legal representatives, successors, assignees
to which part of the contract has been outsourced by the PIA.

25. “Work” or “Works” shall, unless there be something either in the subject or context repugnant to such construction,
be taken to mean the works, by the contract, contracted to be executed whether temporary or permanent and
whether original, altered, substituted or additional.

26. Words, term and expressions not specifically defined herein or in NIT documents shall have the same meaning
assigned to them in the Indian Sale of Goods Act 1930 or the Contract Act 1872 or the General Clauses Act 1897 as the
case may be. Head notes are for convenience purpose only and shall not affect the interpretation or construction of
any provision hereof/NIT documents.”

27. “Supplier” means OEM, individual or firm who would supply the material to be procured by PIA to execute the project
on turnkey basis under this contract.

28. “The Authority (OR) Client (OR) Department”: Managing Director, APSFL or any other official / agency authorized by
MD, APSFL or any authorized Government department / agency / Govt. Corporation. The Authority will enter into
agreement with the contractor i.e., the successful bidder for executing the works and will administer the contract.

29. “Tender Inviting Officer”: Managing Director, APSFL, Vijayawada.

30. “Operations and Maintenance” or “O&M” phase shall mean the phase that begins immediately after the successful
Completion of the first one-tenth (10%) of the Gram Panchayats.

31. “NOC”: Network Operations Centre

32. “PoP”: Point of Presence

9|P age
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

33. “Project”: Sequence of tasks, planned from beginning to end bounded by time, resources, & required results.
Implementation of proposed plan as per Scope of Work.

34. “ROW”: Rights of Way (RoW) where fiber laying work is to be done to be facilitated by State / Centre.

35. “Authority”: A person having the legal power to make and enforce the law;

36. “APO”: Advance Purchase Order.

37. “ABD”: As-Built Drawings: The intent of the as-built drawings is to provide detailed and accurate information, in a
useful format, to any party, public or private, that may have a need to locate or excavate installed infrastructure.

38. “BBNL”: Bharat Broadband Network Limited

39. “BSNL”: Bharat Sanchar Nigam Limited

40. “BSNL Exchanges”: Bharat Sanchar Nigam Limited’s exchanges located in 670 locations of Andhra Pradesh

2.2 Contents of Bid Submission and Bid Formats

The tender follows a 3-bid system comprising of Bid Confirmation Documents, Technical Bid Documents and Commercial
Bid Documents. All the documents should be uploaded separately (as per the sections) through e-Procurement portal.

Set No. Name of Documents Contents of the Set


Set 1 Bid Confirmation Documents a. RFP Document Fee Receipt
b. Bid Security/Earnest Money Deposit (EMD)
c. No Deviation Certificate as per format in Section 10
d. Total Responsibility Declaration as per the format in
Section 10
Set 2 Technical Bid Documents Technical Bid as per the format below in this section
Set 3 Commercial Bid Documents Commercial Bid as per the format below in this section

Note:

a. Prices of the bid should only be indicated in the set containing Commercial Bid only and should not be indicated in
any other portion of the bid. Indication of the price in any other sections will lead to disqualification of the
submitted bid.

b. All the pages of the bid must be sequentially numbered. The bid documents must contain in the beginning of the
document, a list of contents with page numbers. Any deficiency in the documentation may result in the rejection of
the Bid.

c. Names of the documents that the bidder must conform to while uploading the bid are mentioned in the Serial No.
section of the Pre-selection Criteria tables of this section

d. The original bid shall be prepared in indelible ink. It shall contain no interlineations or overwriting, except as
necessary to correct errors made by the Bidder itself. Any such corrections must be initialed by the person (or
persons) who sign(s) the bids.

e. All pages of the bid shall be initialed and stamped by the person (or persons) who signs the bid.

f. Failure to submit the bid before the submission deadline specified in the Bid Timelines sheet of Section 1 would
cause a bid to be rejected.

g. Authority will not accept delivery of bid by fax, e-mail or in person

2.2.1 Set 1: Bid Conformation Documents Format

S. No. Compliance Criteria Document Proof Compliance Ref. Format


(Yes/No) Section in RFP
1 RFP Fee Receipt Demand Draft Reference N/A
2 Bid Security/EMD Bank Guarantee Reference N/A
3 No Deviation Certificate Self-Declaration Certificate 10

10 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

4 Total Responsibility Self-Declaration Certificate 10


5 Cover Letter Cover Letter as per the format 10

2.2.2 Set 2: Technical Bid Documents Format

S. Compliance Criteria Document Proof Compliance Ref.


No. (Yes/No) Format
Section in
RFP
1 Company Profile of all participating Self-Declared Profile as per the Format 10
companies
2 Certificate of Incorporation from Registrar Self-Certified copy of Certificate of N/A
of Companies of all participating companies Incorporation
3 Articles and Memorandum of Association of Self-Certified copy of Articles of N/A
all participating companies Association and Memorandum of
Association
4 Bidder/s Permanent Account Number Self-Certified copy of PAN N/A
5 Bidder/s GST registration Self-Certified copy of GST N/A
6 Bidder/s should not be blacklisted by any Undertaking by the authorized 10
Central/ State Government/ PSU or signatory of the bidder/each
Telecom operator in India on the date of consortium member as per format
submission of bid
7 Undertaking for inclusion of MSMEs in Undertaking by the authorized 10
Project Delivery signatory of the sole bidder/lead bidder

8 Bidder should submit MAF (Manufacturer Manufacturer Authorization Form 10


Authorization Form) with the product
OEMs
9 Minimum Cumulative turnover of the Certificate from the Statutory Auditor / N/A
bidder/consortium from last 3 FYs from CA clearly specifying the annual
activities relating to IT Systems Integration turnover
services / IT services / Network services /
Telecom services / NMS / OSS/ BSS
services in India or abroad should be Rs.
450 Cr.
10 Net worth of the bidder/consortium as on Certificate from the Statutory Auditor / N/A
last 31st March 2017 should be a minimum CA clearly specifying the net worth of
of Rs. 75 Cr. the company
11 For Sole Bidder/Consortium– ISO 9001, ISO Self-Certified copies of valid certificates N/A
27001:2005 in the name of the bidder/s
In case consortium with MSME Partner –
MSME Certificate, ISO 9001, ISO
27001:2005
13 The Sole bidder or Lead Bidder should have Self-certification duly signed by
a project office in the respective state. authorized signatory on company letter
However, if the local presence is not there head
in the State, the selected bidder should give
an undertaking for establishment of a
project office, within one month of award of
the contract
15 Project Credentials Summary Self-Declared Summary of all projects 10
that satisfy the Technical Qualifications
16 Project Execution Experience Proof of the project/s undertaken 10
(Work Order and Completion Certificate
from the Client)
In case of partial completion of the
project, the bidder must submit a
certificate certifying 85% completion of
project scope
17 Detailed Proposed Solution Compliance to the format specified 10
18 Project Plan Compliance to the format specified 10
19 Manpower Plan Compliance to the format specified 10
20 Proposed CVs Compliance to the format specified 10
11 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

21 Compliance to Requirement (Technical / Compliance to the format specified 10


Functional Requirements)
22 Proposed Bill of Material Compliance to the format specified 10
23 Anti-Collusion Certificate Undertaking by the authorized 10
signatory of the sole bidder/lead bidder
24 Cover Letter (if required) Cover Letter N/A

2.2.3 Set 3: Commercial Bid Documents Format

2.2.3.1 Price Bid Schedule

2.2.3.1.1 Price Bid for Supply of Components

S. No. Item description including Unit of Quantity Unit Cost in INR Amount
Specification Measurement (excluding taxes) (excluding
taxes)
1 Master Block/Mandal Hub Node Nos. 62
2 Block / Mandal IPMPLS Nodes Nos. 608
3 GP IPMPLS Node Nos. 12,746
4 Racks (24U) Nos. 12,746
5 Racks (42U) Nos. 737
6 To provide Earthing at each as per Connection 13,478
standard practices
Network Operation Centre (DC & DR)
1 EMS with necessary software and Set 2
hardware, NMS Interface, GIS Interface
and Fault Management, to be work as hot
stand-by
2 NMS with necessary software and Set 2
hardware, EMS and FMS Integration and
Fault Management, to be work as hot
stand-by
3 Operation Support Service Set 2
4 Core Switch Nos. 4
5 Video wall for NMS Nos. 2
6 Core IP MPLS Router Nos. 4
7 Firewall Nos. 4
8 AAA servers with necessary hardware and Set 2
software
9 Civil and Electrical Infra with 20 KVA UPS Set 2
(1+1), Silent DG of 45 KVA (1+1), Air
conditioning (PAC and CAC) and Earthing,
Fire and Safety Facilities. IP Phones, Video
conference equipment.
10 Furniture and Fixtures Set 2
11 OSS with necessary hardware Set 2
12 BSS with necessary hardware Set 2
13 Automation & Orchestration platform with Set 2
necessary hardware
Miscellaneous
1 Any Costs towards miscellaneous items, Lumpsum
etc.
Total Amount

2.2.3.1.2 Price Bid for Installation and Commissioning

S. No. Item description including Specification Unit of Quantity Unit Cost in Amount
Measurement INR (excluding
(excluding taxes)
taxes)
1 Installation and Commissioning of Master Nos. 62
Block/Mandal Hub Node with accessories and
12 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Integration with OFC Network


2 Installation and Commissioning of Nos. 608
Block/Mandal Node with accessories and
Integration with OFC Network
3 Installation and Commissioning of GP IPMPLS Nos. 12,746
Node with accessories and Integration with
OFC Network
Network Operation Centre (DC & DR)
1 Installation and Commissioning of NOC (DC & Sets 2
DR)
Miscellaneous
1 Any Costs towards miscellaneous items, etc. Lumpsum

Total Amount

2.2.3.1.3 Total Capex Cost

S. No. Item Total Price (INR) Total Price in words


(Excluding Taxes) (Excluding Taxes)
1. Price for Supply of Components
2. Price for Installation & Commissioning
Total IN INR (X1)

2.2.3.1.4 Price Bid for O&M for 7 years

S. No Item Total Price Total Price in words Excluding Taxes


(INR) Excluding
Taxes
1. O&M services cost for 1st Year
2. O&M services cost for 2nd Year
3. O&M services cost for 3rd Year
4. O&M services cost for 4th Year
5. O&M services cost for 5th Year
6 O&M services cost for 6th Year
7. O&M services cost for 7th Year
Total in INR (X2) O&M services cost for 7
Years
Total in INR (X2) O&M services cost for 7 Years in words:

2.2.3.1.5 Total Bid Price

S. No Item Total Price (INR) Total Price in words


(Excluding Taxes) (Excluding Taxes)
1. Capex Cost (X1)
2. O&M Cost (X2)
Total in INR (X1+X2)

Note: Taxes will be paid at actuals as per prevailing rates during submission of bills.

2.3 Selection Process of Bidder

APSFL shall constitute an Technical Evaluation Committee to evaluate the responses of the bidders. The committee shall
evaluate the responses to the RFP all supporting documents/documentary evidence. Inability to submit requisite
supporting documents/documentary evidence by bidders may lead to rejection of their bids.

The decision of the Technical Evaluation Committee in the evaluation of bids shall be final. No correspondence will be
entertained outside the process of evaluation with the Committee. The Committee may ask for meetings or presentation
with the Bidders to seek clarifications or conformations on their bids. The Committee reserves the right to reject any or all
bids. Each of the responses shall be evaluated as per the criteria and requirements specified in this RFP.

13 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The steps for evaluation are as follows:

Stage 1: Bid Confirmation and Qualification Evaluation

APSFL shall validate the documents submitted by the bidder. The bid conformation evaluation includes checking of:

1. RFP Document Fee Receipt


2. Bid Security/Earnest Money Deposit (EMD)
3. No Deviation Certificate as per format in Section 10
4. Total Responsibility declaration as per the format in Section 10
5. Successful submission of Pre-Qualification Document Set
6. Successful submission of Technical Bid Document Set
7. Successful submission of Commercial Bid Document Set

Stage 2: Technical Evaluation

1. If the contents of the Set 1 are as per the requirements and the rest of the sets are submitted, APSFL shall open the
“Technical Bid”. Each of the Technical qualification conditions mentioned is mandatory. In case, the Bidder does not
meet any one of the conditions, the bidder shall be disqualified. The Bid Security amount shall be returned without
any interest to the respective disqualified bidders within 30 days of opening of financial bid.
2. APSFL will review the technical bids of the short-listed bidders to determine whether the technical bids are
substantially responsive. Bids that are not substantially responsive are liable to be disqualified at APSFL’s discretion.
3. The bidders' technical solutions proposed in the bid document shall be evaluated as per the requirements specified in
the RFP and technical evaluation framework as mentioned below in the following section
4. Bidders should submit detailed “Approach & Methodology for the solution proposed “
5. Financial bid will not be opened for those bidders, who don’t qualify the technical evaluation. Bid Security amount
shall be retuned for those who don’t qualify the financial evaluation stage within 30 days of opening of financial bid.

Stage 3: Commercial Evaluation

1. All the technically qualified bidders will be notified to participate in commercial bid opening process.
2. The commercial bids for the technically qualified bidders shall then be opened on the notified date and time and
reviewed to determine whether the commercial bids are substantially responsive. Bids that are not substantially
responsive are liable to be disqualified at Authority’s discretion.
3. Commercial bids that are not as per the format provided shall be liable for rejection.
4. The bid price shall exclude all taxes and levies.

Stage 4: Total Bid Evaluation

The Bidder who shall have the least/lowest value of bid shall be declared as “L1” and shall be awarded the project. APSFL’s
decision shall be final and binding.

2.3.1 Qualification Criteria for System Integrators

S. No. Eligibility Criteria Document to be submitted


A: General  The Sole Bidder or Consortium
Eligibility (No  Maximum of 3 companies are allowed in a consortium
ISPs, TSPs and  Bidders are encouraged to include Micro, Small and
VNOs are Medium Enterprises (MSMEs) registered in the state
allowed) of Andhra Pradesh as a part of the consortium and
should earmark a minimum of 10% of the total
Name of the contract.
upload: Q1  The sole bidder/all the consortium members shall be
an Indian Registered Company under Company Act
1956 or 2013.
 The lead bidder shall be sole point of contact for the
authority and will be responsible for successful
execution of the project.
 The bidder shall provide the following documents.
1.1 Certificate of Incorporation from Registrar of Certificate of Incorporation
Companies of all participating companies
1.2 Articles and Memorandum of Association of all Articles and Memorandum of
participating companies Association

14 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

1.3 Annual Report for the last three financial years.  Audited Annual Report for the last
In case of MSME, Annual Report for the last two three financial years i.e. FY 2014-
financial years. 2015, FY 2015-16 and FY 2016-17
 For MSMEs Audited Annual Report
for the last two years i.e., FY 2015-
2016, FY 2016-2017
1.4 Bidder/s should provide Copy of Permanent Account Permanent Account Number
Number
1.5 Bidder/s should have GST registration number GST registration number
1.6 Bidder/s should be in Business operation for at least Undertaking from Bidder or
last 5 years in India as on the date of bid submission. Consortium Members
In case of MSME, the MSME consortium member should
be in business operation for at least 2 years in India as
on the date of bid submission.
2. Bidder/s should not be blacklisted by any Central/ Non-Blacklisting Certificate
State Government/ PSU or Telecom operator in India on
the date of submission of bid.
3. Undertaking for inclusion of MSMEs in Project Undertaking from Bidder
Delivery.
If the bidder doesn’t form a consortium with an MSME,
the bidder should earmark a minimum of 10% of the total
contract for procuring goods and services from MSMEs
registered in state of Andhra Pradesh.
4. Bidder should submit MAF (Manufacturer  Authorization Letter from OEMs
Authorization Form) with the product OEMs for  Teaming agreement with the product
electronics & electrical equipment. The Bidder / OEMs
Consortium can quote products from only one OEM for
each of the equipment categories. In case of Bidders
offering multiple OEM options, such bids will be rejected.
OEM shall ensure that all equipment / components / sub-
components being supplied by them shall be supported
for the entire contract period of 7 years. If the same is de-
supported by the OEM for any reason whatsoever, the
bidder shall replace it with an equivalent or better
substitute that is acceptable to Purchaser without any
additional cost to the Purchaser and without impacting
the performance of the solution in any manner
whatsoever.
5. The Sole bidder or Lead Bidder should have a project Self-certification duly signed by
office in the respective state. However, if the local authorized signatory on company letter
presence is not there in the State, the selected bidder head
should give an undertaking for establishment of a project
office, within one month of award of the contract.
B. Financial Minimum Cumulative turnover of the bidder / Certificate from the statuary auditor /
Eligibility consortium from last 3 FYs from activities relating to IT Chartered Accountant clearly specifying
Systems Integration services / IT services / Network the annual turnover for the specified
Name of the services / Telecom services / NMS / OSS/ BSS services in years
upload: Q2 India or abroad should be Rs. 450 Cr.
Net worth of the bidder/consortium as on last 31st March Certificate from the statuary auditor/
2017 should be a minimum of Rs. 75 Cr. Chartered Accountant clearly specifying
the net worth of the firm
C. Certifications For Sole Bidder/Consortium– ISO 9001, ISO 27001:2005 Self-Certified copies of valid ISO
In case consortium with MSME Partner – MSME Certificates
Name of the Certificate, ISO 9001, ISO 27001:2005
upload: Q3

D. Project Approach and Methodology of implementing the project  Project Management Approach
Approach  Timelines
Name of the  Solution architecture
upload: Q4  Strategy to maintain all the SLAs
E. Project The Lead bidder should have an install base of at least Purchase Orders/Project Completion
Experience 200 IP/MPLS edge/ aggregation/core routers along with Certificates from Customer.
establishment of POP locations with rack and UPS, which

15 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

should be working satisfactorily for over one year and


out of these, a minimum of 100 IP-MPLS edge/
aggregation/ core routers should be deployed in India in
one single network preferably in Government/ telco
network.
F. Key Personnel Bidder has to submit manpower plan along with the bids Resumes of proposed personnel along
Name of the with minimum 20 OEM certified network experts (i.e., with self-certified OEM certificates
upload: Q5 CCIE, CCNP or equivalent)
1. Project Director
 should be MBA/PGDBM and B.Tech/MCA from
premier institute.
 should have at least 15 years of experience with
at least 10 years of experience in large scale
IPMPLS/Telecom deployment projects in India.
 should have experience of leading the team for
implementation projects of large nature in India.
2. Project Manager
 should be MBA/PGDBM and B.Tech/MCA from
premier institute.
 should have project management certification
such as PMP, PRINCE2.
 should have at least 7 years of experience with at
least 4 years of experience in large scale projects
in India.
 should have experience of leading the team for
implementation projects of large nature in India.
 should have experience in implementation /
monitoring projects of Central / State / PSU
Government of India.
3. Electronics & IPMPLS Equipment Expert
 should be B.Tech / MCA from premier institute.
 should have 5 years of experience with at least 2
years of experience in integration /
implementation of electronic and IPMPLS
equipment in India.
4. Network Operation Centre Expert
 should be B.Tech / MCA from premier institute.
 should have 7 years of experience with at least 4
years of experience in integration /
implementation of Network Operation Centres.

2.3.2 Qualification Criteria for Original Equipment Manufacturers

1. Bidder/Consortium can only bid with a single OEM for IP/MPLS Routers for GP, Block and Master Block. In case of
Bidder/Consortium offering multiple OEM options for IP/MPLS routers at GP, Block and Master Block, such bids shall
be rejected.
2. OEM should have deployed similar solutions in at least five Service Providers in India/Globally.
3. The OEM should have an aggregate installed base of at least 200 IP/MPLS edge / aggregation/ core routers which
should be working satisfactorily for over one year. Of these, a minimum of 100 IP-MPLS edge / aggregation/ core
routers should be deployed in India in one single network preferably in Government/ telco network.
4. The aggregate installed base of Access routers deployed in India/Globally by the OEM should be at least 4,000, which
should be working satisfactorily for over two years

Commercial eligibility

1. OEM (Parent company) & its Indian registered Subsidiary Should have made profit for Last 3 years individually as
per the audited balance sheet, however for financial year 2017-18 self-undertaking can be submitted by OEM (Parent
company) & its Indian Subsidiary, if the audited results not published and provisional certificate by CA be submitted
by June 2018.
2. OEM (Parent company) & its Indian registered Subsidiary individually should have turnover for 2000 Crores Rupees
or equivalent foreign currency on average in last 3 years.
3. OEM through its Indian Subsidiary should have presence in Indian for last 10 years.

16 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

4. OEM through its Indian registered Subsidiary have multilevel certification courses & minimum 2 tier 1
training partner in India with training facilities. Indian Subsidiary or Its training partner should have
Training Lab for Hands on Practice in Andhra Pradesh (or) OEM has to give an undertaking to setup the same
before the project go live.
5. OEM through its Indian Subsidiary must have 24X7 hotline & toll-Free help desk for service support in India
with their own technical support centre with a minimum of 100 seats based in Andhra Pradesh (or) OEM has
to give an undertaking to setup the same before the project go live.
6. OEM should be an established industry player in its respective domain like Networking, and IT (Server & storage) etc.
and should be in Top Five position globally as per third party reports likes of Gartner's / Forester / IDC / OVUM /
INFONETICS for each respective domain.

2.3.3 Commercial Evaluation

Evaluation of bids shall be done on Least Cost/Lowest Cost (L1) criteria as detailed. The bidder must qualify the eligibility
criteria for further evaluation for being eligible for opening of commercial bid. The bids which gets qualified in the
technical evaluation process will be eligible for the commercial evaluation and will be processed further. The bids quoted
as per the commercial bid format shall be considered for financial evaluation.
The Bidder who shall have the least/lowest value of “Z” i.e. “Z=X1+X2”, where X1 is Total Capex Cost and X2 is Total Opex
Cost in Table of Commercial Bid given in Section Bid Submission Formats shall be declared as “L1” and shall be awarded
the project. APSFL’s decision shall be final and binding.
Bidders quoting unrealistic cost of items shall be rejected straightaway by the committee and EMD of such bidder shall be
forfeited. Any bid found to have unsatisfactory response in any of the eligibility criteria as mentioned may be rejected and
shall not be considered for further evaluation.

2.3.4 Total Bid Evaluation

Refer Stage 4: Total Bid Evaluation section defined above.

2.4 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of the bid. APSFL will, in no case, be
responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

2.5 Bid Document Structure

The details regarding the services required be providing, and / or executing; bidding procedures and contract terms and
conditions are prescribed in the Bid Documents. The Bid documents include:

1. Notice Inviting Tender


2. Instructions to Bidders
3. General Conditions of Contract
4. Project Stakeholders: Roles & Responsibilities
5. Project Schedule
6. Scope of Work
7. Service Level Agreement
8. Proposed Bill of Material
9. Testing & Quality Assurance Process
10. Formats
11. Annexures

The Bidder is expected to examine all instructions, forms, terms and Specifications in the Bid Documents and
clarifications/ amendments/ addenda, if any. Failure to furnish all information required as per the Bid Documents or
submission of the bids not substantially responsive to the Bid Documents in every respect will be at the Bidder’s
risk and may result in rejection of the bid.

2.6 Information and instruction to Bidders for e-Tendering

The Bidder shall submit their response through Bid submission process on e-Procurement platform at
“www.apeprocurement.gov.in” by following the procedure given below:

1. The bidder would be required to register on the e-procurement platform www.apeprocurement.gov.in or


https://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the RFP
17 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Inviting Authority for the RFPs published in e-Procurement platform.


2. The bidders shall submit their Bid Conformation Documents, Pre-Qualification Document, Technical bid document and
commercial bid document online in e-Procurement web site. The bidders shall upload the scanned copies of all the
relevant certificates, documents etc., in support of their proposed bid and other certificates/documents with clear
readability, in the e-Procurement web site. The bidder should sign on all the statements, documents, certificates
uploaded in the e-Procurement website, owning responsibility for their correctness/authenticity.
3. For registration and online bid submission bidders may contact Helpdesk on www.apeprocurement.gov.in or
https://tender.apeprocurement.gov.in
4. Digital Certificate authentication:
a. The bidder shall authenticate the bid with the agency’s Digital Certificate for submitting the bid electronically on
e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on
the e-Procurement platform.
b. For obtaining Digital Signature Certificate, you may please contact:
 Andhra Pradesh Technology Services Limited, Vijayawada, www.apts.gov.in (OR)
 Any Registration Authorities of Certifying Authorities in India. The list of CAs is available on
https://tender.apeprocurement.gov.in/DigitalCertificate/signature.html

2.7 Clarification of Bid Documents

1. A prospective Bidder, requiring any clarification on the Bid Documents shall mail the queries in below mentioned
format to apsfl@apsfl.in before pre-bid date. Copies of the query (without identifying the source) and clarifications by
the APSFL shall be uploaded as addenda to the concerned tender for all the prospective bidders who have downloaded
the official copy of tender documents.

2. Any clarification issued by APSFL in response to query raised by prospective bidders shall form an integral part of bid
documents and it may amount to an amendment of relevant clauses of the bid documents.

3. The clarifications to be sought by the bidders from the APSFL shall be furnished in the following format.

S. No. Section Clause Brief Description of Ref Page No in Tender Query/ Comments of
the clause Bidder

4. The clarifications shall be sought for commercial conditions and technical conditions separately in the above format.
The clarifications sought without any mention of the clauses of the tender document/GR may not be considered.

2.8 Amendment of Bid Documents

1. At any time, prior to the date of submission of Bids, APSFL may, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective Bidder, modify bid documents by amendments.

2. The amendments shall be notified in writing through APSFL website to all prospective bidders on the address
intimated at the time of purchase of the bid document from APSFL and these amendments will be binding on them.

3. To afford prospective bidders a reasonable time to take the amendment into account in preparing their bids, APSFL
may, at its discretion, extend the deadline for the submission of bids suitably.

2.9 Offline Submissions

1. The Bidder is requested to submit the following documents offline to Managing Director, Andhra Pradesh FiberNet
Limited, 3rd Floor, NTR Administrative Block, Pandit Nehru Bus Station, NH – 65, Vijayawada – 520001, Andhra
Pradesh, India, before the date and time of bid submission in a Sealed Envelope; otherwise the bid shall not be opened.
a. Original copy of the Bid Security in the form of a Bank Guarantee / Demand Draft / Banker’s cheque in
accordance with the details mentioned in Detailed NIT (As per the provided format).
b. Original copy of the letter of authorization shall be indicated by written power-of-attorney (As per the
provided format).
c. Demand Draft/ Banker’s cheque of INR 5,00,000/- (including GST) drawn in favour of Andhra Pradesh
FiberNet Limited payable at Vijayawada and drawn on any scheduled/Nationalized bank against payment of
NIT fee.
d. Integrity Pact duly signed by the Bidder, as per the format given.

2. The envelope shall bear (the project name), the Tender number, and the words ‘DO NOT OPEN BEFORE’ (due date &

18 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

time).

3. The Bidder should also upload the Scanned copy of original documents (Under above mentioned points in Pre-
qualification and compliance Part as Main Bid Pre-qualification and compliance, or Bid-Annexure during Online Bid-
Submission.

2.10 Bid Form

The Bidder shall complete the bid form and appropriate Price Schedule furnished in the Bid Documents, indicating the
services to be provided along with a brief description as per given format.

2.11 Bid Prices

1. The Bidder shall give the price exclusive of all taxes for the goods and services to be provided. The prices should be
quoted strictly as per the Price Schedule. Quoted price should be exclusive of all incidental services. The offer shall be
firm in Indian Rupees. Minimum 20% of the total Bid value should be for OPEX period (Annual maintenance cost for 7
years), bid received with less than 20% towards OPEX cost of the total bid value will be rejected.
2. PIA shall quote for operation and maintenance of the equipment for 7 years.
3. PIA shall purchase comprehensive warranty of equipment for 5 years and 2 years of AMC.
4. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected.

2.12 Documents Establishing Conformity to Bid Documents

Pursuant to clauses, the Bidder shall furnish, as part of his bid, documents establishing the conformity of his bid to the Bid
Documents of all goods and services which the Bidder proposes to provide under the contract. The documentary evidences
of the “services” conformity to the Bid Documents may be, in the form of literature, drawings, data, etc. and the Bidder
shall furnish a detailed description of goods and services with essential technical and performance characteristics.

2.13 Bid Security/EMD

1. Pursuant to clauses, the Bidder shall furnish, as part of its bid, a bid security for an amount mentioned in NIT.

2. The bid security shall be in the form of a Bank Guarantee issued by a scheduled bank in favour of the APSFL, valid for a
period of 210 days from the date of tender opening. Bid security in the form of Account Payee Demand Draft or
Banker’s Cheque, safeguarding the APSFL’s interest in all respects, shall also be acceptable. However, no interest shall
be payable on this account.

3. A bid not secured in accordance with Clauses mentioned in section “Bid Security” shall be rejected by the APSFL being
non-responsive at the bid opening stage.

4. The bid security of the unsuccessful Bidder will be discharged/ returned as promptly as possible, but not later than 30
days after the expiry of the period of the bid validity prescribed by the APSFL pursuant to clause mentioned in section
“Period of Validity of Bids”.

5. The successful Bidder’s bid security will be discharged upon the Bidder’s acceptance of the Advance Purchase Order
or letter of intent satisfactorily in accordance with below clause below and furnishing the performance security.

6. The bid security is required to protect the APSFL against the risk of Bidder’s conduct. The bid security may be
forfeited:
a. If the Bidder withdraws his bid during the period of bid validity specified by the Bidder in the Bid form.
b. In the case of successful Bidder, if the Bidder fails to:
i. Sign the contract in accordance with clause mentioned in section “Signing of Contract”; or
ii. Furnish performance security within specified time in accordance with clause mentioned in section
“Issue of Advance Purchase Order”.
c. In both the above cases, the Bidder will not be eligible to participate in the tender for same item for one year
from the date of issue of APO/ LOI. The Bidder will not approach the court against the decision of APSFL in
this regard.
d. The Bidder shall submit an irrevocable undertaking duly signed by it stating that the Bidder shall be liable for
due performance of contract.

2.14 Period of Validity of Bids

1. Every Bid shall remain valid for a period of 180 days from the date of opening of bids prescribed by the APSFL. A bid

19 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

valid for a shorter period shall be rejected by the employer as being non-responsive.

2. In exceptional circumstances, the APSFL may request the consent of the Bidder for an extension to the period of bid
validity. The request and the response thereto shall be made in writing. The bid security provided under clause
mentioned in section “Bid Security” shall also be suitably extended. The Bidder may refuse the request without
forfeiting his bid security. A Bidder accepting the request and granting extension will not be permitted to
modify its bid.

2.15 Format and Signing of Bid

1. The Bidder shall prepare one complete set of bids as per instructions mentioned. In the event of any discrepancy
between the Electronic Forms™ and the ‘Main-Bid’, the contents of the Electronic Forms™ shall prevail. The copy of
Memorandum and Articles of Association may be provided in the bid.

2. The Bid shall be typed or printed and all the pages numbered consecutively and shall be signed by the Bidder or a
person or persons duly authorized to bind the Bidder to the contract. The letter of authorization shall be indicated by
written power-of-attorney accompanying the bid. All pages of the original bid shall be signed by the person or persons
signing the bid. The bids submitted shall be sealed properly.

3. The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the
Bidder in which case such corrections shall be signed by the person or persons signing the bid.

4. The Power of Attorney shall be e-stamped or executed on non-judicial stamp paper of appropriate value as prevailing
in the respective states(s) and the same be attested by a Notary public or registered before Sub-Registrar of the
states(s) concerned.

5. The Power of Attorney is to be executed by a person who has been authorized by the Board of Directors of the Bidder
in this regard, on behalf of the Company.

6. Name, designation, Phone number, mobile number, email address and postal address of the authorized signatory shall
be provided.

2.16 Sealing and marking of bids

1. All envelopes shall bear the Project Name, the Tender Number, and the words ‘DO NOT OPEN BEFORE (due date &
time)’.

2. The envelope shall indicate the name and address of the bidders to enable the documents to be returned unopened in
case it is declared 'late' or rejected.

3. The responsibility for ensuring that the tenders are delivered in time would vest with the Bidder.

4. Offline documents delivered in person on the day of tender opening shall be delivered up to 15.00 Hrs. to the MD,
APSFL at the venue (address is given in NIT) of the tender opening. The APSFL shall not be responsible if the bids are
delivered elsewhere.

5. Venue date and time of tender opening shall be as mentioned in the NIT. If due to administrative reasons, the venue of
Bid opening is changed, it will be displayed prominently on notice board and on APSFL website.

6. The Bidder shall also upload the Scanned copy of all above said original documents required under this clause in
Technical-Prequalification and Compliance during Online Bid-Submission.

7. If bids and the envelope(s) for offline submission are not sealed and marked as required above, the bid shall be
rejected.

2.17 Submission of Bids

1. The Bidder is required to submit the bid online. Bids received after due time & date, as indicated in the Detailed NIT,
will not be accepted. Offline submission of bids would not be accepted and only the documents mentioned in the
section “Offline Submission” shall be submitted offline.

2. In case any bidder is not able to upload the entire set of documents on e-procurement platform either due to
space/size constraints or any other technical hitches, only in such cases, the relevant hard copies of the left-over

20 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

documents which would not be uploaded on e-procurement platform may be submitted in sealed covers in APSFL
office located at 3rd Floor, NTR Administrative Block, PNBS, Vijayawada, AP, before the stipulated closure time of bid
submission. A self-certificate from the bidder in this regard detailing the reasons for submitting the hard copies, if any,
duly bringing out issues faced in uploading them on e-procurement platform, if any, shall also be submitted.

3. The uploaded documents on the e-procurement platform and the hard copies submitted in sealed covers. If any,
together will be treated as a single set of documents, under a bid and will be evaluated accordingly.

4. The APSFL may, at its discretion, extend this deadline for the submission of bids by amending the Bid Documents in
which case all rights and obligations of the APSFL and bidders previously subject to the deadline will thereafter be
subjected to the deadline as extended.

2.18 Modification and Withdrawal of Bids

1. The Bidder may modify, revise or withdraw its bid after submission prior to the deadline prescribed for submission of
bid, provided that the written notice of the modification/ revision or withdrawal is received by the APSFL prior to the
deadline prescribed for submission of bids.

2. The Bidder's modification, revision or withdrawal shall be prepared, sealed, marked and online submitted as required
in the case of bid submission in accordance with the provision of section “Offline Submission”. A withdrawal notice
may also be sent by email but followed by a signed confirmation copy by post not later than the deadline for
submission of bids.

3. Subject to section “Clarification of Bids”, no bid shall be modified subsequent to the deadline for submission of bids.

2.19 Opening of Bids by APSFL [Public Online Tender Opening Event (TOE)]

1. The APSFL shall open bids online at the time specified in the Detailed NIT. One/ two duly authorized representative(s)
of bidders are requested to carry a Laptop with Wireless Internet Connectivity, if they wish to come to APSFL office for
the Public Online TOE.

2. The Bidder's representatives, who are present, shall sign in an attendance register. APSFL letter to this effect shall be
submitted by the bidders before they can participate in bid opening ((As per the provided Format).

3. The Bidder's names, bid prices, modifications, bid withdrawals and such other details as the APSFL, at its discretion,
may consider appropriate will be taken as input for the Comparison Chart. The information in the Comparison Chart is
based on the data submitted by the Bidders. A detailed Technical and/or Financial Comparison Chart enhances
Transparency.

4. The date fixed for opening of bids, if subsequently declared as holiday by the APSFL, the revised date of schedule will
be notified. However, in absence of such notification, the bids will be opened on next working day, time and venue
remaining unaltered.

5. Every legal requirement for a transparent and secure ‘Public Online Tender Opening Event (TOE)’, including digital
counter-signing of each opened bid by the authorized TOE-officer(s) in the simultaneous online presence of the
participating bidders’ representatives, has been implemented on the portal.

6. The bids shall be opened in two stages. During the first Tender Opening Event (TOE), only the Prequalification and
Compliance - Part of the bids shall be opened. Subsequently, the Financial - Part of those bids which are found to be
qualified shall be opened during another Tender Opening Event (TOE).

7. It is recommended that all authorized users of PIA organizations shall peruse the information provided under the
relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use
of the portal.

8. The following 'FOUR KEY INSTRUCTIONS for BIDDERS' must be assiduously adhered to:
a. Obtain individual Digital Signing Certificate (DSC or DC) well in advance of your first tender submission deadline
on the portal.
b. Register your organization on the portal well in advance of the important deadlines for your first tender on the
portal viz. ‘Date and Time of Closure of Procurement of Tender Documents’ and ‘Last Date and Time of Receipt of
Bids’. Please note that even after acceptance of your registration by the Service Provider, to respond to a tender
you will also require time to complete activities related to your organization, such as creation of users, assigning
roles to them, etc.
c. Get your organization's concerned executives trained on the portal well in advance of your first tender submission
21 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

deadline on the portal


d. Submit your bids well in advance of tender submission deadline on the portal (There could be last minute
problems due to internet timeout, breakdown, etc.)

9. Minimum Requirements at Bidder’s End:


a. Computer System with good configuration (Min PIV, 1 GB RAM, Windows XP with service pack 3)
b. Broadband connectivity
c. Microsoft Internet Explorer 6.0 or above
d. Digital Certificate(s)

2.20 Clarification of Bids

To assist in the examination, evaluation and comparison of bids, the APSFL may, at its discretion ask the Bidder for the
clarification of its bid. The request for the clarification and the response shall be in writing. However, no post bid
clarification at the initiative of the Bidder shall be entertained.

2.21 Contacting the APSFL

1. Subject section “Clarification of Bids”, no Bidder shall try to influence the APSFL on any matter relating to its bid, from
the time of the bid opening till the time the contract is awarded.

2. No Bidder shall, directly or through any other person or firm, promise or give to any of the APSFL’s employees
involved in the tender process or the execution of the contract or to any third person any material or other benefit
which he/she is not legally entitled to, to obtain in exchange any advantage of any kind whatsoever during the tender
process or for award of the contract.

3. Any effort by a Bidder to modify its bid or influence the APSFL in the APSFL’s bid evaluation, bid comparison or
contract award decision shall result in the rejection of the bid.

4. Bidders are hereby cautioned that any attempt for cartel formation will be viewed seriously and may at the discretion
of the APSFL, leads to cancellation of tender. APSFL in its sole discretion may decide to forfeit Bid Security of such
bidders and blacklisting / debarring them besides taking other punitive measures. The decision of the APSFL in this
regard shall be final and binding.

2.22 Placement of Purchase Order or Work Order

The APSFL shall consider placement of purchase order only on those eligible bidders whose offers have been found
technically and financially acceptable. The APSFL reserves the right to counter offer price(s) against price(s) quoted
by any Bidder.

2.23 APSFL’s Right to accept any Bid and to reject any or all bids

The APSFL reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time
prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the
affected Bidder or bidders on the grounds of APSFL’s action.

2.24 Issue of Advance Purchase Order

1. The issue of an Advance Purchase Order (APO) or Letter of Intent (LoI) shall constitute the intention of the APSFL to
enter into contract with the Bidder.

2. The Selected Bidder shall, within 14 days of issue of the APO / AWO, submit unconditional & unequivocal
acceptance of APO / AWO along with Performance Security in conformity to NIT.

2.25 Signing of Contract

1. The signing of contract or issue of Purchase Order or Work Order shall constitute the award of contract to the Bidder.
The contract with the successful Bidder shall be signed by APSFL after acceptance of APO by the successful Bidder and
the Bidder has submitted the performance security in conformity with pro forma enclosed in the bid document.

2. Upon the successful Bidder furnishing performance security, the APSFL shall discharge the bid security.

22 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

2.26 Performance Security

PIA shall furnish Performance Security to the APSFL at the time of signing the Contract which shall be equal to 10% of the
value of the Contract and shall be in the form of a Bank Guarantee Bond from a Nationalized/Scheduled Bank in the
Performa given Section within 15 days after issuance of letter of intent (LOI) or Letter of Award (LoA) which would be
valid up to a period of six months after the contract completion period.

2.27 Annulment of Award

Failure of the successful Bidder to comply with the requirement of section “Signing of Contract” above shall constitute
sufficient ground for the annulment of the APO and the forfeiture of the bid security in which event the APSFL may call for
fresh bids.

2.28 Quality Assurance Requirements

The PIA shall have Quality Management System supported and evidenced by the following:

a. A Quality Policy.
b. A management representative with APSFL and responsibility for fulfilling QA requirements and for interfacing with
APSFL in the matters of Quality.
c. Configuration management and change control mechanism.
d. Periodical internal quality audits.
e. A ‘Quality Manual’ detailing the above shall be furnished.
f. Any other policy/ system/ plan as deemed fit for provision of services, etc.

2.29 Rejection of Bids

1. While all the conditions specified in the Bid documents are critical and are to be complied, special attention of Bidder
may be invited to certain specific important eligibility conditions/ documents, non-compliance of any one of which
may lead to outright rejection of the bid:

a. Bid not sealed properly


b. Cost of NIT document not submitted
c. Bid security not submitted or of less than the required amount or of shorter duration
d. Bid validity of shorter duration
e. Conditional bid
f. Effort by bidder to influence APSFL’s bid evaluation process
g. If the price schedule with the price quoted (partial or full) is intentionally or unintentionally kept in any other
section except the commercial bid set, the bid will be rejected without further evaluation.
h. If the price quoted is not as per the format provided in the price schedule (As per the provided format).
i. If the clause-by-clause compliance to all the sections of NIT as per Format is not submitted
j. If the Solvency Certificate as per format provided is not submitted.

2. Before outright rejection of the Bid by Tender Opening Committee (TOC) for non-compliance of any of the provisions
mentioned in section “Quality Assurance Requirements”, the bidder company is given opportunity to explain their
position. However, if the person(s) representing the company is not satisfied with the decision of the TOC, he/they can
submit the representation to the TOC immediately but in no case after closing of the tender process with full
justification quoting specifically the violation of tender condition, if any.

3. TOC will not return the bids submitted by the bidders on the date of tender opening even if it is liable for rejection and
will preserve the bids in sealed cover as submitted by taking the signatures of some of the desirous representatives of
the participating Bidder present on the occasion.

4. The TOC will mention the number of bids with the name of the Bidder found unsuitable for further processing on the
date of tender opening and number of representations received in Bid Opening Minutes and if the TOC is satisfied with
the argument of the Bidder mentioned in their representation and feel that there is prima facie fact for consideration,
the TOC’s decision to this effect shall be communicated to the Bidder within a week positively. Bids found liable for
rejection and kept preserved on the date of tender opening will be returned to the bidders after issue of PO against the
instant tender.

5. If the reviewing officer finds it fit to open the bid of the petitioner, this shall be done by giving three (working) day
notice to all the participating bidders to give opportunity to desirous participants to be present on the occasion.

23 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

2.30 Non-relationship certificate

1. The bidder shall give Undertaking that none of his/ her/ their near relative is working in the units of APSFL where the
application for the tender is submitted. In case of limited company, undertaking to be given by all the Directors of the
Company excluding Directors not residing in India, Government of India/ Financial institution nominees and
independent non-executive Directors appointed by Govt. of India or the Governor of the State and full time Directors
of PSUs both State and Central.

2. Due to any breach of these conditions by the Bidder the bid proposal of the Bidder will be cancelled and Bid Security
will be forfeited at any stage whenever it is noticed and APSFL will not pay of any damage to the Bidder. The Bidder
will also be debarred for further participation in any tender issued by the APSFL.

3. The near relatives for this purpose are defined as:


a. Members of a Hindu undivided family
b. Spouse
c. The one is related to the other in the manner as father, mother, son(s) & Son’s wife (daughter in law),
Daughter(s) and daughter’s husband (son in law), brother(s) and brother’s wife, sister(s) and sister’s husband
(brother in law)

4. The format of the certificate to be given is "I…………. s/o…….……r/o……………. hereby certify that none of my relative(s)
as defined in the tender document is/ are employed in APSFL unit as per details given in tender document. In case at
any stage, it is found that the information given by me is false/ incorrect, APSFL shall have the absolute right to take
any action as deemed fit, without any prior intimation to me.”

2.31 Verification of Documents and Certificates

1. The Bidder will verify the genuineness and correctness of all documents and certificates, including experience/
performance certificates, issued either by the Bidder or any other firm/ associate before submitting them in the bid.
The onus of proving genuineness of the submitted documents would rest with the Bidder.

2. As per requirement of the tender’s conditions, if any document/ paper/ certificate submitted by the participant Bidder
is found to be false/ fabricated/ tempered/manipulated at any stage during bid evaluation or award of contract, then
the bid security of the Bidder would be forfeited and the Bidder would be disqualified from the tender. Action would
also be taken for banning of business dealing with the defaulting Bidder. In case contract has already been awarded to
the Bidder, then Performance Security would be forfeited and the contract would be rescind/ annulled and APSFL
would be at liberty to procure the ordered services from any other source at the risk and cost of the defaulting Bidder.
Action would also be taken for banning business dealing with the defaulting Bidder.

24 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3. General Conditions of Contract

3.1 Interpretation

1. In Contract Documents unless otherwise stated specifically, the singular shall include the plural, male also means
female and vice versa wherever the context so requires. Words implying “persons” shall include relevant Corporate
Companies Registered Associations/ Body of Individuals/ Firm of Partnership.
2. All headings and marginal notes to the clauses of these General Conditions of Contract or to the Specifications or to
any other tender document are solely for giving a concise indication and not a summary of the contents thereof and
they shall never be deemed to be part thereof or be used in the interpretation or construction thereof the Contract.
3. The provisions of the General Conditions of Contract shall prevail over those of any other documents forming part of
the Contract. In case of any discrepancy, inconsistency, error or omission in the Contracts, the dispute will be
resolved as per mutually agreed conditions between the PIA and APSFL. The decision taken by APSFL will be final
and binding on the bidder.
4. The documents forming the Contract shall be interpreted in the following order of priority:
a. Agreement
b. Letter of Acceptance, notice to proceed with the works
c. Bill of quantities (Price bid)
d. Technical bid
e. Conditions of contract
f. Specifications
g. Any other document listed as forming part of the Contract.

3.2 Information to Bidders

1. The Bidder shall himself independently obtained all necessary information for preparing its bid, and its bid as
accepted shall be deemed to have considered all contingencies as may arise due to such information or lack of the
same. The Bidder is encouraged to carry out its own assessment about the site conditions, material, equipment, site
survey reports etc. as required to make an informed decision.

2. The Bidder shall be deemed to have examined the contract documents to have generally obtained its own information
in all matters whatsoever that might affect the carrying out of the works at the scheduled rates and to have satisfied
himself to the sufficiency of its bid. Any error in description of quantity or omission there from shall not vitiate the
Contract or release the Selected Bidder from executing the work comprised in the contract at the contracted price. He
is deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labor
involved, etc. and as to what all works he must complete in accordance with the contract documents whatever be the
defects, omissions or errors that may be found in the Documents. The PIA shall be deemed to have visited
surroundings, to have satisfied himself to the nature of all existing structures if any and also as to the nature and the
conditions of the railways, roads, bridges and culverts, means of transport and communication, whether by land,
water or air, and as to possible interruptions thereto and the access and egress from the site, to have made enquiries
examined and satisfied himself as to the sites for obtaining sand, stones, bricks, cables, pipes and other materials the
sites for disposal of surplus materials the available accommodation as to whatever required, depots and such other
buildings as may be necessary for executing and completing the works, to have made local independent enquiries as to
the sub-soil, sub-soil water and variations thereof, storms, prevailing winds climatic conditions and all other similar
matters effecting these works. He is deemed to have acquainted himself as to its liability of payment of government /
statutory taxes, customs duty and other charges, levies, etc. at the time of submission of bid.

3. Any neglect or omission or failure on the part of the selected bidder in obtaining necessary and reliable information
upon the foregoing or any other matters affecting the contract shall not relieve him from any risks or liabilities or the
entire responsibility from completion of the works at the contracted price and time in strict accordance with the
Contract.

4. No verbal agreement or inference from the conversation with any effect or employee of APSFL, either before, during
or after the execution of the Contract agreement shall in any way affect or modify and of the terms or obligations
herein contained.

5. Any change in layout due to site conditions or technological requirement shall be binding on the PIA. In such a
scenario, if there is any delay from the scheduled implementation period, the PIA shall be granted a reasonable
extension of time and cost.

25 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.3 Delegation

APSFL may delegate any of its duties and responsibilities to other officers / agencies and may cancel any delegation
by an official order issued.

3.4 Communications

Communications between parties, which are referred to in the conditions, are effective only when in writing. A
notice shall be effective only when it is delivered (in terms of Indian Contract Act)

3.4.1 Personnel

1. The PIA shall provide and employ on the site only such technical assistants as are skilled and experienced in their
respective fields and such supervisory staff as are competent to give proper supervision to the work. The PIA shall
provide and employ skilled, semiskilled and unskilled labor as is necessary for proper and timely execution of the
work.

2. The PIA shall employ the required key personnel named in the Schedule of key personnel to carry out the functions
stated in the Schedule or other personnel approved by APSFL. Unless otherwise specifically agreed between the
parties and except in the case of retirement, resignation, death, medical incapacity of the key personnel, the PIA shall
not replace any key personnel. APSFL will approve any proposed replacement of key personnel only if their
qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed.

3. Failure to employ the required technical personnel by the PIA, action will be taken as per contract conditions.

4. The technical personnel should be on full time and available at site whenever required by APSFL to take instructions.

5. The names of the technical personnel to be employed by the PIA should be furnished in the statement enclosed
separately.

6. In case the contractor is already having more than one work on hand and has undertaken more than one work at the
same time, he should employ separate Technical personnel on each work. The Technical resources deployed shall be
dedicated in nature.

7. If APSFL asks the PIA to remove a person who is a member of PIA's staff or its work force stating the reasons the PIA
shall ensure that the person leaves the site forthwith and has no further connection with the work in the contract. The
PIA shall provide a qualified replacement for such staff.

3.5 PIA’s Risks

1. All risks of loss or damage to physical property and of personnel injury and death, attributable to the PIA
negligence or willful default in the performance or nonp erformance of the obligations under the Contract are the
responsibility of the PIA and the PIA undertakes to indemnify APSFL from and against all losses arising on account
thereof. Upon prompt written notification by APSFL, the PIA will defend such claim at its expense and will pay any
costs or damages that may be finally awarded against APSFL.

2. The indemnities set out shall be subject to the following conditions:


a. APSFL as promptly as practicable informs the PIA in writing of the claim or proceedings and provides all
relevant evidence, documentary or otherwise;
b. APSFL shall, at the cost of the PIA, give the PIA all reasonable assistance in the defense of such claim
provided that the Indemnified Party may, at its sole cost and expense, reasonably participate, through its
attorneys or otherwise, in such defense;
c. if the PIA does not assume full control over the defense of a claim as provided in this clause, the PIA
may participate in such defense at its sole cost and expense, and APSFL will have the right to defend the
claim in such manner as it may deem appropriate, and the cost and expense of APSFL will be reimbursed
by the Authority y;
d. APSFL shall not prejudice, pay or accept any proceedings or claim, or compromise any proceeding or
claim without the written intimation of the PIA;
e. all settlement of claims subject to indemnification under this clause will be entered into only with the
consent of APSFL, which consent will not be unreasonably withheld and include an unconditional release to
the Indemnified Party from the claimant or plaintiff for all liability in respect of such claim.; and include
any appropriate confidentiality agreement prohibiting disclosure of the terms of such settlement

26 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

f. APSFL shall account to the PIA for all awards, settlements, damages and costs (if any) finally awarded in
favor of APSFL which are to be paid to it in connection with any such claim or proceedings;
g. the PIA shall take steps that APSFL may reasonably require mitigating or reduce its loss as a result of
such a claim or proceedings;
h. In the event that the PIA is obligated to indemnify APSFL pursuant to this clause, the PIA will, upon
payment of such indemnity in full, be subrogated to all rights and defenses of APSFL with respect to the
claims to which such indemnification relates.

3. The liability of the PIA (whether in contract, tort, negligence, strict liability in tort, by statute or otherwise) for
any claim in any manner related to the contract, including the work, deliverables or services covered under this RFP,
shall be the payment of direct damages only which shall in no event in the aggregate exceed tender contract value
payable under this Agreement.

3.6 Insurance

General: PIA shall at its own expense arrange secure and maintain insurance with reputable insurance companies to the
satisfaction of APSFL as follows:

a. PIA at its cost shall arrange, secure and maintain insurance as may be necessary and to its full value for all such
amounts to protect the works in progress from time to time and the interest of APSFL against all risks as detailed
herein. The form and the limit of such insurance, as defined herein together with the works thereof in each case
shall be as acceptable to APSFL. However, irrespective of work acceptance the responsibility to maintain adequate
insurance coverage at all times during the period of contract shall be that of PIA alone. PIA’s failure in this regard
shall not relieve him of any of its responsibilities and obligations under contract.

b. Any loss or damage to the equipment, during ocean transportation, port/custom clearance, inland and port
handling, inland transportation, storage, erection and commissioning till such time the work is taken over by
APSFL shall be to the account of PIA. PIA shall be responsible for preferring of all claims and make good for the
damage or loss by way of repairs and/ or replacement of the parts of the Work damaged or lost. PIA shall provide
APSFL with a copy of all insurance policies and documents taken out by him in pursuance of the contract. Such
copies of documents shall be submitted to the PMA/APSFL immediately upon the PIA having taken such insurance
coverage. PIA shall also inform the PMA/APSFL at least 60 (sixty) days in advance regarding the expiry
cancellation and/ or changes in any of such documents and ensure revalidation/ renewal, etc., as may be
necessary well in time.

c. Statutory clearance, if any, in respect of foreign supply required for the purpose of replacement of equipment lost
in transit and/ or during erection shall be made available by APSFL. PIA shall, however, be responsible for
obtaining the requisite licenses, port clearances and other formalities relating to such import. The risks that are to
be covered under the insurance shall include, but not be limited to the loss or damage in handling transit, theft,
pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, pirate attack, war risk (during
ocean transportation only), earthquake, terrorism etc. The scope of such insurance shall cover the entire value of
supplies of equipment, plants and materials to be imported from time to time.

d. All costs on account of insurance liabilities covered under contract will be to PIA’s account and will be included in
value of contract. However, APSFL may from time to time, during the currency of the contract, ask the PIA in
writing to limit the insurance coverage risk and in such a case, the parties to the Contract will agree for a mutual
settlement, for reduction in value of contract to the extent of reduced premium amounts.

e. PIA as far as possible shall cover insurance with Indian Insurance Companies, including marine Insurance during
ocean transportation.

f. PIA should submit copy of the Insurance policy/policies to APSFL 21 days of the receipt of PO. The Insurance
policy/policies should be valid till at least 3 months beyond the scheduled implementation date mentioned in PO
and should be extended in case project implementation is delayed.

3.6.1 Employees State Insurance Act

1. The PIA agrees to and does hereby accept full and exclusive liability for the compliance with all obligations imposed
by the Employee State Insurance Act 1948 and the PIA further agrees to defend, indemnify and hold APSFL harmless
for any liability or penalty which may be imposed by the Central, State or Local APSFL by reason of any asserted
violation by PIA or Sub-contractor of the Employees’ State Insurance Act, 1948,and also from all claims, suits or
proceeding that may be brought against APSFL arising under, growing out of or by reasons of the work provided for
by PIA, by third parties or by Central or State Government APSFL or any political sub-division thereof.

27 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

2. The PIA agrees to fill in with the Employee’s State Insurance Corporation, the Declaration Forms, and all forms which
may be required in respect of the PIA’s or Sub-contractor’s employees, who are employed in the Work provided for
or those covered by ESI from time to time under the Agreement. The PIA shall deduct and secure the agreement of
the Sub-contractor to deduct the employee’s contribution as per the first schedule of the Employee’s State Insurance
Act from wages and affix the Employees Contribution Card at wages payment intervals. The PIA shall remit and
secure the agreement of Sub-contractor to remit to the State Bank of India, Employee’s State Insurance Corporation
Account, the Employee’s contribution as required by the Act. The PIA agrees to maintain all cards and Records as
required under the Act in respect of employees and payments and the PIA shall secure the agreement of the Sub-
contractor to maintain such records. Any expenses incurred for the contributions, making contributions or
maintaining records shall be to the PIA’s or Sub-contractor’s account.

3. APSFL shall retain such sum as may be necessary from the total value of Contract until the PIA shall furnishes
satisfactory proof that all contributions as required by the Employees State Insurance Act, 1948, have been paid. This
will be applicable pending on the PIA when the ESI Act is extended to the place of work.

3.6.2 Workmen Compensation and APSFL’s Liability Insurance

Insurance shall be affected for all the PIA’s employees engaged in the performance of this Contract. If any of the work is
sublet, the PIA shall require the Sub-contractor to provide workman’s compensation and employer’s liability insurance for
the sub-contractor’s employees if such employees are not covered under the PIA’s insurance.

3.6.3 Accident or Injury to Workmen

APSFL shall not be liable for or in respect of any damages or compensation payable at law in respect or in consequence of
any accident or injury to any workman or other person in the Employment of the PIA or any Sub-contractor save and
except an accident or injury resulting from any act or default of APSFL, its agents or servants and the PIA shall indemnify
and keep indemnified APSFL against all such damages and compensation (save and except and aforesaid) and against all
claims, demands, proceeding, costs, charges and expenses, whatsoever in respect or in relation thereto.

3.6.4 Transit Insurance

In respect of all items to be transported by the PIA to the Site of Work, the cost of transit insurance shall be borne by the
PIA and the quoted price shall be inclusive of this cost.

3.6.5 Comprehensive Automobile Insurance

This insurance shall be in such a form as to protect the PIA against all claims for injuries, disability, disease and death and
damage to the property of others arising from the use of motor vehicles during on or off the ‘site’ operations, irrespective
of Ownership of such vehicles.

3.6.6 Comprehensive General Liability Insurance

This insurance shall protect the PIA against all claims arising from injuries, disabilities, disease or death of member of
public or damage to property of others due to any act or omission on the part of the PIA, its agents, its employees, its
representatives and Sub-Contractors or from riots, strikes and civil commotion.

3.6.7 Group Personal Accident Insurance Cover

1. PIA shall take suitable Group Personal Accident Insurance Cover for taking care of injury, damage or any other risks
in respect of its Engineers and other Supervisory staff who are not covered under Employees State Insurance Act.

2. The policy shall cover third party liability. The third-party liability shall cover the loss/ disablement of human life
(person not belonging to the PIA) and also cover the risk of damage to other materials/ equipment/ properties
during construction, erection and commissioning at site. The value of third party liability for compensation for loss of
human life or partial/ full disablement shall be of required statutory value but not less than INR 2 lakhs per death,
INR 1.5 lakhs per full disablement and INR 1 lakh per partial disablement and shall nevertheless cover such
compensation as may be awarded by Court of Law in India and cover for damage to others equipment/ property as
approved by APSFL. However, third party risk shall be up to a maximum of INR 10 (ten) lakhs in case of death.

3. The PIA shall also arrange suitable insurance to cover damage, loss, accidents, risks, etc., in respect of all its plant,
equipment and machinery, erection tools & tackles and all other temporary attachments brought by him at site to
execute the work.

28 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

4. Any such insurance requirements as are hereby established as the minimum policies and coverages which PIA must
secure and keep in force must be complied with, PIA shall always be free to obtain additional or increase coverages at
PIA’s sole expenses.

3.7 Quality Assurance and Testing

1. The QA test schedule shall be issued by BBNL/State. PMA shall carry out the testing accordingly.

2. The material, installation and commissioning shall be approved after Quality Assurance tests and are carried out by
PMA as per prescribed test schedule specified by BBNL/State in the Purchase Order.

3. In case of any Quality issue, manufacturers would have to replace the defective material, in full, by good material duly
passed by PMA.

3.8 Force Majeure

1. If, at any time, during the continuance of this contract, the performance in whole or in part by either party of any
obligation under this contract is prevented or delayed by reasons of any war or hostility, acts of the public enemy,
civil commotion, Intentional and willful act of malice to damage the assets, sabotage, fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to as Force Majeure Events)
provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the
date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor
shall either party have any claim for damages against other in respect of such non-performance or delay in
performance, and deliveries under the contract shall be resumed as soon as practicable after such an event come to
an end or cease to exist, and the decision of APSFL as to whether the deliveries have been so resumed or not shall be
final and conclusive. Further that if the performance in whole or part of any obligation under this contract is
prevented or delayed by reasons of any such event for a period exceeding 60 days, either party may, at its option,
terminate the contract.

2. Following events shall not be considered as Force Majeure Event: Cyclones that are not above the speed of 100
kms/hours.

3. Provided, also that if the contract is terminated under this clause, APSFL shall be at liberty to take over from PIA
at a price to be fixed by APSFL, which shall be final, all unused, undamaged and acceptable materials, bought out
components and stores in course of implementation which may be in possession of PIA at the time of such
termination or such portion thereof as APSFL may deem fit, except such materials, bought out components and stores
as the PIA may with the concurrence of the Department elect to retain.

3.9 Work to be completed by the Scheduled Completion Date

1. Performance of the services shall be made by the PIA in accordance with the implementation schedule specified by
APSFL in its purchase order. In case the work is not completed in the stipulated period, as indicated in the Purchase
Order, APSFL reserves the right either to short-close/cancel this purchase order and/or impose Liquidated Damages.
The cancellation/short-closing of the order shall be at the risk and responsibility of the PIA and APSFL reserves the
right to get the balance work completed at the risk and cost of the defaulting PIA.

2. Delay by the PIA in the performance of its work obligations shall render it liable to any or all of the following
sanctions:
a. Imposition of Liquidated Damages, and/or
b. Short-closure of the contract and/or for forfeiture of its performance security in part or full and/ or termination
of the contract for default after giving minimum 3 opportunity to rectify the issues as raised by APSFL.

3. If at any time during the performance of the contract, the PIA encounters condition impending timely performance of
service, the PIA shall:
a. Promptly notify to APSFL in writing the fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the PIA’s notice, APSFL shall evaluate the situation and may at its discretion extend
the period for performance of the contract (by not more than 26 weeks).
b. If the PIA fails to complete the work even during extended implementation period then the PO shall be short-
closed and the Performance Bank Guarantee shall be forfeited.

4. Should the PIA fail to deliver the services as per the contract and the implementation plan submitted by PIA and
accepted by PMA and APSFL during planning stage within the period prescribed, APSFL, without prejudice to other
remedies available to APSFL shall be entitled to recover, as agreed liquidated damages, a sum equivalent to 0.5% of

29 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

the implementation cost of the GP’s delayed for each week of delay or part thereof for a period up to 13 weeks.
Thereafter, 0.7% of the implementation cost of the GP’s delayed for each week of delay or part thereof for a period up
to another 13 weeks.
a. Extension for the execution of services will not be given except in exceptional circumstances like critical ROW,
Natural calamities etc.
b. The Bidder shall not complete the works after expiry of the contracted implementation period, without prior
concurrence of APSFL and be accepted by the PMA. The acceptance will not deprive APSFL of its right to impose
Liquidated Damages on PIA.
c. Extension beyond 26 weeks would not be generally allowed. The extension beyond 26 weeks may be decided in
most exceptional circumstances on case to case basis, by APSFL stating reasons and justifications for grant of
extension of implementation period beyond 26 weeks.
d. The Liquidated Damages amount may be adjusted or set-off against any sum payable to the PIA under this
contract.
e. Any delay attributable to grant of permission by the requisite Right of Way APSFL or any other approvals
beyond 30 days from the first application date shall be exempt from calculation of Liquidated Damage charges.
f. Any delay due to APSFL will be excluded from execution schedule.

3.10 When Contract can be Determined

1. Subject to other provisions contained in this clause, APSFL may, without prejudice to its any other rights or remedy
against the PIA in respect of any delay, inferior quality of service, any claims for damages and/ or any other
provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in
writing absolutely determine the contract in any of the following cases:

a. If the PIA having been given by APSFL a notice in writing to rectify, reconstruct or replace any defective work
or that the work is being performed in an inefficient or otherwise improper or un-workman like manner shall
omit to comply with the requirement of such notice for a period of thirty (30) days thereafter.
b. If the PIA has, without reasonable cause, suspended the progress of the work or has failed to proceed with the
work with due diligence so that in the opinion of APSFL he will be unable to secure completion of the work by
the date for completion and continues to do so after a notice in writing of fifteen (15) days from APSFL.
c. If the PIA fails to complete the work within the stipulated date or items of work with individual date of
completion, if any stipulated, on or before such date(s) of completion and does not complete them within the
period specified in a notice given in writing in that behalf by APSFL.
d. If the PIA persistently neglects to carry out its obligations under the contract and/ or commits default in
complying with any of the terms and conditions of the contract and does not remedy it or take effective steps
to remedy it within fifteen (15) days after a notice in writing is given to him in that behalf by APSFL.
e. If the PIA shall offer or give or agree to give to any person in APSFL service or to any other person on its
behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for
having done or forborne to do any act in relation to the obtaining or execution of this or any other contract for
APSFL.
f. If the PIA shall enter into a contract with APSFL in connection with which commission has been paid or
agreed to be paid by him or to its knowledge, unless the particulars of any such commission and the terms of
payment thereof have been previously disclosed in writing to APSFL.
g. If the PIA shall obtain a contract with APSFL as a result of non-bona fide methods of competitive tendering or
commits breach of integrity pact.
h. If the PIA shall at any time be adjudged insolvent/bankrupt or have a receiving order or order for
administration of its estate made against him or shall take any proceedings for liquidation or composition
(other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any applicable
Insolvency or Bankruptcy statute for the time being in force or make any conveyance or assignment of its
effects or composition or arrangement for the benefit of its creditors or purport so to do, or if any application
be made under any Insolvency or Bankruptcy statute for the time being in force for the sequestration of its
estate or if a trust deed be executed by him for benefit of its creditors.
i. If the PIA being a company passes a resolution or the court shall make an order that the company shall be
wound up or if a receiver or a manager on behalf of a creditor shall be appointed or if circumstances shall
arise which entitle the court or the creditor to appoint a receiver or a manager or which entitle the court to
make a winding up order.

2. When the PIA has made himself liable for action under any of the cases aforesaid, APSFL shall have powers:

a. To determine the contract as aforesaid (of which termination notice in writing to the PIA under the hand of
APSFL shall be conclusive evidence). Upon such determination, Performance Guarantee under the contract
shall be liable to be forfeited and shall be absolutely at the disposal of APSFL.
b. After giving notice to the PIA to measure up the work done and to take such whole, or the balance or part
thereof, as shall be un-executed out of its hands and to give it to another PIA to complete the work. The PIA,
30 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

whose contract is determined as above, shall not be allowed to participate in the tendering process for the
balance work.
c. In the event of above courses being adopted by APSFL, the PIA shall have no claim to compensation for any
loss sustained by him by reasons of its having purchased or procured any materials or entering into any
engagements or made any advances on account or with a view to the execution of the work or the
performance of the contract. And in case action is taken under any of the provision aforesaid, the PIA shall not
be entitled to recover or be paid any sum for any work thereof or actually performed under this contract
unless and until APSFL has certified in writing the performance of such work and the value payable in respect
thereof and he shall only be entitled to be paid the value so certified.

3.11 PIA liable to pay compensation even if action not taken under the above Clause

In any case in which any of the powers conferred upon APSFL by the Clause mentioned in “When Contract can be
Determined”, thereof, shall have become exercisable and the same are not exercised, the non-exercise thereof shall not
constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of
any future case of default by the PIA and the liability of the PIA for compensation shall remain unaffected. In the event of
APSFL putting in force all or any of the powers vested in APSFL under the preceding clause APSFL may, if APSFL so desires
after giving a notice in writing to the PIA, take possession of or (at the sole discretion of APSFL which shall be final and
binding on the PIA) use as on hire (the amount of the hire money being mutually agreed in writing between APSFL and PIA
) all or any tools, plant, materials and stores, in or upon the works, or the site thereof belonging to the PIA, or procured by
the PIA and intended to be used for the execution of the work/ or any part thereof, paying or allowing for the same in
account at the contract rates, or, in the case of these not being applicable, at current market rates to be certified by the
PMA (or APSFL), whose certificate thereof shall be final, and binding on the PIA (within a time to be specified in such
notice) in the event of the PIA failing to comply with any such requisition, APSFL may remove them at the PIA’s expense or
sell them by auction or private sale on account of the PIA and its risk in all respects and the certificate of APSFL as to the
expenses of any such removal.

3.12 Delays by APSFL or its authorized agents

1. In case the PIA’s performance is delayed due to any act or omission on the part of APSFL or its authorized agents and
Right of Way from the concerned authorities beyond 60 days, then the PIA shall be given due extension of time for
the completion of the Work, to the extent such omission on the part of APSFL has caused delay in the PIA’s
performance of its Work.

2. Adjustment in Contract Price shall be allowed for reasons of such delays and extensions granted.

3. APSFL reserves the right to seek indulgence of PIA to maintain the agreed Time Schedule of Completion.

3.13 No waiver of rights

Neither the inspection by APSFL or any of its officials, employees, or agents nor any order by APSFL for payment of money
or any payment for or acceptance of the whole or any part of the work by APSFL nor any extension of time, nor any
possession taken by APSFL shall operate as a waiver of any provision of the Contract or of any power herein reserved to
APSFL or any right to damages herein provided, nor shall any waiver of any breach in the Contract be held to be a waiver
of any other or subsequent breach.

3.14 Certificate not to affect right of APSFL and liability of PIA

No interim payment certificates of APSFL nor any sum paid on account by APSFL nor any extension of time for execution of
the work granted by APSFL shall affect or prejudice the rights of APSFL against the PIA or relieve the PIA of its obligations
for the due performance of the Contract or be interpreted as approval of the Work done and no certificate shall create
liability for APSFL to pay for alterations, amendments, variations or additional works not ordered, in writing, by APSFL or
discharge the liability of the PIA for the payment of damages whether due, ascertained, or certified or not or any sum
against the payment of which he is bound to indemnify APSFL.

3.15 Verification of Measurements of Work Done

1. PIA shall, except as otherwise provided, ascertain and determine by measurement, the value in accordance with the
contract of work done.
2. All measurement and readings/results of various tests, as applicable, shall be entered by PIA in the Measurement
Sheet/ Measurement Book as per the format of APSFL so that a complete record is obtained of all works performed
under the contract.

31 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3. All measurements shall be taken by the PIA which will be verified by the PMA. If the PMA objects to any of the
measurements recorded, a note shall be made to that effect with reason and signed by both the parties.
4. The PIA shall, without extra charge, provide all assistance to PMA with every appliance (roadometer, PON OTDR
along with printer attached to it, etc.), required work force while inspection of sites, and other things necessary for
measurements and recording levels. Camera enabled with GIS coordinates will be owned by PIA.
5. Except where any general or detailed description of the work expressly shows to the contrary, measurements shall
be taken in accordance with the procedure set forth in the Specifications notwithstanding any provision in the
relevant Standard Method of measurement. In the case of items which are not covered by Specifications,
measurements shall be taken in accordance with the relevant standard method of measurement issued by the Bureau
of Indian Standards and if for any item no such standard is available, then a mutually agreed method shall be
followed.
6. APSFL or its authorized representative may cause either themselves or through another officer of APSFL to check the
measurements recorded jointly or otherwise as aforesaid and all provisions stipulated herein above shall be
applicable to such checking of measurements.
7. It is also a term of this contract that recording of measurements of any item of work in the measurement sheet/ book
and/ or its payment in the interim or final bill shall not be considered as conclusive evidence as to the sufficiency of
any work or material to which it relates nor shall it relieve the PIA from liabilities from any over measurement or
defects noticed till the completion of contract.

3.16 Price Schedule and Payments

1. PIA’s Remuneration

a. The Paying authority shall be APSFL.


b. With exception of mobilization advance if any, PIA’s claim for payment is contingent upon successful completion
of work on a site as per specification and standards mentioned herein.
c. The price to be paid by APSFL to PIA for the whole of the Work to be done and for the performance of all the
obligations undertaken by the PIA under the Contract Documents shall be ascertained by the application of the
respective Price Schedule and payment to be made accordingly for the Work actually executed and approved by
APSFL. The sum so ascertained shall (excepting only as and to the extent expressly provided herein) constitute
the sole and inclusive remuneration of the PIA under the Contract and no further or other payment whatsoever
shall be or become due or payable to the PIA under the Contract.

2. Price Schedule to be Inclusive:


The unit prices/ rates quoted by the PIA shall remain firm till all the Gram Panchayats have been commissioned and shall
not be subject to escalation, except if otherwise provided in the Contract documents. Price Schedule shall be deemed to
include and cover, subject to the terms and conditions of Contract documents, all costs, expenses and liabilities of every
description and all risks of every kind to be taken in executing, completing and handing over the Work to APSFL by the
PIA. The PIA shall be deemed to have known the nature, scope, magnitude and the extent of the Work though the Contract
Document may not fully and precisely furnish them. The PIA shall make such provision in the Price Schedule as it may
consider necessary to cover the cost of such items of Work as may be reasonable and necessary to complete the Work.

3. Price Schedule to cover Construction Equipment, Stores, Materials, Labour, etc.


Without in any way limiting the provisions of the preceding clause the price schedule shall be deemed to include and cover
the cost of all equipment, temporary work (except as provided for herein), stores, materials, labour, insurance, fuel,
consumables and appliances to be supplied by the PIA and all other matters in connection with each item in the price
schedule and the execution of the Work or any portion thereof finished, complete in every respect and maintained as
shown or described in the Contract Documents or as may be ordered in writing during the continuance of the Contract.

4. Price Schedule to Cover Royalties, Rents and Claims

a. The Price Schedule shall be deemed to include and cover the cost of all royalties and fees for the articles and
processes, protected by letters, patent or otherwise incorporated in or used in connection with the Work, also all
royalties, rents and other payments in connection with obtaining materials of whatsoever kind for the Work.
b. The PIA shall indemnify and hold harmless APSFL, its directors, officers, employees etc. against all actions,
proceedings, demands, claims, judgments, settlements, liabilities, damages, fees, impositions, penalties, interest,
attachments, octroi or other municipal or local Board Charges, levies, taxes, costs, expenses or any other amounts
whatsoever, arising from the incorporation in or use on the Work of any such articles, processes, materials,
equipment or machineries to be brought to site for use on Work shall be borne by the PIA.

5. Price Schedule to cover Taxes and Duties

a. Prices charged by the PIA for services under the contract shall not be higher than the prices quoted by the PIA in

32 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

its Bid except for variation caused by change in taxes/ duties as specified below.
b. For changes in taxes/ duties during the scheduled/extended implementation period and O&M period, the unit
price shall be regulated as under:
(i) Prices will be fixed at the time of issue of purchase order as per taxes and statutory duties applicable at
that time
(ii) In case of reduction of taxes and other statutory duties during the scheduled implementation period,
APSFL shall take the benefit of decrease in these taxes/duties for the services from the date of enactment
of revised duties/taxes.
(iii) In case of increase in duties/taxes during the scheduled implementation period/extended implementation
period, APSFL shall revise the prices as per new duties/taxes for the supplies, to be made during the
remaining implementation period as per terms and conditions of the purchase order.
c. Any Benefit of decrease in taxes/duties shall be passed on to APSFL by the PIA.

6. Price Schedule to Cover Risk of Delay:

a. Subject to the terms of the Contract documents, the Price Schedule shall be deemed to include and cover the risk
of all possibilities of delay and interference with the PIA’s conduct of Work which occur from any causes including
orders of APSFL in the exercise of its power and because extension of time granted due to various reasons and for
all other possible or probable causes of delay.
b. The payment will be made according to the Work carried out, for which purpose an item wise, or work-wise bill of
quantities shall be furnished, suitable for evaluating the value of Work done and preparing invoices.

7. Implementation cost would be sum total cost calculated by multiplying each of the above quotes with the respective
estimated quantities, i.e., total sum of all values of price schedule shall be the implementation cost.

8. Payment on Intermediate Certificate to be regarded as Advances

a. The invoices shall be submitted by the PIA for the work executed on the basis of such recorded measurements, in
the format to be provided by APSFL (within 20days of signing of contract), in triplicate on or before the date of
every month, fixed for the same by APSFL. The payments would be made within 30 days as per the conditions
specified in the Payment Terms after deducting LD, if any, as applicable. The PIA shall not be entitled to be paid
any other interim payment except as per the above.

b. All such interim payments shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be
rejected, removed, taken away and reconstructed or re-erected. Any certificate given by the PMA relating to the
work done or materials delivered forming part of such payment, may be modified or corrected by any
subsequent such certificate(s) or by the final certificate and shall not by itself be conclusive evidence that any
work or materials to which it relates is/ are in accordance with the contract and Specifications. Any such interim
payment, or any part thereof shall not in any respect conclude, determine or affect in any way powers of APSFL
under the contract or any of such payments be treated as final settlement and adjustment of accounts or in any
way vary or affect the contract.

c. Pending consideration of extension of date of completion, interim payments shall continue to be made as herein
provided without prejudice to the right of APSFL to take action under the terms of this contract for delay in the
completion of work, if the extension of date of completion is not granted by APSFL.

3.17 Payment Terms

Mobilization advance of 10% of the PO value will be given to the vendor, on its request, against submission of Bank
Guarantee of equivalent amount.

The bills will be submitted by the vendor on the monthly basis block-wise. This will include bills of material supplied and
services rendered (such as survey, GPs commissioned, etc.) during the previous month.

Further Payments shall be released only on satisfactory acceptance of the deliverables for each Task as per the following
schedule:

a. First Milestone

i. Supply of materials: vendor can submit claim relating to supply of materials during previous month (PO wise) of
materials required for commissioning of GPs as per schedule in that PO. The timelines for completion of
supplies will be as defined in PO.
ii. The first bill for payment against supplies shall be restricted to 70% of the eligible claim. The remaining claim
towards supply of material will be admitted by APSFL along with commissioning of GPs pertaining to that PO.
33 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

b. Second Milestone

The vendor can submit his claim for second milestones towards commissioning of the GPs on GP-wise i.e. for each GP
commissioned the vendor can submit his claim towards remaining 15% of the material supplied and 85% claim towards
services.

c. Third Milestone

Balance 5 % payment of the cost towards supply of material and services will be made after start of O&M and submission
of O&M PBG.

Payments shall be released only on satisfactory acceptance of the deliverables for each task as per the following schedule:

S. Milestone Payment against Payment against Documentary evidence


No. material services
1 Mobilization 10% of PO value 10% of PO value Against submission of BG of 110%
advance against supplies against services of mobilization advance
2 Supply of all the 70% payment of N.A. Delivery of material: Copy of
material required supply made during duly signed and stamped
to commission the previous month delivery challan
GPs in a particular
Month
3 Commissioning of 15% payment of 85% payment of Delivery of material: Copy of
GPs in a month supplied material service, i.e. GPs duly signed and stamped
consumed in commissioned delivery challan Services:
commissioning in during previous Copy of Duly Signed and Stamped
previous month month Installation report, Commissioning
and testing report approved by
State, OTDR link test reports,
power on, FAT report approved
and certificate issued along with
configuration reports by state, As-
Built Diagram (ABD report) and
Monthly Progress Report.
4 After start of 5% payment of 5% payment of Delivery of material: Copy of
Operations and supplied material services, i.e. GPs duly signed and stamped
Maintenance consumed in commissioned in the delivery challan Services:
(O&M) on commissioning of block Copy of Duly Signed and Stamped
submission of GPs. Installation report, Commissioning
O&M Performance and testing report approved by
Bank Guarantee State, OTDR link test reports,
(PBG) power on, FAT report approved
and certificate issued along with
configuration reports by state, As-
Built Diagram (ABD report) and
Monthly Progress Report.
5 Operation and Payment shall be made GP wise after SLA report duly certified by state
Maintenance completion of every quarter arrears (based on
(inclusive of SLA parameters)
services levels
agreement)

Note 1: All payments shall be released after certification of delivery and implementation milestones by APSFL/PMA.

Note 2: All payment shall be made in Indian rupees only.

Note 3: Payment shall be released against the invoices raised by PIA on providing all relevant documents timely and are
completing in all references.

Note 4: Payment shall be subject to deductions of any amount for which the PIA is liable under the RFP conditions. Further
all payments shall be made subject to deduction of TDS (Tax deduction at source) asper the current Income-Tax Act.

34 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.18 Other Responsibilities of the PIA

Publish monthly progress report including schedules, charts & drawings. Publish next month plan, schedule of
procurement, commissioning & implementation schedule.

3.19 Procedure for preparation, processing and payment of bill for works

1. For claiming the payment on successful completion of the defined milestones, the PIA shall prepare the bill along
with GP-wise testing and acceptance document of all the works and submit the same to PMA.

2. The PMA scrutinize the final bill against the works entrusted and accord necessary certificates stating that the work
has been executed satisfactorily in accordance with Specification and terms and condition of the contract. The PMA
shall verify the quantities of items of work done by PIA with reference to measurement recorded in the measurement
sheet and Acceptance Testing procedure as defined in this Clause shall be followed.

a. The PMA verify and submit the bills (for work carried out by PIA in GPs which is accepted by PMA) provided by
PIA along with all self-certifications, test reports and measurement records to APSFL.

b. APSFL shall release the payment to PIA accordingly based on certificates received from PMA.

c. PMA shall submit its bills to APSFL. APSFL shall exercise the prescribed checks on the bills provided by PMA
and make payments to PIA within 30 days of receipt of bills.

Procedure for Payment for Sub-Standard Works

The PIAs are required to execute all works satisfactorily and in accordance with the Specification. If certain items of work
are executed with unsound, imperfect or unskilled workmanship or with materials of any inferior description or that any
materials or articles provided by him for execution of work or unsound or of a quality inferior to that contracted for or
otherwise not in accordance with the contract (referred to as substandard work hereinafter), APSFL shall make a demand
in writing specifying the work, materials or articles about which there is a complaint.

Timely Action by PMA

1. The PMA responsible for surprise audits of work. A notice in respect of defective work shall be given to the PIA in
writing during the progress of work asking the PIA to rectify/replace/remove the sub-standard item of work and also
definite time period within which such rectification/removal/replacement has to be done. After expiry of the notice
period, if the PIA fails to rectify/replace/remove the sub-standard items, the defects shall be
rectified/replaced/removed by APSFL, at its sole discretion, through some other agency at the risk and cost of the PIA.

2. Non-reporting of the sub-standard work in time on the part of PMA shall not in any way entitle the PIA to claim that
the defects were not pointed out during execution and as such the PIA cannot be absolved of the responsibility for sub-
standard work and associated liabilities.

Quality Control of Works

1. The implementation of the network shall be carried out strictly in accordance with specifications laid down to achieve
the requisite quality aim.

2. APSFL shall be the final judge of the quality of the work and the satisfaction of APSFL in respect thereof set forth in the
contract document. Laxity or failure to enforce compliance with the contract documents by APSFL and/or its
representative shall not manifest a change or intent of waiver, the intention being that, notwithstanding the same, the
PIA shall be and remain responsible for complete and proper compliance with the contract documents and the
specification therein. The representative of APSFL has the right to prohibit the use of men and any tools, materials and
equipment which, in his opinion, do not produce the required work or performance meet the requirement of the
contract documents.

3. It is imperative that the PIA(s) is/are fully conversant with the proposed network installation practices and shall be
fully equipped to carry out the work in accordance with the specifications. The PIAs are expected and bound to ensure
quality in works in accordance with specifications laid down. The PIA shall engage adequate and experienced
supervisors to ensure that work is carried out as per specifications and with due diligence and in a professional
manner. A two-stage testing process will be incorporated as follows:

a. The first level of testing shall be carried out the PIA. Once the PIA is confirmed about the quality assurance of

35 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

their work and material then they will hand it over to testing teams of PMA.
b. The PMA testing teams shall carry out final sample checks.

3.20 Payments of PIA’s bills through Electronic transfer to Banks

The PIA must give the mandate for receiving all payments electronically and the charges, if any, levied by bank has to be
borne by the PIA. PIA is required to give the following information for this purpose along with the bill/ invoice:
 Beneficiary Name
 Beneficiary Bank Name
 Beneficiary branch Name
 IFSC code of beneficiary Branch
 Beneficiary account No.

3.21 Levy/ Taxes payable by PIA

1. All taxes including GST, Building and other Workers Welfare Cess or any other tax or Cess in respect of this contract
shall be payable by the PIA and APSFL shall not entertain any claim whatsoever in this respect.

2. If pursuant to or under any law, notification or order any royalty, cess, tax or the like becomes payable by APSFL and
does not at any time become payable by the PIA to the State Government, Local authorities in respect of any material
used by the PIA in the works, then in such a case, APSFL will have the right and be entitled to recover the amount
paid in the circumstances as aforesaid from dues of the PIA.

3. Conditions for reimbursement of levy/ taxes if levied after receipt of tenders


a. All tendered rates shall be exclusive of all taxes and levies payable under respective statutes.
b. The PIA shall keep necessary books of accounts and other documents for the purpose of this condition as may
be necessary and shall allow inspection of the same by APSFL or its authorized representative and shall also
furnish such other information/ document as APSFL may require from time to time.

4. Apprentices Act provisions to be complied with the PIA shall comply with the provisions of the Apprentices Act, 1961
and the rules and orders issued there under from time to time. If he fails to do so, its failure will be a breach of the
contract and APSFL may, in its discretion, cancel the contract. The PIA shall also be liable for any pecuniary liability
arising on account of any violation by him of the provisions of the said Act.

3.22 Materials to be provided by the PIA

1. The PIA shall provide all the material such as Routers, Switches, Servers & all other Accessories and NMS (Hardware
& Software) and other items included in the Bill of Material. The list of items shown in Bill of Material are indicative,
as such any other material required for successful commissioning of project shall be provided by the PIA at its own
cost.

2. The PIA shall, at its risk and cost, make all arrangements and shall provide all facilities as the PMA may require for
verification of the material at sites or stores and bear all charges and cost of such verification unless specifically
provided for otherwise elsewhere in the contract or specifications. Technical commercial condition for procurement by
the bidder:
a. The bidder shall enter into legally binding agreement with the OEM/ ToT Partner for supply, installation and
commissioning during 7 years Operation & maintenance period (including warranty period). Copy of such
agreement shall be furnished with the bid. The legally binding agreement should be in accordance with the
requirements and terms & conditions of this tender.
b. The bidders shall also submit certificate(s) from the end user(s) for the satisfactory working/ performance of
the quoted models of splitters. The user certificate may be related to the equipment deployed for field trial or
for commercial operations.

3. Technical-commercial conditions for procurement of IPMPLS and associated Equipment/Material by the bidder:
a. Should be as approved by APSFL against the respective technical specifications
b. If the bidder is not the manufacturer of quoted equipment, then the bidder shall enter into legally binding
agreement(s) with the manufacturers and the copy of such agreement(s) shall be furnished with the bid.
c. All the items shall be as approved by APSFL against the respective technical specifications.

4. APSFL shall have full powers to instruct PIA to affect the removal from the premises of all materials which in its
opinion are not in accordance with the specifications and in case of default, APSFL shall be at liberty to employ at the
expense of the PIA, other persons to remove the same without being answerable or accountable for any loss or
damage that may happen or arise to such materials. APSFL shall also have full powers to require other proper
36 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

materials to be substituted thereof and in case of default, APSFL may cause the same to be supplied and all costs
which may attend such removal and substitution shall be borne by the PIA.

5. The PIA shall bear all the cost associated with the completion of various activities of the project such as material
procurement, transporting to site, arrangement for storage and safe keeping of the material, splicing, testing etc.
Notwithstanding anything to the contrary contained in any other clause of the contract all stores/ materials so
procured shall remain the absolute property of APSFL and the PIA shall be the trustee of the stores/ materials and
the said stores/ materials shall not be removed/ disposed of from the site of the work on any account.

3.23 Fall Clause

At any time during the contract (a) if it comes to the notice of APSFL regarding reduction of price for the same or similar
service; and/ or (b) the prices received in a new tender for the same or similar equipment/service are less than the prices
chargeable under the contract. The prices would be determined as follows:

1. APSFL, for the extended implementation period, if any, will determine and intimate the new price, taking into account
various related aspects such as quantity, geographical location etc., and the date of its effect for the balance service to
the PIA. In case the PIA does not accept the new price to be made applicable during the extended implementation
period and the date of its effect, APSFL shall have the right to terminate the contract without accepting any further
services. This termination of the contract shall be at the risk and responsibility of the PIA and APSFL reserves the
right to purchase the balance unsupplied quantity/ service at the risk and cost of the defaulting PIA besides
considering the forfeiture of its performance security.

2. The PIA while applying for extension of time for implementation, if any, shall have to provide an undertaking as "We
have not reduced the sale price, and/ or offered to sell the same or similar equipment/ service to any
person/organization including Department of central/state Government or any central/state PSU at a price lower
than the price chargeable under the contract for scheduled implementation period."

3. In case undertaking as in the above clause is not applicable, the PIA will give the details of prices, the name(s) of
APSFL, quantity etc. to APSFL, while applying extension of implementation period.

3.24 Work to be executed in Accordance with Specifications & Material to be procured as per Technical
specifications

1. The PIA shall execute the whole and every part of the work in the most substantial and workman-like manner both as
regards materials and services and otherwise in every respect in strict accordance with the specifications and as per
the Scope of Work. The PIA shall also conform exactly, fully and faithfully to the design, drawings and instructions in
writing in respect of the work signed by APSFL. The PIA will procure all the material as per technical Specifications
specified in the tender documents.

2. The PIA shall comply with the provisions of the contract and with the care and diligence execute and maintain the
works and provide all labor and materials, tools and plants including for measurements and supervision of all works
and other things of temporary or permanent nature required for such execution and maintenance in so far as the
necessity for providing these, is specified or is reasonably inferred from the contract. The PIA shall take full
responsibility for adequacy, suitability and safety of all the works and methods of construction.

3. Deviations/ Variations Extent and Pricing


APSFL shall have power to make alteration in, omissions from, additions to, or substitutions within reasonable limits,
and not varying by more than 10% of the agreed project scope, for the original instructions / guidelines,
Specifications, drawings, designs and instructions that may appear to APSFL to be necessary or advisable during the
progress of the work, and to omit a part of the works in case of non-availability of a portion of the site or for any
other reasons and the PIA shall be bound to carry out the works in accordance with any instructions given to him in
writing signed by APSFL and such alterations, omissions, additions or substitutions shall form part of the contract as
if originally provided therein and any altered, additional or substituted work which the PIA shall be granted an
extension of time and may be directed to do in the manner specified above as part of the works, shall be carried out
by the PIA on the same conditions in all respects and subject to the terms of Contract, the same price on which he
agreed to do the main work except as hereafter provided.
a. Any operation incidental to or necessary for proper execution of the items included in the Bill of Material,
whether or not, specifically indicated in the description of the item and the relevant Specifications shall be
deemed to be included in the rate quoted by the Bidder. Nothing extra shall be admissible for such operations.
b. The list of GPs/ Blocks/ Districts identified in this NIT to be implemented may be changed at APSFL’s
discretion prior to execution of work in the concerned GP.

37 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.25 Foreclosure of contract due to Abandonment of project

1. If at any time after acceptance of the bid, APSFL shall decide to abandon the project for any reason whatsoever and
hence not require the whole or any part of the works to be carried out, APSFL shall give notice in writing to that effect
to the PIA and the PIA shall act accordingly in the matter. The PIA shall have no claim to any payment of
compensation or otherwise whatsoever, on account of any profit or advantage which he might have derived from the
execution of the works in full but which he did not derive in consequence of the foreclosure of the whole or part of
the works.

2. The PIA shall be paid at contract rates, full amount for the works executed at the site and, in addition, a reasonable
amount for the items hereunder mentioned which could not be utilized on the work to the full extent in view of the
foreclosure:
APSFL shall have the option to take over PIA’s materials or any part thereof either brought to site or of which the PIA
is legally bound to accept delivery from PIAs (for incorporation in or incidental to the work) provided, however
APSFL shall be bound to take over the materials or such portions thereof as the PIA does not desire to retain. For
materials taken over or to be taken over by APSFL, cost of such materials as detailed by APSFL shall be paid. The cost
shall, however, consider purchase price, cost of transportation and deterioration or damage which may have been
caused to materials whilst in the custody of the PIA.

3. Carrying out part work at risk and cost of PIA:


a. If PIA:
i. At any time makes default during currency of work or does not execute any part of the work with due
diligence and continues to do so even after a notice in writing of fifteen (15) days in this respect from
APSFL; or
ii. Commits default in complying with any of the terms and conditions of the contract and does not remedy it
or takes effective steps to remedy it within 15 days even after a notice in writing is given in that behalf by
APSFL; or
iii. Then APSFL without prejudice to any other right or remedy against the PIA which have either accrued or
accrue thereafter to APSFL, by a notice in writing to take the part work/ part incomplete work of any
item(s) out of its hands and shall have powers to:
 Take possession of the site and any materials, constructional plant, implements, stores, etc., thereon;
and/or
 Carry out the part work/ part incomplete work of any item(s) by any means at the risk and cost of
the PIA.

b. Any expenditure incurred or to be incurred by APSFL in completing the part work/ part incomplete work of any
item(s) or the excess loss of damages suffered or may be suffered by APSFL as aforesaid after allowing such
credit shall without prejudice to any other right or remedy available to APSFL in law or as per agreement be
recovered from any money due to the PIA on any account, and if such money is insufficient, the PIA shall be
called upon in writing and shall be liable to pay the same within 30 days.
c. If the PIA fails to pay the required sum within the aforesaid period of 30 days, APSFL shall have the right to
recover it in accordance with the provisions of the contract.
d. In the event of above course being adopted by APSFL, the PIA shall have no claim to compensation for any loss
sustained by it by reason of its having purchased or procured any materials or entered into any engagements or
made any advance on any account or with a view to the execution of the work or the performance of the
contract.
4. Suspension of Work
a. The PIA shall, on receipt of the order in writing of APSFL, whose decision shall be final and binding on the PIA,
suspend its service or any part thereof for such time and in such manner as APSFL may consider necessary.
b. The PIA shall be compensated only up to the extent of payment milestone achieved as per the payment terms
provided in the “Payment Terms” section as on the date of issue of suspension notice.

3.26 Safety

The PIA shall be responsible for the safety of all activities on the Site.

3.27 Access to the Site for the PIA

APSFL shall be responsible for providing Right of Way (RoW)/ give access of the site to the PIA. If access to a part site is
given, APSFL will ensure that the part site so given access is amenable to carry out the work at site by the PIA.

38 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.28 Access to the Site for APSFL

1. The PIA shall provide APSFL access to the site and to any place where work about the Contract is being carried out
or is intended to be carried out.

2. At any time during the exit management period, where assets are located at the PIA's premises, the PIA will be
obliged to give reasonable rights of access to (or, in the case of assets located on a third party's premises, procure
reasonable rights of access to) APSFL and/or any replacement Bidder in order to make an inventory of the assets for
such period of time following termination or expiry of the contract as is reasonably necessary to migrate the services
to APSFL , or a replacement Bidder

3.29 Settlement of disputes

1. If any dispute or difference of any kind whatsoever shall arise between APSFL and the PIA in connection with, or
arising out of the contract, of the execution of the works, whether during the progress of the works or after their
completion and whether before or after the termination, abandonment or breach of the Contract, it shall in the first
place, be referred to and settled by Technical Advisor to APSFL who shall, within a period of thirty days after being
requested by the PIA to do so, give written notice of its decision to the PIA. Upon receipt of the written notice of the
decision of Technical Advisor to APSFL. The PIA shall promptly proceed without delay to comply with such notice of
decision.

2. If Technical Advisor to APSFL fails to give notice of its decision in writing within a period of thirty days after
being requested or if the PIA is dissatisfied with the decision of APSFL , the PIA may within thirty days after receiving
such decision of APSFL, appeal to the Secretary, Energy Infrastructure and Investment Department, Government of
Andhra Pradesh who shall afford an opportunity to the PIA to be heard and to offer evidence in support of its
appeal, the Secretary, Energy Infrastructure and Investment Department, shall give notice of its decision within a
period of thirty days after the PIA has given the said evidence in support of its appeal, subject to arbitration, as
hereinafter provided. Such decision of the Secretary, Energy Infrastructure and Investment Department,
Government of Andhra Pradesh in respect of every matter so referred shall be final and binding upon the PIA and
shall forthwith be given effect to by the PIA, who shall proceed with the execution of the works with all due diligence
whether he requires arbitration as hereinafter provided, or not. If the Secretary, Energy Infrastructure and
Investment Department, Government of Andhra Pradesh has given written notice of its decision to the PIA and no
claim to arbitration has been communicated to him by the PIA within a period of thirty days from receipt of such
notice, the said decision shall remain final and binding upon the PIA. If the Secretary, Energy Infrastructure and
Investment Department, Government of Andhra Pradesh shall fail to give notice of this decision, as aforesaid, or if
the PIA be dissatisfied with any such decision, then and in any such case the PIA within thirty days after the
expiration of the first named period of thirty days as the case may be, require that the matter or matters in dispute
be referred to arbitration by an arbitrator appointed by mutual consent of both the parties. The agreement to
appoint an arbitrator will be in accordance with the Arbitration & Conciliation Act, 1996.

3.30 Operations & Maintenance (O&M) Phase

1. The O&M will start after successful completion of AT of first 10% of GPs and from the first calendar day of the
subsequent financial month from the date of completion of first 10% of GPs. Subsequent GPs’ O&M will start from 1st
date of next calendar month.

2. The O&M period shall be for 7 years. The O&M contract can be extended for a further period as agreeable to both the
parties at a mutually negotiated rate acceptable to both APSFL and PIA.

3. The Quarterly payment to PIA for Operations and Maintenance Phase will be made for all GPs which are
commissioned before the start of the respective quarter. For example, if a GP is commissioned on, it will be
considered for quarterly O&M payment only from the quarter starting

4. Penalty clauses of O&M period shall also be applicable during the Warranty period for breach of SLA made by PIA.

3.31 Detailed BOQ of Material used by PIA

After completion of work, PIA will submit the detailed BOQ of material used for each block separately in the prescribed
performa.

The quantity of all the items filled in the prescribed Performa will have to be verified by PMA before submission to PMU
APSFL.

39 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.32 Action in case work not done as per Instructions

1. All works under or in course of execution or executed in pursuance of the contract, shall at all times be open and
accessible to the inspection and supervision of APSFL or any organization engaged by APSFL for Quality Assurance,
and the PIA shall, at all times, during the usual working hours and at all other times at which reasonable notice of the
visit of such officers has been given to the PIA, either himself be present to receive orders and instructions or have a
responsible agent duly accredited in writing, present for that purpose.

2. If it shall appear to APSFL or the PMA engaged by APSFL for Quality Control and Assurance, that any work has been
executed with unsound, imperfect, or unskillful workmanship, or with materials or articles provided by him for the
execution of the work which are unsound or of a quality inferior to that contracted or otherwise not in accordance
with the contract, the PIA shall, on demand in writing from APSFL specifying the work, materials or articles
complained of notwithstanding that the same may have been passed, certified and paid for forthwith rectify, or
remove and reconstruct the work so specified in whole or in part, as the case may require or as the case may be,
remove the materials or articles so specified and provide other proper and suitable materials or articles at its own
charge and cost. In the event of the failing to do so within a period specified by APSFL in its demand aforesaid, then
the PIA shall be liable to pay compensation at the same rate as under the clause of the contract (for non-completion
of the work in time) for this default.

3. In such case APSFL may reject the work outright without any payment and/ or get it and other connected and
incidental items rectified, or removed and re-executed at the risk and cost of the PIA. Decision of APSFL to be
conveyed in writing in respect of the same will be final and binding on the PIA.

3.33 Termination for Insolvency

APSFL may at any time terminate the Contract by giving written notice to the PIA. If the PIA becomes bankrupt or
otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any
right of action or remedy which has accrued or will accrue thereafter to APSFL.

3.34 PIAs subordinate staff and their conduct

1. The PIA shall provide all necessary superintendence during execution of the work and all along thereafter as may be
necessary for proper fulfilling of the obligations under the contract.

2. The PIA shall provide and employ on the site only such technical assistants as are skilled and experienced in their
respective fields and such supervisory staff as are competent to give proper supervision to the work.

3. The PIA shall provide and employ skilled, semiskilled and unskilled labour as is necessary for proper and timely
execution of the work.

4. APSFL shall be at liberty to object to and require the PIA to remove from the works any person who in its opinion
misconducts himself, or is incompetent or negligent in the performance of its duties or whose employment is
otherwise considered by APSFL to be undesirable. Such person shall not be employed again at works site without the
written permission of APSFL and the persons so removed shall be replaced as soon as possible by competent
substitutes.

3.35 Changes in firm’s Constitution to be approved

Approval shall be obtained from APSFL before any significant change in shareholding pattern and/ or management control
of the company or its parent company is affected.

If previous approval as aforesaid is not obtained, APSFL shall have power to adopt the course specified in the Clause
mentioned in section “When Contract can be Determined” hereof in the interest of APSFL and in the event of such course
being adopted, the consequences specified in the said Clause shall ensue.

3.36 Arbitration

Any dispute or difference whatsoever arising between the parties out of or relating to the construction, meaning, scope,
operation or effect of this contract or the validity or the breach thereof shall be settled by arbitration in accordance with
the Rules of Arbitration of the Indian Council of Arbitration and the award made in pursuance thereof shall be binding on
the parties.

40 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.37 PIA to indemnify Govt. against Intellectual Property Rights

The PIA shall fully indemnify and keep indemnified APSFL, its directors, officers, employees etc. against any action, claim,
proceeding, demand, judgements, settlements, liabilities, damages, fees, impositions, penalties, interest, attachments, costs,
expenses or any other amounts whatsoever, arising out of or relating to infringement or use of any intellectual property
(including but not limited to trademark, patent or design) or any alleged intellectual property rights and shall pay any
royalties which may be payable in respect of any article or part thereof included in the contract. In the event of any claims
made under or action brought against APSFL in respect of any such matters as aforesaid, the PIA shall be immediately
notified thereof and the PIA shall be at liberty, at its own expense, to settle any dispute or to conduct any litigation that
may arise there from, provided that the PIA shall not be liable to indemnify APSFL if the infringement of the patent or
design or any alleged patent or design right is the direct result of an order passed by APSFL in this behalf.

3.38 Language and measures

All documents pertaining to the Contract including Specification, Schedules, Notice, Correspondence, operating and
maintenance instructions, Drawings, or any other writing shall be written in English language. The Metric System of
Measurement shall be as used in the Contract unless otherwise specified.

3.39 Transfer of title

The title of ownership of supplies furnished by the PIA shall not pass on to APSFL for all Supplies till the same are finally
accepted by APSFL after Commissioning and issue of Commissioning Certificate.

However, APSFL shall have the lien on all such works performed as soon as any advance or progressive payment is made
by APSFL to the PIA and the PIA shall not subject these works for use other than those intended under this Contract.

3.40 Release of Information

The PIA shall not, during or any time after the term of the contract, communicate or use in advertising, publicity, sales
releases or in any other medium, photographs, or other reproduction of the work under this Contract or description of the
site dimensions, quantity, quality or other information, concerning the Work unless prior written permission has been
obtained from APSFL.

3.41 Indemnification & Limitation of Liability

1. Subject to below clause, the PIA (the "Indemnifying Party") undertakes to indemnify APSFL (the "Indemnified Party")
from and against all Losses on account of bodily injury, death or damage to tangible personal property arising in
favor of any person, corporation or other entity (including the Indemnified Party) attributable to the Indemnifying
Party's negligence or will full default in performance or non-performance under this Tender/ Agreement. If the
Indemnified Party promptly notifies Indemnifying Party in writing of a third-party claim against Indemnified Party,
the Indemnifying Party will defend such claim at its expense and will pay any costs or damages that may be finally
awarded against Indemnified Party.

2. The indemnities set out in above clause shall be subject to the following conditions:
a. the Indemnified Party as promptly as practicable informs the Indemnifying Party in writing of the claim or
proceedings and provides all relevant evidence, documentary or otherwise;
b. the Indemnified Party shall, at the cost of the Indemnifying Party, give the Indemnifying Party all reasonable
assistance in the Defense of such claim including reasonable access to all relevant information, documentation
and personnel provided that the Indemnified Party may, at its sole cost and expense, reasonably participate,
through its attorneys or otherwise, in such Defense;
c. if the Indemnifying Party does not assume full control over the Defense of a claim as provided in this clause,
the Indemnifying Party may participate in such Defense at its sole cost and expense, and the Indemnified Party
will have the right to defend the claim in such manner as it may deem appropriate, and the cost and expense of
the Indemnified Party will be reimbursed by the Indemnified Party;
d. the Indemnified Party shall not prejudice, pay or accept any proceedings or claim, or compromise any
proceeding or claim without the written intimation of the Indemnifying Party;
e. all settlement of claims subject to indemnification under this clause will:
i. be entered only with the consent of the Indemnified Party, which consent will not be unreasonably
withheld and include an unconditional release to the Indemnified Party from the claimant or plaintiff for
all liability in respect of such claim.; and
ii. include any appropriate confidentiality agreement prohibiting disclosure of the terms of such settlement

41 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

f. the Indemnified Party shall account to the Indemnifying Party for all awards, settlements, damages and costs
(if any) finally awarded in favor of the Indemnified Party which are to be paid to it in connection with any such
claim or proceedings;
g. the Indemnifying Party shall take steps that Indemnified Party may reasonably require mitigating or reduce its
loss as a result of such a claim or proceedings;
h. in the event that the Indemnifying Party is obligated to indemnify the Indemnified Party pursuant to this
clause, the Indemnifying Party will, upon payment of such indemnity in full, be subrogated to all rights and
defenses of the Indemnified Party with respect to the claims to which such indemnification relates.

3. The liability of the PIA (whether in contract, tort, negligence, strict liability in tort, by statute or otherwise) for any
claim in any manner related to the contract, including the work, deliverables or services covered by this Agreement,
shall be the payment of direct damages only which shall in no event in the aggregate exceed tender contract value
payable under this Agreement.

4. The allocations of liability in this represent the agreed and bargained-for Understanding of the parties and
compensation for the works reflects such allocations. Each Party has a duty to mitigate the damages and any amounts
payable under an indemnity that would otherwise be recoverable from the other Party pursuant to the contract by
taking appropriate and commercially reasonable actions to reduce or limit the amount of such damages or amounts.

3.42 Jurisdiction

1. Any dispute arising out of the tender/bid document/ evaluation of bids/issue of APO shall be subject to the
jurisdiction of the competent court at the place from where the NIT/tender has been issued.

2. Where PIA has not agreed to arbitration, the dispute/claims arising out of the Contract/PO entered with him shall be
subject to the jurisdiction of the competent Court at the place from where Contract/PO has been issued.

3. This Contract/ PO is subject to jurisdiction of Andhra Pradesh only.

3.43 Exit Management

1. This Clause sets out the provisions, which will apply when the contract has expired or when the contract is
terminated.

2. In the case of termination during the project implementation or maintenance phase, the Parties shall agree at that
time whether, and if so during what period, the provisions of this clause shall apply.

3. The Parties shall ensure that their respective associated entities carry out their respective obligations set out in this
clause.

4. In such cases, the Mobilization Advance would be deemed as interest bearing advance at an interest rate of 10 %.
APSFL reserves the right to recover the amount with interest from the Additional BG of the PIA.

5. Transfer of Assets: The PIA shall provide list of all the assets under maintenance of the PIA. The list should be current
with up-to-date modifications/changes. All the ABDs/GIS details should be updated to account for any changes in the
routes like additional joints/joint chambers, route indicators, and cable route diversions/modifications. As also the
relevant entries to be made in project management tools as specified.

6. In case of contract being terminated by APSFL, APSFL reserves the right to ask PIA to continue running the project
operations for a period of 6 months after termination orders are issued. The other liquidated damages and SLA would
be applicable during this period.

7. Upon service of a notice under this Article the following provisions shall apply:
a. Payment to the outgoing PIA shall be made to the tune of last set of completed services / deliverables, subject to
SLA requirements.
b. The outgoing PIA will pass on to APSFL and/or its nominated agency, the subsisting rights in any products on
terms not less favorable to APSFL/ its nominated agency, than that enjoyed by the outgoing PIA.

Cooperation and Provision of Information

During the exit management period:


a. The PIA will allow APSFL access to information reasonably required to define the then current mode of operation
associated with the provision of the services to enable APSFL to assess the existing services being delivered;

42 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

b. Promptly on reasonable request by APSFL, the PIA shall provide access to and copies of all information held or
controlled by them which they have prepared or maintained in accordance with this contract relating to any material
aspect of the services (whether provided by the PIA or Sub-contractors appointed by the PIA). APSFL shall be entitled
to copy of all such information. Such information shall include details pertaining to the services rendered and other
performance data. The PIA shall permit APSFL or its nominated agencies to have reasonable access to its employees
and facilities as reasonably required to understand the methods of delivery of the services employed by the PIA and
to assist appropriate knowledge transfer.

Confidential Information, Security and Data

The PIA will promptly on the commencement of the exit management period supply to APSFL the following:
a. Information relating to the current services rendered and Purchased and performance data relating to the
performance of Sub-contractors in relation to the services;
b. Documentation relating to Project’s Intellectual Property Rights;
c. All current and updated data as is reasonably required for purposes of APSFL or its nominated agencies transitioning
the services to its replacement Bidder in a readily available format proposed by APSFL;
d. All other information (including but not limited to documents, records and contracts) relating to the services
reasonably necessary to enable APSFL or its nominated agencies, or its replacement Bidder to carry out due diligence
in order to transition the provision of the Services to APSFL or its nominated agencies, or its replacement Bidder (as
the case may be).

Before the expiry of the exit management period, PIA shall deliver to APSFL all new or up-dated materials from the
categories set out in Schedule above and shall not retain any copies thereof, except that the PIA shall be permitted to retain
one copy of such materials for archival purposes only.

Employees

Promptly on reasonable request at any time during the exit management period, the PIA shall, subject to applicable laws,
restraints and regulations (including those relating to privacy) provide to APSFL a list of all employees (with job titles) of
the PIA dedicated to providing the services at the commencement of the exit management period.

Where any national, regional law or regulation relating to the mandatory or automatic transfer of the contracts of
employment from the PIA to APSFL, or a replacement Bidder ("Transfer Regulation") applies to any or all the employees of
the PIA, then the Parties shall comply with their respective obligations under such Transfer Regulations.

To the extent that any Transfer Regulation does not apply to any employee of the PIA, APSFL, or the replacement Bidder
may make an offer of employment or contract for services to such employee of the PIA.

Transfer of Certain Contracts

On request by APSFL the PIA shall affect such assignments, transfers, licenses and sub-licenses as APSFL may require the
same in the name of APSFL or its nominated agency in relation to any equipment lease, maintenance or service provision
contract between PIA and third-party licensor, vendors, and which are related to the services and reasonably necessary for
the carrying out of replacement services by APSFL or its replacement Bidder.

4. Project Stakeholders: Roles & Responsibilities

The key stakeholders for implementation of BharatNet Phase-II are as given below:

A. APSFL

APSFL is responsible for formulating project implementation strategies in line with overall objectives, appointing and
enabling relevant agencies for project execution, monitoring the project and executive decision making. APSFL will
manage the project through a centralized corporate level setup. APSFL will be Responsible for:
1. Executive decision making
2. Appointment of PMA for project monitoring
3. Appointment of PIA for execution of work
4. Creation of project manual comprising:
 Project governance structure
 Monitoring and evaluation mechanism
 Project level procedures including
o Implementation guidelines, standards and checklists
o Testing and acceptance process
o Issues reporting and management process
43 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

o Other project management and coordination procedures


5. Implementation of appropriate tools for project management and coordination
6. Access to APSFL project management tool.
7. Final escalation points for issues resolution
8. Signing agreements with the CPSUs for leasing and connecting the incremental BharatNet network with the OFC
9. Centralized planning and information sharing between relevant stakeholders
10. Defining and monitoring of implementation and maintenance SLAs
11. Signing of Rights of Way (RoW) agreements with States and other necessary agencies such as Railways, NHAI etc.
where fibre laying work is to be done.
12. The Right of Way shall be valid for the Project Implementation as well as the O&M period.
13. Final Sign-Offs and acceptance of completed sites, processing vendor invoices and releasing payments.

B. CPSUs

The CPSUs would provide access to the relevant assets and allow usage of the same for implementation of BharatNet
Phase-2 works as specified in this tender document. CPSU responsibilities will include:
1. Appoint a CPSU nodal officer for each block and provide details of the same to APSFL at the start of the project for
sharing with PIA and PMA. Nodal officer will be responsible for coordination with PMA and PIA appointed for this
project.
2. Provide location details of Block FPOIs and CPSU fibre termination point at the start of the project to APSFL for
further sharing the same with PIA and PMA
3. Provide access at specific site locations and Termination points of their network where OFC joint needs to be made
4. Provide access to their block level FPOIs to PIA and PMA representatives
5. Issue detailed instructions to CPSU nodal officers for facilitating access to PIA and PMA representatives for access
and integration with their network
6. Provide required assistance and site access to PIA for enabling interconnect between the existing and incremental
OFC network
7. Coordinate and assist PIA/ PMA for carrying out end to end testing between BSNL Exchange and GP
8. Ensuring availability of technical personnel at the time of end to end testing
9. Provide escalation matrix within respective Package and issue resolution matrix for issues faced by PIA and PMA
while integration and access to CPSU network
10. Issuance of Standard Operating Procedures (SOPs) that need to be followed by CPSUs nodal officers while interacting
with PIA and PMA and for access and integration with CPSUs network. This SOP will be developed in consultation
with APSFL at the start of the project.
11. SLA compliance during maintenance phase for the network owned by CPSU, as per the terms agreed with APSFL
12. Provide support for fault diagnosis and repair during maintenance phase for the network components owned by
CPSUs

C. Project Implementation Agency (PIA)

PIA would be responsible for procurement and carrying out the installation and maintenance of IPMPLS equipment along
with Network Operation Centre for 7 years. The activities are to be performed as per the laid down standards, guidelines
and procedures.

PIA will be responsible for:

1. To carry out the mobile application based digital survey and finalize the PoP locations in blocks and GPs
2. To carry out installation and commissioning of PoPs and NOC as per the approved scope of work
3. Procurement of equipment as per approved bill of material
4. Testing end-to-end connectivity from GP to Block
5. Coordination with various agencies like CPSU, Local Administration, PMA, APSFL PMUs etc. for GPs Site Access, ROW
and for end to end implementation and submission of documentations
6. Data Entry in Project Monitoring Tool using Mobile App., GIS platform etc.
7. Installation of Utilities and wall mount & ground base enclosures.
8. Warehouse management (Store/inventory)
9. Provide field data and certificates in pre-defined format
10. Operation and maintenance
11. Any other field implementation related work.

Survey and Planning Phase

1. Submission of phase wise implementation plan to PMA / APSFL in line with the tender requirements and
submission of periodic project plan on monthly basis. Project plan will be updated in the project management tool

44 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

of APSFL and will be updated on daily basis.


2. Study of project management tool available with APSFL and plan for updating of the project status in the project
management tool either by deploying one dedicated person at APSFL office or from PIA office as required.
3. Overall project planning for implementation and maintenance phases and submission of site-wise schedules to
PMA. PMA will review, consolidate and will send the schedules to APSFL.
4. Planning for stores and warehouses for material procured by PIA.
5. Necessary coordination with local authorities and other agencies, if any, for GP site access, route access etc, based
on ROW already signed with respective states.
6. In case the PIA requires obtaining ROW from certain agencies with whom APSFL has not entered into an agreement
then PIA will make applications on the name of APSFL and APSFL will pay charges as per Demand Note.
7. All route survey, plan documents needs to be stored for future reference.
8. Any change in deployment with respect to field challenges need to route through change request process. ROW
will be granted free of cost through a single circular, incorporating all authority permissions. The bidder shall
however intimate the respective authority prior to start of work.
9. APSFL shall facilitate the release of Government order for right of way for Electronics and site access with respect
to scope of work of this project
10. The ROW circular will be released prior to award of work.

Implementation Phase

1. Procurement and supply of all material included in the approved Bill of Material
2. Onward transport of the same to PIA warehouse/work site.
3. PIA will be responsible for all procured material
4. Responsible for payment of Octroi / taxes involved in material movement to PIA warehouse/work site.
5. Site level coordination with
a. OFC system integrators for connecting to the OFC from FDMS to respective sites
b. Local authorities for carrying out laying work
c. Gram Panchayats for accessing the premises and connecting to installed equipment
d. PMA for scheduling and logistics
e. Local liaising for smooth rollout of network
6. Stores and warehouse management for material procured by PIA itself
7. Carrying out the PoP installation work within their awarded work as per agreed standards and guidelines and
connecting the OFC to predetermined end-points.
8. Bringing the tools required for testing the work undertaken, such as PON OTDR machine. The same tools will also
be used by PMA for testing.
9. Responsible for integration of network with APSFL Phase 1 network at block level and for end-to-end testing.
10. GIS coordinates should be provided by PIA for each PoP location.
11. PIA will be responsible for taking photographs of the work carried out. Equipment for photography is also the
responsibility of PIA.
12. Providing required support to PMA for conducting their Auditing processes including ensuring that PMA has
access to all end points at GP and connection points with existing OFC of CPSUs.
13. Preparing and uploading of all data/reports/certificates on project management tool and/or sending the same to
appropriate address as per pre-defined procedures. These will include preparation and upload of As-Built-
Drawings (ABD) of OFC.
14. Adherence to standards, guidelines and procedures laid down by APSFL or its Central Program Management Unit
(CPMU)
15. All statutory compliances including compliance with labour laws and all other applicable laws.

Maintenance Phase

1. Maintenance of PoP, NOC and associated equipment for 7 years from the start of the O&M phase
2. Ensuring that the ABDs and GIS co-ordinates are updated to reflect the actual on-ground status. Doing necessary
changes if any during operations phase and updating the existing data on bi-monthly basis.
3. Stores and Warehouse management for spares, including those received from APSFL
4. Site level coordination with
a. CPSUs for fault diagnosis and repair
b. Gram Panchayats for accessing the premises in case access is required for fault diagnosis and repair work
5. Uploading of all data/reports/certificates on project management tool and/or sending the same to appropriate
address as per pre-defined procedures
6. Adherence to guidelines and procedures laid down by APSFL or its Central Program Management Unit (CPMU)
7. All statutory compliances including compliance with labour laws and all other applicable laws
8. Procurement and supply of all replacement material required for maintenance work.

45 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Project Management Agency (PMA)

This agency would be responsible for sample audit of the work being done by PIA. PMA would be responsible for providing
commissioning certificates for successfully commissioned sites. The responsibilities of PMA will include:
1. PMA will have the responsibility of Quality Review of the work done by PIA on sample audit basis for all 100%
sites
2. PMA will certify the quality of work as well as quantity of material on behalf of APSFL for equipment, PON OTDR
Testing, End to End Testing, installation of IPMPLS equipment and NOC.
3. Verification of PIA’s final deliverables including ABDs
4. Preparation and upload of all data/reports/certificates on project management tool and/or sending the same to
APSFL officers at appropriate address as per pre-defined procedures
5. Adherence to standards, guidelines and procedures laid down by APSFL
6. For each payment milestone, PIA will submit all the documents/forms/certificates to PMA. Payment for the
respective milestones will be released after verification of documents by PMA.
7. Ensuring availability of verification and validation personnel in line with the implementation schedule and site
level coordination with PIAs for carrying out the tasks.
8. Surprise audit of stores and warehouses maintained by PIA.

Entities/Agencies with whom active co-ordination would be required

A. State Governments

State governments would provide right of way and other relevant permissions for Installation of equipment. State
governments would also provide access to GP premises for implementation of network termination point.

A. Other Government agencies

ROW permission would also be required from other government agencies like NHAI for national highways, Forest
departments for forests, Railways for railway crossings and Oil & Gas companies wherever their pipelines are
encountered.

46 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

5. Project Schedule

S. No. Project Milestone Months Documents to be submitted by Bidder


1. Award of PO/ Contract T
2. Completion of Site Survey of entire T+1 Month Survey report, Monthly plan, District wise BOM
state & corresponding cost
3. Commissioning of 25% GP’s in a T+3 Months Material delivery receipts, I&C report, OTDR
package reports, As Build drawing
4. Commissioning of 60% GP’s in a T+5 Months Material delivery receipts, I&C report, OTDR
package reports, As Build drawing
5. Commissioning of 90% GP’s in a T+8 months Material delivery receipts, I&C report, OTDR
package reports, As Build drawing
6. Commissioning of balance 10% GP’s in T+9 months Material delivery receipts, I&C report, OTDR
a package reports, As Build drawing, Project Completion
Report.

The Site Survey and commissioning of network can be simultaneous activity; however, end to end connectivity should
start only in those GP’s/ District where site survey has been approved by authority.

47 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

6. Scope of Work

USOF (DoT)/State intends to create digital highway by establishing connectivity from Block to Gram Panchayats (GP),
including supply of IP-MPLS routers, Solar Panel along with other passive infrastructure to enable the intended services
such internet, telephone, e-services and value-added services.

The Implementation of the project is to be done by APSFL through a PIA who would be responsible for Planning, Design,
Procurement, Installation, End to End Integration, Testing and Commissioning for the following:

 IP-MPLS Network
 Network Operating Centre (NOC) and Disaster Recovery NOC for network monitoring and management.
 Data Centre (DC) on a Private Cloud with key network elements such as NMS/EMS/BSS, Access Gateways,
Storage/ servers, Network security and other applications

Through this RFP, the selected Project implementing agency (PIA) shall ensure to undertake the responsibility for
facilitating service provisioning and Operations and Maintenance (O&M) for 7 years.

The successful bidder shall also ensure to undertake the following work:

1. Provision of minimum 1Gbps bandwidth scalable up to 10 Gbps at each GP


2. The provisioned bandwidth should have the capabilities to handle wide variety of e-services such as operational and
social purposes, VPN connectivity, Internet, VoIP, IPTV, VOD, two-way video-conferencing and connectivity to other
operators etc.
3. An Indicative BoQ along with break up is provided in the RFP, however it may differ at the time of execution post the
confirmation based on the site survey duly authenticated by APSFL designated authorities
4. Integration of DC NOC and DR NOC with BBNL NOC shall be done within the scope of NOC Implementation

6.1 Network Architecture

The Network being planned will be using Multiprotocol Label Switching (IP/MPLS) to establish a packet-switched
transport network. This will provide a common set of functions to support the operational models and capabilities
required for such critical networks. IP/MPLS will provide connection-oriented paths, protection and restoration
mechanisms, comprehensive operations, administration, and Maintenance (OAM) functions for seamless network
operation using dynamic control plane.

As part of the project implementation, Point of Presence (PoP) would be created at the APSFL Mandal Headquarters and
GP level with an objective to enable the customers to have easy access to the network.

48 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The network will be based on distributed architecture and will have three layers:

1. Master Aggregation Layer (Mandal Hub/Master Block)


2. Aggregation Layer (Mandal/Block)
3. Pre–Aggregation Layer (Gram Panchayat)

Master Aggregation Layer:

This layer will deploy high end scalable Routers and will be running IP-MPLS protocols. The capacity will be multiple of
100G which can be further scaled as the traffic grows. This Layer will connect with Network Operating Centre (NOC) / DR
NOC and hand over traffic to Data Center through IP-MPLS cloud network available through APSFL (or) with other
Telecom service providers.

In each of the districts, four to five of the Mandal/Block routers which need higher aggregation requirements and has
better presence of Telecom service providers for internet traffic egress will be configured as Master aggregation routers
(Master Block) and will be connected through dual 100 G capacity. In addition to this, the same nodes should serve all the
nearby GPs in and around Mandal area.

Aggregation Layer:

This layer will deploy scalable IP/MPLS Routers and should act as service edge layer for insertion of any kind of services
(native L2, L3, MPLS VPN, Multicast etc.). Aggregation Layer will be connected to Mandal Hub/Master Block Router
through a nx40G uplink.

49 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

This layer of the network will connect all Mandals in a District together in multiple rings to their respective Mandal Hubs.
To have better manageability and reliability, Mandal/Block rings shall be designed with the optimum number of nodes (~
5 Nodes) per ring. This will aggregate the traffic at Master Block/Mandal Hub connected in a ring topology. In addition to
this, the same nodes should serve all the nearby GPs in and around Mandal area.

Pre-Aggregation Layer

This layer will deploy scalable Routers and should act as service edge layer for insertion of any kind of services (native L2,
L3, MPLS VPN, Multicast etc.). The capacity will be multiple of 1G which can be further scaled as the traffic grows. This
layer of the network will be used to connect customers at GPs directly or through extended PoPs of APSFL. Based on
current Bandwidth estimation the access network at GP is planned to carry at least 1Gbps traffic from each Gram
Panchayat.

The following points should be considered at the time of IP-MPLS router installation at PoP location:

a. End-to-End installation of the equipment along with the civil work that needs to be carried out for installation of
Router connectivity according to plan
b. Supply, delivery to site, unloading, storing, warehousing and handling of Router equipment along with fittings and
associated items as required as per the approved survey report.
c. Installation and configuration of the MPLS Router.
d. End-to-End testing of the Router link from GP to GP, GP to Mandal, Mandal to Mandal Hub and Mandal Hub to NOC
e. The number of patch cords to be supplied with the MPLS router shall be 25% more than the number of ports for
each type of IP/MPLS node.
f. Testing of traffic from the MPLS at Gram Panchayat to the Block MPLS and further to State NOC
g. The detailed AT reports shall be submitted as per approved format for acceptance testing for afore mentioned
activities.

6.2 Network Requirements

The network should enable the successful implementation of various State and Central Government initiatives including
but not limited to Residential and Enterprise Broadband, E-education, Public Wi-Fi, e-governance, Smart cities, Smart
utilities etc.

The network should have the capability and facility for Seamless integration with all other components required to build a
digital backhaul for state. Network should act as backbone for all the services (Layer 2 or layer 3) which may come in
future. Network must support next generation architecture to support future applications.

The Network should implement automation frameworks and tools to enable Zero Touch service provisioning and dynamic
policy enforcement. The System Integrator has to deploy a suitable automation framework which should automate end to
end configuration and service provisioning without any user intervention. All the necessary dependent hardware required
for this solution need to be supplied by PIA and should scale for at least 50000 devices.

The bidder should provide the total solution (software, server and other accessories) for traffic analysis (monitoring,
debugging, categorizations in ASN based, application based etc.) of all the router devices.

The Network should be based on Ring topology (Single/Dual Homed) and must support the dynamic redundancy protocol
for better convergence. The Ring Based architecture must be deployed to meet the following:

 Redundancy of nodes and Links to maintain higher uptime


 Better Link utilization
 Flexibility to allow easy Insertion of new Node.

Network must support Node and Link protection feature for faster and reliable network convergence. Resource
Reservation based Traffic Engineering should be used to provide the following:

 Dedicated and predefined path for critical application


 Optimized utilization of redundant links
 Handling of unanticipated load in the network.

Network Convergence methods like Fast Reroute and Bidirectional failure detection must be deployed to achieve faster
convergence. The network must support segregation of traffic and must support different levels of QoS across the network.

The Network must support following QoS features:


50 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

 All the nodes in network must support minimum 8 queues per port.
 These nodes should have the capabilities to program the queues in to logical queues to offer multiple services to the
end customers.
 The mapping of QoS should be done on basis of COS, IP prec, TOS, IP address, VLAN etc.
 All nodes in network must support Hierarchical Quality of Service for granular QoS.
 All nodes must support priority queuing (more than one) for assigning more priority to Voice and Video traffic over
non-critical data traffic.
 All nodes should act as Service Edge nodes and services can be inserted from that node only.
 “Any Service Any Where” with “Enter Anywhere Exit Anywhere” from services and POI (Point of interconnect
perspective)
 Service edge nodes should support layer2vpn, layer3vpn, IPTV and multicast VPN.
 Network should have the capability to be used as Backhaul for SWAN and other state network.
 All service edge nodes must support features to start IPTV and Multicast VPN.
 P2P and P2MP LSP s must be supported for convergence of unicast and multicast Traffic originating or terminating
from/to CPE.
 High QOS, uptime, Security, L3, L2 and Multicast Services from edge where the nodes are connected should be ensured
as it will be connecting to MSOs, SP and Telcos.
 4G and 5G backhaul should be supported at all nodes.
 Packet clock and Sync E should be supported for connecting telcos.
 MPLS NNI (Option-1,2 and 3) with telcos and other Service providers for traffic exchange at all nodes should be
supported.
 Any to any, one to many, many to many kinds of service should be supported from all nodes
 Interoperability between OEM for non-vendor locking should be supported at all nodes

6.3 Network Civil Infrastructure

1. The Contractor shall develop & implement Network Operation Centres at Amravati & Tirupati respectively. The bare
shell infrastructure of approx. 10000 Sq. ft. for the same shall be allocated by APSFL for implementation of NOC.
2. The Contractor shall accomplish the required work in accordance with the requirements stated in the approved floor
plan.
3. Contractor shall obtain prior approval of APSFL for any designs and drawings provided by them.
4. The scope of work under the proposed contract involves Design, Site preparation, Supply, Installation, Testing,
Commissioning, Operations and Maintenance of NOC.
5. The Bidder shall perform the following tasks as per APSFL requirement and satisfaction for the areas mentioned in
table below:
 Designing
 Site Preparation
 Supply
 Installation
 Configuration
 Documentation (Drawings as per plan and as built) and Acceptance Test Plan
 Acceptance Testing
 Certification
 Training
 Support for the NOC

6. The general specifications shall be of the best available quality in the market with EN/UL/ISO/BIS/ISI certification
whichever is applicable. The NOC to be setup at the site comprising of following:
 Civil & Interiors for the entire NOC (also including construction of UPS/Battery Room)
 Partitions
 Doors
 Glass Windows
 Paneling
 False(raised) Floor
 Acoustics
 Waste disposal etc.
 Addressable Water Leak Detection System
 Pest/Rodent Repellent System
 Fire Detection Alarm and Suppression System
 All the facilities like Server Room, NOC etc. as defined in the table

51 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

 Cooling solution
 Aisle Containment solution with Dx based cooling units placed adjacent racks for Server room
 Air conditioning other than server room area
 UPS Systems (including input/output cabling and finishing)
 Data Centre power system with back-up (DG set)
 Electrical Works including
 Panels for Input and Output
 Distribution outlets (UPS and Others)
 Lighting system for the data centre including provisions for emergency lighting Earthing
 Cable managers / Bus Bar Trunking
 Ducting for Power, Telecom and Data Cabling
 Ferruling of Circuits and markings
 Closed Circuit TV
 Building Management System for the Data Centre Area and UPS Room
 Access Control and Biometrics (including access card generation and management systems, attendance
management system)
 Alarm Systems
 NOC Infrastructure setup
 Documentation
 The drawings as per plan and as built (both hardcopy and softcopy)
 Operation and Maintenance manuals (both hardcopy and softcopy)
 Site Maintenance and upkeep

The following table indicates the scope of work in a broader perspective.

Sl. No. Description Scope


I. Data Centre -General Designing and Implementing the relevant areas of the NOC keeping in view the
Requirements following attributes:
• Availability
• Flexibility
• Scalability and
• Modularity
The bidder must ensure that the design generally meets the following industry
standards for:
• Cooling standards
• IEEE standards for Electrical
• NFPA, UL and local fire codes for Safety and security
• ISO standards for processes and procedures.

The APSFL shall provide approximately 10000 Sft. of bare infrastructure for
implementation of NOC. Wherever additional infrastructure is required, the
bidder shall quote for the same. The NOC shall follow high-efficiency design in
equipment type / capacity selection to achieve high overall operational
efficiency at optimized expenses. The NOC shall be designed in a modular
fashion such that, it is able to scale up with the IT hardware deployment
progressively and Technology up-gradation.
II. Civil Works It would cover the following tasks (wherever applicable), with an assurance
that, if any area being dug/drilled/chiseled etc. then it should be maintained
back properly to aesthetic looks :
• Cement Concrete work (if necessary)
• Cutting & chipping of existing floors
• Trench works
• Masonry works
• Plumbing work
• Drainage system
• RO Unit for drinking water
• Toilet modification
• Hardware and Metals
• Fire rated Glazing and partitions
• Paint work
• False Flooring (entire Data Centre area)
• Furniture & fixture
• Partitioning
52 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

• Doors and Locking


• Fire proofing all surfaces
• Insulating
• Vitrified Tiles
• Modular Workstations, dust proof carpets etc.
Entire NOC and additional supporting Rooms shall be logically divided as per
the following Zones:
Zone A - Comprises of Server room which host Servers racks, Network racks,
Cooling units, UPS output PDUs.
Zone B - It comprises of a NOC room designed for 6 seaters with Video wall .
All Network Connections from outside will terminate here.
Zone C - This has Electrical / UPS room and Battery room are designed with
Data Centre Panels, UPS and Batteries etc. The same shall be constructed
adjacent to the existing infrastructure with approximately 200 Sq.ft (*) for UPS
room and 150 Sq. ft (*) for battery room.
Zone D - Out-door units viz., DG Sets etc. to be located near the NOC area.
III. Aisle Containment with Precision Aisle Containment system with Dx based cooling units placed
cooling units adjacent to racks are required for DC Server and Network racks
IV. Air-conditioning Air-Conditioning System (NOC, UPS / Electrical room etc.)
V. Electrical Distribution of All the electrical requirement of the NOC shall meet concurrent maintainability
Mains, Lighting, LT panels, Architecture which includes following requirements:
UPS Power and Generators • DG Sets needs to be proposed in N+ 1 redundancy
• UPS shall be proposed in 1+1 redundancy with 2 Hours back up on full load
condition
• NOC main panels shall be installed in N+N redundancy All the electrical
requirement of the NOC has to be taken care of as per following requirements:
• Separate Earth pits for components - Copper plate earthing
• Copper Earth Electrodes & Earth strips
• UPS Distribution Board with MCBs, ELCBs (various ratings)
• All types of Power Cabling and Bus Trunking System
• All output distribution points (including 3-Phase NEMA connectors etc.)
• Cables & end Terminations
• Sub/Circuit Mains
• NOC Lighting (including Emergency lighting)
• Power Usage Effectiveness
VII. Building Management System The Integrated BMS should include the following components:
(BMS) and Physical Security • Software Addressable Fire Alarm System
(Access Control), Firefighting • Early smoke detection system
etc. • Fire Suppression System
• Access Control System involving -
o Closed Circuit Television System (CCTV)
o Biometric and Proximity Card
o Attendance Management System
o Alarm System
• Rodent Repellent System
• Water Leak Detection System
VIII. Network Operation Centre This facility involves setting up a NOC & BMS with following requirements:
(NOC) & BMS • Should have video wall
• Workstations
• The N/W points should be brought to Desktop Workstations
X. Space Area Allocation The bidder has to provide the tentative layout Plan of the NOC. The bidder is
expected to plan individual space allocation for various facilities of the NOC.
The area of each facility shall be suggested by the bidder keeping in view the
best utilization of infrastructure and the effective delivery of services. APSFL
shall provide 10000 Sq. ft. bare shell infrastructure.

6.4 Operation Support Service

The operation support service will serve as a single point of contact for all incidents and service requests at the NOC. The
service will provide a Point of Contacts (POC) and escalation/closure of incidents. The activities shall include:

1. Provide 10-seater capacity support centre, initially manned by 9 personnel (3*3 Shift basis) on a three-shift basis
during agreed service period window for reporting user incidents/issues/problems with the Network infrastructure

53 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

defined in the scope of RFP at both NOC locations. Any additional manpower shall be provided by the bidder as per
mutually agreed terms & conditions at the time of request.
2. The bidder will provide addition support centre resources on request of APSFL for which the APSFL will make the
payments as per mutually agreed terms & condition.
3. APSFL shall provide enterprise triple play services to the OSS with 50 Mbps dedicated line along with 6 telephone
connections.
4. Provide necessary channels for reporting issues to the help desk. The incident reporting channels could be the
following:
 Specific E-Mail account
 Telephone Line
 Portal
5. The bidder shall provide ticketing system for call logging in line with the severity levels as per the SLAs. The Help
desk shall log user calls related to network infrastructure and assign an incident/ ticket number. Severity shall be
assigned to each call as per the SLAs.
6. Creation of knowledge base on frequently asked questions to assist in resolving basic issues.
7. Track each incident/call to resolution
8. Provide feedback to callers
9. Analyze the call statistics
10. Continuous monitoring of the physical as well as the IT infrastructure to ensure availability as per agreed SLAs.
11. Monitoring shall be done with the help of NMS and EMS monitoring tools and system logs/counters and therefore the
reports and alerts can be auto generated.
12. Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix agreed between the bidder and
APSFL. The escalation matrix shall be developed by the bidder in discussion with the APSFL.
13. Coordinate for the closure of calls/Tickets.
14. Analyze the incident/call statistics and provide monthly reports including but not limited to:
 Type of incidents/calls logged
 Incidents/calls resolved
 Incidents/calls open

54 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

7. Service Level Agreement

7.1 Assumptions

i. PIA shall follow APSFL in house Trouble Ticket Module for capturing the fault status which will in turn be used for
Service Level Agreement (SLA) calculation through the SLA module.
ii. SLA violations and penalties arising due to site conditions like continuous power failures or any other conditions
beyond control of PIA shall be excluded from SLA and penalty calculations.
iii. Hours for restoration should be calculated based on working hours starting 8 AM to 8 PM

7.1.1 Penalties

PIA shall ensure the following SLAs else the corresponding penalties will be imposed.

1. The penalty for breach of SLAs are tabulated below. In case there is/are additional fault(s), these will be treated as
new fault after restoration of existing fault.

2. Partial / temporary restoration of fault shall be treated as a repaired fault under emergency circumstances and
the down time till the proper restoration of fault shall not be counted.

3. Percentage of non-compliance to approved network changes as per process

KPI Value Penalty


2 Nil
3 INR 2000
4 Additional INR 500
5 and above Additional INR 1000

4. Percentage of non-compliance to approved network uptime for each PoPs for reasons other than route failure due
to optical fiber network

Value on monthly basis Penalty


Upto 98% Nil
Below 98% INR 10000 per instance
Below 96% INR 25000 per instance
94% and Below INR 50000 per instance

Note:

1. APSFL will provide the requisite licenses of a monitoring tool for automatic monitoring of all SLAs.
2. All the operational SLAs are measured monthly basis. The penalties will be levied monthly and will be deducted from
the payment due to the bidder.

5. Other SLA Provisions

This SLA remains in force for any expansion (i.e. add, delete, change) of the network. It is the responsibility of the
maintenance and management team to ensure all proposed expansion complies with this SLA before undertaking such
expansion Failure to meet any of the criteria (other Service Levels A) shall be considered a significant SLA violation with
penalties of 10% of the invoice value for every day of violation across the network. The maximum penalty for any/ all the
above violations will be 10% of the contract value.

Planned Network Outage: ‘Planned Network Outage’ refers to unavailability of network services due to infrastructure
maintenance activities such as configuration changes, up 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 and this shut down time will not come under penalty clause.

7.1.1.1 SLA Exclusions

1. Penalty should be excluded for Restoration for damage occurs due to Force majeure, natural calamities, Curfew or
No work due to Government Order.

2. Penalty should be excluded for damage occurred due to ongoing work enrooted by other authorities and bodies.

55 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3. Any Delay in restoration where restoration is possible only after taking downtime of the running route. In such
cases permission to carry out planned outage will be provided by APSFL. These penalties should be excluded.

4. Normal log time is considered for penalty calculation is from 8 AM to 5 PM. If the fault is reported after 5 PM and
the location far away to reach for maintenance activity the call shall be treated as reported next day 8 AM.

5. On holidays and festival days the penalty structure shall be limited to 50% except NOC and DHQs

6. Poles shifting / Trees cutting by Electricity Department and Power outages during routine maintenance shut
down will not be considered for penalty.

7.1.2 Liquidated Damages

1. The PIA shall perform the Services and comply in all respects with the critical dates and the parties hereby agree
that failure on part of the PIA to meet the critical dates without prejudice to any other rights that the Purchaser
have, may lead to the imposition of such obligations as are laid down in the Delay and Deterrent Mechanism
and/or levy of penalty as set and/or termination of the Contract at the discretion of the Purchaser.

2. Penalties shall be capped to maximum of 10% of total cost of Project (excluding O&M cost) Value. Beyond
10% the Purchaser has the right to terminate the contract or a portion or part of the work thereof. The
purchaser shall give 30 days’ notice to the PIA of its intention to terminate the Contract and shall so terminate the
Contract unless the Bidder initiates remedial action acceptable to the Purchaser during the 30 days’ notice period.

3. The Purchaser may without prejudice to its right to effect recovery by any other method, deduct the amount of
liquidated damages from any money belonging to the PIA in its hands (which includes the Purchaser’s right to
claim such amount against PIA s’ Bank Guarantee) or which may become due to the PIA. Any such recovery or
liquidated damages shall not in any way relieve the PIA from any of its obligations to complete the Works or from
any other obligations and liabilities under the Contract.

4. Delay not attributable to the PIA shall be considered for exclusion for the purpose of computing liquidated
damages.

56 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

8. Proposed Bill of Materials

8.1 Supply of Components

S. No. Item description including Specification Unit of Quantity


Measurement
1 Master Block/Mandal Hub Node Nos. 62
2 Block/Mandal IPMPLS Nodes Nos. 608
3 GP IPMPLS Node Nos. 12,746
4 Racks (24U) Nos. 12,746
5 Racks (42U) Nos. 737
6 To provide Earthing at each as per standard practices Connection 13,478
Network Operation Centre (DC & DR)
1 EMS with necessary software and hardware, NMS Interface, Set 2
GIS Interface and Fault Management, to be work as hot stand-
by
2 NMS with necessary software and hardware, EMS and FMS Set 2
Integration and Fault Management, to be work as hot stand-
by
3 Operation Support Service Set 2
4 Core Switch Nos. 4
5 Video wall for NMS Nos. 2
6 Core IP MPLS Router Nos. 4
7 Firewall Nos. 4
8 AAA servers with necessary hardware and software Set 2
9 Civil and Electrical Infra with 20 KVA UPS (1+1), Silent DG of Set 2
45 KVA (1+1), Air conditioning (PAC and CAC) and Earthing,
Fire and Safety Facilities. IP Phones, Video conference
equipment.
10 Furniture and Fixtures Set 2
11 OSS with necessary hardware Set 2
12 BSS with necessary hardware Set 2
13 Automation & Orchestration platform with necessary Set 2
hardware
Miscellaneous
1 Miscellaneous items, etc. Lumpsum

8.2 Installation and Commissioning

S. No. Item description including Specification Unit of Measurement Quantity


1 Installation and Commissioning of Master Block/Mandal Hub Nos. 62
Node with accessories and Integration with OFC Network
2 Installation and Commissioning of Block/Mandal Node with Nos. 608
accessories and Integration with OFC Network
3 Installation and Commissioning of GP IPMPLS Node with Nos. 12,746
accessories and Integration with OFC Network
Network Operation Centre (DC & DR)
1 Installation and Commissioning of NOC (DC & DR) Sets 2
Miscellaneous
1 Miscellaneous items, etc. Lumpsum

57 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

9. Testing and Quality Assurance Process

PIA will submit all self-certified records to PMA based on self-certified records PMA will conduct surprise audits on sample
basis.

PIA is mandated to keep the following records


 Warehouse inventory self-certified records
 Execution /Deployed self-certified records

APSFL shall have the right to cause an audit and technical examination of the work and the final bills of the PMA / PIA
including all supporting vouchers, abstract etc. to be made after payment of the final bill and if as a result of such audit and
technical examination any sum is found to have been overpaid in respect of any work done by the PMA / PIA under the
contract or any work claimed by him to have been done by him under the contract and found not to have been executed,
the PMA / PIA shall be liable for refund of the amount of over payment and it shall be lawful for APSFL to recover the
same from PMA/ PIA.
● Provided that APSFL shall be entitled to recover any sum overpaid.
● Any sum of money due and payable to the PMA / PIA (including security deposit returnable to him) under this
contract may be appropriated by APSFL for the payment of a sum of money arising out or under any other contract
made by the PMA / PIA with APSFL.

Measurement & Inspection


(i) Measurement: MB books prepared by PIA block wise will be submitted to PMA. The measurement sheets are to
be prepared by PIA and Block-wise monthly records are to be maintained by PIA. The entries shall be made legibly
in indelible ink. No entry shall be erased. The measurement sheets shall invariably be consulted at the time of
making final payments to the PMA / PIA. The same shall also be scanned by PMA and sent to APSFL along with
the monthly reports. Labelling of all records (in hard and soft copies) should be such that they are legible,
identifiable and understandable easily.
(ii) Method of recording of nomenclature of items complete nomenclature of items, as given in the agreement need
not be reproduced in the measurement sheet for recording the measurement but item code, shall be used.
(iii) The measurements of various items of work shall be taken and recorded in the measurements sheet. The
measurements shall be taken and recorded by PIA. PIA shall be directly responsible for accuracy of 100% of
measurements. APSFL, without any prejudice, reserves the right to carry out any kind of inspection of the works
being carried out by PMA and PIA at any time to ascertain its quantity and quality.
(iv) After verification by PMA and before submission of final measurement sheet, PMA shall get all the sheets for the
month hard-bounded and submit it to APSFL.
(v) Site Images shall be taken by PIA through Monitoring mobile application during acceptance testing and
verification of MB. The images must display the date and time of capture of the image. The mobile application
should also have the capability to record the GIS co-ordinates of the location and embed the co-ordinates
(Latitude, Longitude and Altitude) in the image. No alteration or fabrication or makeover of any kind should be
made to the Site images being submitted. Site images shall be captured at PoP locations. The site images are to be
captured in such a manner so that the object being captured is clearly visible and the surrounding areas are also
identifiable or distinguishable. The site images, in soft copies, are to be maintained in separate folders /
directories and nomenclature as per the Block and GP. The site images should be so arranged such that they are
easily locatable and identifiable in the folder where they are stored. The site images are to be monthly recorded on
a non-erasable, good quality Compact Disk and sent to APSFL along with the Monthly Status Reports. The site
images are to be uploaded and GIS co-ordinates are to be entered by PIA in the project management tool and GIS
tool of APSFL.
(vi) Method of measurement: The measurement of the work shall be done activity-wise as and when the item of
work is ready for measurement.

a. Measurement Book (MB)

The PIA shall also maintain a Measurement Book for each Block. This book is one of the primary records to be maintained
by the PIA carrying out the work during execution of works. The PIA shall remove all the defects pointed out by PMA in the
Measurement Sheet. The PMA / PIA or their authorized representatives shall also be at liberty to note their difficulties etc.
in these sheets. The hard-bounded measurement sheets shall invariably be consulted at the time of making final payments
to the PIA.

Acceptance Tests
a. The works shall be deemed to have been completed only after the same has been accepted by APSFL/PMA as per the
process mentioned in this tender and after it has been informed by PMA to APSFL confirming the completion of work.
The various testing will be undertaken by PIA. PIA may conduct its own test prior for self-assessment.

58 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

b. The PIA, after having satisfied himself of completion of work, shall offer the work to APSFL/PMA for Auditing.

Scope of Acceptance Testing

a. APSFL may carry out surprise verification of the measurements recorded in the Measurement sheets and Acceptance
Testing procedures followed by PMA for correctness and completeness. APSFL reserves the right to update the AT
Guidelines or issue any other separate guidelines during implementation after mutual agreement with the bidder.
b. PIA shall submit self-certified AT reports to PMA/APSFL for processing of milestone payments.
c. PMA may carry out civil and Acceptance Testing on a test-check methodology.

59 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

10. Formats

10.1 Check List of Documents to be Submitted by the Bidder

S. No. Documents to be Submitted Submitted


(Yes / No)
1 Bid Security in original
2 Tender Fee in original
3 Company Profile of all participating companies
4 Certificate of Incorporation from Registrar of Companies along with Memorandum and Articles
of Association of all participating companies
5 Permanent Account Number of Bidder/s
6 GST Registration Number(s) of Bidder/s
7 Undertaking from authorized signatory of the company stating that the Bidder is not
blacklisted by any Public-Sector Undertaking, Central or State Government department in India
at the time of bid submission date
8 Undertaking for inclusion of MSMEs in Project Delivery
9 Certificate from Statutory Auditor stating the average annual turnover in last 3 financial years
till 31st Mar 2017 Or
Copy of audited profit and loss statement for last 3 financial years showing the turnover till
31st Mar 2017
10 Certificate from Statutory Auditor on Net worth as on 31st Mar 2017
11 Self-Certified copies of valid ISO certificates in the name of the bidder/s
12 Undertaking that the Bidder shall open at least one project office (if not already existing)
within one month of issue of APO.
13 Self-Declared Summary of all projects that satisfy the Technical Qualifications
14 Project Credentials summary
15 Project Execution Experience
16 Proof of the project/s undertaken (Work Order and Completion Certificate from the Client). In
case of partial completion of the project, the bidder must submit a certificate certifying 85%
completion of project scope.
17 Detailed Proposed Solution
18 Project Plan
19 Manpower Plan
20 Proposed CVs
21 Summary of resources proposed
22 Compliance (Clause by Cause) certificate
23 Compliance to the format specified for Requirement (Technical / Functional Requirements)
24 Compliance to the format specified for Proposed Bill of Material
25 Undertaking by the authorized signatory of the sole bidder/lead bidder for Anti-Collusion
certificate
26 Cover Letter
27 Bid Form
28 Price Schedule
29 Integrity Pact
30 Solvency Certificate
31 Power of Attorney
32 Legally binding agreement with the OEM/ ToT Partner for supply, installation and
commissioning of IPMPLS for 7 years Operation & maintenance period (including warranty
period)
33 Legal binding Agreement with the Manufacturers
34 Letter of Authorization for Attending Bid Opening

10.2 Bid Security Form

To
………
………

Whereas……………………… (hereinafter called "the Bidder") has submitted its bid dated……............ for Tender
No……………………………………… dated……………… and Package Name…………

60 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

KNOW ALL MEN by these presents that WE ………. of ……………………………. having our registered office
at…………………………………... (hereinafter called "the Bank") are bound unto APSFL (hereinafter called "the Purchaser") in
the sum of INR................................... (Rupees.......................................................................................................................) for which payment will
and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these present.

THE CONDITIONS of the obligation are:

1. If the Bidder withdraws or amends its bid or impairs or derogates from the bid in any respect during the period of bid
validity specified by the Bidder on the Bid form or extended subsequently; or
2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity
(a) Fails or refuses to execute the Contract, if required; or
(b) Fails or refuses to furnish the Performance Security within the specified time, in accordance with the instructions
to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the
purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed
by it is due to it owing to the occurrence of one or both two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in Section NIT Clause “Bid Security”, Section “General Instructions to
Bidders” and “Bid Security” of the Tender up to and including THIRTY (30) days after the Period of bid validity and any
demand in respect thereof should reach the Bank not later than the specified date/dates.

NOTHWITHSTANDING ANYTHING CONTAINED HEREIN:

I. Our liability under this Bank Guarantee shall not exceed Indian Rupees<<Amount in figures>> (Rupees
<<Amount in words>> only)
II. This Bank Guarantee shall be valid up to <<insert date>>)
III. It is condition of our liability for payment of the guaranteed amount or any part thereof arising under this
Bank Guarantee that we receive a valid written claim or demand for payment under this Bank Guarantee on or
before <<insert date>>) failing which our liability under the guarantee will automatically cease.

Signature of the Bank Authority.

Name

Signed in Capacity of
Name & Signature of witness
Full address of Branch
Address of witness
Tel No. of Branch
Fax No. of Branch

10.3 No Deviation Certificate

This is to certify that our offer is exactly in line with your tender enquiry/RFP (including amendments) no. _________ dated
__________. This is to expressly certify that our offer contains no deviation either Technical (including but not limited to
Scope of Work, Business Requirements Specification, Functional Requirements Specification, Hardware Specification and
Technical Requirements Specification) or Commercial in either direct or indirect form.

(Authorized Signatory)

Signature: Address:
Name: Seal:
Designation: Date:

10.4 Total Responsibility Declaration

This is to certify that we undertake the total responsibility for the defect free operation of the proposed solutions as per
the requirement of the RFP for the duration mentioned in all the volumes of the RFP.

(Authorized Signatory)

Signature: Address:
Name: Seal:
61 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Designation: Date:

10.5 Bid Form

To Date: ………………….
…………………………………….
……………………………………
…………………………………… <complete address of the purchaser>

Ref: Your Tender Enquiry No. ………… dated

1. Having examined the above mentioned tender enquiry document including amendment/ clarification/ addenda
No………………………… dated …………..……….the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
carry out all required services in conformity with the said conditions of contract and Specifications for the sum shown in
the schedule of prices attached herewith and made part of this Bid for the………..Name(s) of the Project(s)……………………….

2. We undertake, if our Bid is accepted, to complete delivery of all the items and perform all the services specified in the
contract in accordance with the delivery schedule specified in the General Commercial Conditions”.

3. If our Bid is accepted, we will provide you with a performance guarantee of a Scheduled Bank for a sum @ 10% of the
Implementation cost for the due performance of the contract.

4. We agree to abide by this Bid for a period of ...... days from the date fixed for Bid opening or for subsequently extended
period, if any, agreed to by us. This bid shall remain binding upon us up to the aforesaid period and may be accepted at any
time before the expiration of that period.

5. Until a formal Purchase Order of Contract is prepared and executed, this Bid together with your written acceptance
thereof in your notification of award shall constitute a binding contract between us.

6. Bid submitted by us is properly sealed and prepared to prevent any subsequent alteration and replacement.

7. We understand that you are not bound to accept the lowest or any bid, you may receive.

8. We understand that the Bid document so submitted is the true copy of APSFL tender documents available on the APSFL
website/ e-tendering portal. Any deviation will result in the rejection of the bid.

Dated this .............................. day of 20........

Name and Signature

In the capacity of duly authorized to sign the bid for and on behalf of..............................................

Witness

Address ......................................

Signature

10.6 Company Profile

Company profile must be submitted for all the participating companies

S. No. Particulars Details


1 Name of the bidder
2 Legal status of the bidder (Ltd, Pvt. Ltd, LLP, etc.)
3 Main business of the bidder
4 Registered Office Address
5 Head Office Address
6 Incorporation/Registration Date and Number
7 GSTIN
8 PAN
9 Primary Contact – Name, Designation, Address,
62 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Mobile Number, Fax, Email


10 Secondary Contact – Name, Designation, Address,
Mobile Number, Fax, Email
11 EMD Details
12 Role in Consortium Brief scope of work in consortium
13 Average Financial Turnover of the company in the
last 3 years
14 Net worth of the company
15 Non-Blacklisting Compliance (Yes/No)

10.7 Project Credentials Summary

S. No. Project Name Client Name Project Networking Documentary Project


Value Value in the Evidence Status
(INR) Project provided (Ongoing,
(INR) (Yes/No) Completed,
Withheld)

10.8 Project Execution Experience

Bidder/s must furnish the credentials in the following format for Pre-Qualification and Technical Qualification criteria. All
credentials should be followed by relevant documentary proof.

This is to certify that <Name of the company> has been awarded with <Name of the Project> as detailed under:

Name of the Project


Location/s of the Project
Client’s Name, Phone, Email and Complete Address
Description of the Project
Contract Value of the Bidder (in INR)
Status of the Project (Ongoing/Completed)
Activities completed by the bidding entity as on bid submission
date (if the project is ongoing, stages/phases/milestones
completed must be clearly mentioned)
Value of Work completed for which payment has been received
from the client
Start Date
Completion Date

(Authorized Signatory)

Signature: Address:
Name: Seal:
Designation: Date:
Bidding Entity’s Name:

10.9 Detailed Proposed Solution

Bidders are required to provide a detailed plan to execute the entire project. Bidders are advised to comply to the
provided format while detailing out the solution.

S. No. Details
1 Understanding of Requirements
2 Implementation Approach
- Solution Architecture
63 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

- Project Plan
- Manpower Plan
- Procurement Plan
- Implementation
- Testing
- Commissioning
- Training Plan
- Handholding Plan
- Contingency Management
3 Operations and Maintenance Approach
- Operations and Maintenance Strategy

10.10 Project Plan

Detailed Project Plan covers the breakup of each phase in to key activities along with start and end dates. The below
provided plan is an indicative of how a project plan looks like:

Activity based Project Plan


S. Work Breakdown Month 1 Month 2 Month 3 Month 4 Month 5 Month 6
No. Structure
1 Activity 1
1.1 Sub-Activity 1
1.2 Sub-Activity 2
1.3 Sub-Activity 3
2 Activity 2
2.1 Sub-Activity 1
3 Activity 3
3.1 Sub-Activity 1
3.2 Sub-Activity 2
3.3 Sub-Activity 3
3.4 Sub-Activity 4
4 Activity 4

10.11 Manpower Plan

Manpower Plan for both Implementation and O&M


S. Role Month 1 Month 2 Month 3 Month 4 Month 5 Total
No.
1 Senior Solution
Architect
2 Project Manager
3 Solution Architect
4 Project Coordinator
5 Reports Manager
6 Field Engineers
7 Field Technicians
8 Logistics Manager
9
10
11
Total

10.12 Proposed CVs

1 Name:
2 Proposed Role: (Only one candidate for key role)
3 Date of Birth: Nationality:
4 Education Qualification Name of Degree Obtained Year of Passing
University

64 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

5 Years of Experience:
6 Areas of Expertise Years of Experience in respective areas

7 Certifications and Trainings

8 Employment Record APSFL Position From To


(Starting from the recent
position and last 3 firms, list in
reverse order)

9 Details of tasks assigned

10 Relevant Experience
Project 1
Name of the project
Project Start Date
Project End Date
Location
APSFL
Project Highlights
Position Held
Activities Performed
Project 2
Name of the project
Project Start Date
Project End Date
Location
APSFL
Project Highlights
Position Held
Activities Performed

10.13 Summary of Resources Proposed

S. Name of the person Proposed Highest Other Certifications Total


No. Role Degree Qualifications Experience
(Undergrad, (in Years)
etc.)
1
2
3
4
5
6

10.14 Compliance (Clause by Clause) Certificate

It is to certify that the tender document – Tender No……………. dated ……………. is carefully read & understood and all the
sections and clauses are COMPLIED UNCONDITIONALLY AND UNEQUIVOCALLY. There is no deviation from the terms &
conditions of the tender.

Signature of Authorized Signatory of the Bidder


Company Seal
Date

65 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

10.15 Compliance to Requirement (Technical / Functional Requirements)

The bidder should provide compliance to the requirement specifications (both technical and functional).

10.16 Undertaking for MSME Inclusion

(To be provided on a company letter head)

Place: Date:

To
………………….
………………….

Subject: Undertaking to earmark a minimum of 10% of the total contract for procuring goods and services from MSMEs in
response to the Request for Proposal for Appointment of Project Implementation Agency for BharatNet Phase II

Ref: RFP No. ………………………… dated ……………………..

Dear Sir/Madam,

We confirm that our company or firm, _____________________, earmarks a minimum of 30% of the total contract for procuring
goods and services from MSMEs.

Signature of the Sole Bidder/Lead Bidder

Name: Date:
Designation: Place:
Seal:

10.17 Non-Blacklisting Declaration

(To be provided on a company letter head)

Place: Date:

To
……………
……………

Subject: Self-Declaration of not been blacklisted in response to the Request for Proposal for Appointment of Project
Implementation Agency for BharatNet Phase II.

Ref: RFP No. ………………………….. dated ………………….

Dear Sir/Madam,

We confirm that our company or firm, _____________________, is currently not blacklisted in any manner whatsoever by any of
the State or UT and or Central Government in India on any ground including but not limited to indulgence in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrict practice.

Signature of the Consortium Member

Name: Seal:
Designation: Date:

10.18 Manufacturers’ Authorization Form

This form must be provided by the OEMs of the hardware and software solutions proposed. This letter of authority should be
on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind
the manufacturer.

Date:
66 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

To,
<Name of the Bidder>

Subject: Manufacturer's Authorization Form

Ref: RFP No. …………………. dated ………………………….

Dear Sir/Madam,

We_________ (Name of the OEM) who are established and reputable manufacturers of_______ (List of Goods) having factories
or product development centers at the locations__________ or as per list attached, do hereby authorize. ____________ (Name
and address of the Bidder) to bid, negotiate and conclude the contract with you against RFP No.__________Dated ________for
the above goods manufactured or developed by us.

We hereby extend, our warranty for the hardware/software supplied by the bidder and or maintenance or support
services for software products against this invitation for bid by _______________________ (Name of the Bidder) as per the
requirements and we bind a legal agreement with _______________ (Bidder) for supply, installation, operation and
maintenance for 7 years.

We also confirm that our offered product will not be end of life for minimum of 24 months from the date of bidding and the
support for such offered product/s will be available for minimum of 10 years from the date of bidding.

Thanking you,

Yours faithfully,
(Signature)

For and on behalf of: _________ (Name of the OEM)

Authorized Signatory

Name: Place:
Designation: Date:

10.19 Anti-Collusion Certificate

Certificate should be provided by sole bidder/lead bidder on a letter head

We hereby certify and confirm that in the preparation and submission of our Bid for Request for Proposal for
Appointment of Project Implementation Agency (PIA) for BharatNet Phase II to establish IPMPLS Network
Infrastructure in the state of Andhra Pradesh against the RFP issued by Authority, we have not acted in concert or in
collusion with any other Bidder or other person(s) and not done any act, deed or thing, which is or could be regarded as
anti-competitive. We further confirm that we have not offered nor will offer any illegal gratification in cash or kind to any
person or organization about the instant bid.

(Signature of the Lead Bidder)

Name: Date:
Designation: Place:
Seal: Business Address:

10.20 Security / Bank Guarantee

In consideration of the MD, Andhra Pradesh State FiberNet Limited (hereinafter called 'APSFL') having agreed to exempt
_______________________ (hereinafter called 'the said contractor(s)') from the demand under the terms and conditions of an
agreement/Advance Purchase Order No. dated made between _______________________ and _______________________ for
_______________________ (hereinafter called "the said agreement "), of security deposit for the due fulfilment by the said
contractor (s) of the terms and conditions contained in the said Agreement, on production of the bank guarantee for we,
(name of the bank) (hereinafter refer to as "the bank") at the request of (contractor(s) do hereby undertake to pay to
the APSFL an amount not exceeding against any loss or damage caused to or suffered or would be caused to or suffered by
APSFL by reason of any breach by the said PIA(s) of any of the terms or conditions contained in the said Agreement.

67 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

1. We (name of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any
demure, merely on a demand from the APSFL because of breach by the said contractor(s)' of any of the terms or conditions
contained in the said Agreement or because of the contractors(s)' failure to perform the said Agreement. Any such demand
made on the bank shall be conclusive about the amount due and payable by the Bank under this guarantee where the
decision of APSFL in these counts shall be final and binding on the bank. However, our liability under this guarantee shall
be restricted to an amount not exceeding ________________.

2. We undertake to pay to the APSFL any money so demanded notwithstanding any dispute or disputes raised by the
contractor(s)/PIA(s) in any suit or proceeding pending before any court or tribunal relating thereto our liability under this
present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our
liability for payment there under and the contractor(s)/PIA(s) shall have no claim against us for making such payment.

3. We (name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all
the dues of the APSFL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged
or till (office/ Department) APSFL certifies that the terms and conditions of the said Agreement have been fully or
properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under
this guarantee is made on us in writing on or before the expiry of ______YEARS (as specified in P.O) from the date hereof, we
shall be discharged from all liabilities under this guarantee thereafter.

4. We (name of the bank) further agree with the APSFL that the APSFL shall have the fullest liberty without our consent
and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by the ASFLL against the said PIA(s) and to forbear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said PIA(s) or for any forbearance, act or omission on the part of the APSFL or
any indulgence by the APSFL to the said PIA(s) or by any such matter or thing whatsoever which under the law relating to
sureties would, but for this provision, have effect of so relieving us.

5. This guarantee will not be discharged due to the change in the constitution of the Bank or the PIA(s).

6. We (name of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous
consent of the APSFL in writing.

Place:
Date:
(Signature of the Bank Officer)

Rubber stamp of the Bank:


Authorized Power of Attorney Number:
Name of the Bank officer:
Designation:
Complete Postal address of Bank:
Telephone Numbers:
Fax numbers:

10.21 Solvency Certificate

This is to certify that M/s. ........................................................... having its registered office at…………………….…………………has been
maintaining a Savings Bank / Current account with us since last .......................years.

From this Company’s with us we have found it as follows: To the best of our knowledge and information belief he is / they
are solvent to the extent of Rupees .......................................................................................................(INR........................................)

This certificate is issued without any responsibility on the part of the bank of any of its officers.

Seal of the Bank: (Signature)


Date:
Place: Branch Manager

68 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

10.22 Integrity Pact

INTEGRITY PACT

Between

Andhra Pradesh State FiberNet Limited (APSFL) hereinafter referred to as “The Principal”
and
……………………………….. hereinafter referred to as “The Bidder/PIA”
Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for ----------------------------------------.
The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of
resources, and of fairness and transparency in its relations with its Bidder/s and PIA/s.

To achieve these goals, the Principal will appoint an Independent External Monitor who will monitor the tender process
and the execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following
principles: -

(a) No employee of the Principal, personally or through family members, will relating to the tender for, or the
execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or
immaterial benefit which he/she is not legally entitled to.

(b) The Principal will, during the tender process treat all Bidder(s) with equity and reason. The Principal will ,
before and during the tender process, provide to all Bidder(s) the same information and will not provide to
any Bidder(s) confidential/additional information through which the Bidder(s) could obtain an advantage in
relation to the tender process or the contract execution.

(c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the
relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform
its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 – Commitments of the Bidder(s)/PIA(s)

(1) The Bidder(s)/PIA(s) commits itself to take all measures necessary to prevent corruption. He commits himself to
observe the following principles during his participation in the tender process and during the contract execution.

(a) Thee Bidder(s)/PIA(s) will not, directly or through any other person or firm, offer, promise or give to any of
the Principal’s employees involved in the tender process or the execution of the contract or to any third
person any material or immaterial benefit which he/she is not legally entitled to, to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the execution of the contract.

(b) The Bidder(s)/PIA(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding,
whether formal or informal. This applies to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict competitiveness or to introduce
cartelisation in the bidding process.

(c) The Bidder(s)/PIA(s) will not commit any offence under the relevant Anti-Corruption Laws of India; further
the Bidder(s)/PIA(s) will not use improperly, for purposes of competition or personal gain, or pass on to
others, any information or document provided by the Principal as part of the business relationship, regarding
plans, technical proposals and business details, including information contained or transmitted
electronically.

(d) The Bidder(s)/PIA(s) will, when presenting his bid, disclose all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries regarding the award of the contract.

69 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

(2) The Bidder(s)/PIA(s) will not instigate third persons to commit offences outlined above or be an accessory to such
offences.

Section 3 – Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/PIA(s), before contract award or during execution has committed a transgression through a violation of
Section 2, above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to
disqualify the Bidder(s)/PIA(s) from the tender process or act as per the defined procedure.

Section 4 – Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the
Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the
contract according to section 3, the Principal shall be entitled to demand and recover from the PIA the amount
equivalent to Security Deposit / Performance Bank Guarantee in addition to any other penalties/ recoveries as per
terms and conditions of the tender.

Section 5 – Previous transgression

(1) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any
country conforming to the Anti-corruption approach or with any other Public-Sector Enterprise in India that could
justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or action can
be taken as per the defined procedure.

Section 6 – Equal treatment of all Bidders/Contractors/Subcontractors

(1) The principal will enter into agreements with identical conditions as this one with all Bidders/Contractors.

(2) The Bidder(s)/PIA(s) undertake(s) to demand from all subcontractors a commitment in conformity with this
Integrity Pact.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Section 7 – Criminal charges against violating Bidder(s) / PIA(s) / Subcontractor (s)

If the Principal obtains knowledge of conduct of a Bidder, PIA or Subcontractor, or of an employee or a representative or
an associate of a Bidder, PIA or Subcontractor, which constitutes corruption, or if the Principal has substantive suspicion in
this regard, the Principal will inform the Corporate Vigilance Office.

Section 8 – External Independent Monitor/Monitors

(1) Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to
review independently and objectively, whether and to what extent the parties comply with the obligations under
this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally
and independently. He reports to the MD of APSFL.

(3) The Bidder(s)/PIA(s) accepts that the Monitor has the right to access without restriction to all Project
documentation of the Principal including that provided by the PIA. The PIA will also grant the Monitor, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation.
The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and
documents of the Bidder(s)/PIA(s)/Subcontractor(s) with confidentiality.

Notwithstanding anything contained in this Section, the Bidder(s)/PIA(s) shall have no obligation whatsoever to
provide any internal costing mechanisms or any internal financial or commercial data pursuant to any audit or
review conducted by or on behalf of the Principal. Further, the Bidder(s)/PIA(s) shall not be required to provide
any data relating to its other customers, or any personnel or employee related date.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the
70 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Project provided such meetings could have an impact on the contractual relations between the Principal and the
PIA. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the
Management of the Principal and request the Management to discontinue or take corrective action, or to take other
relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has
no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from
the date of reference or intimation to him by the ‘Principal’ and, should the occasion arise, submit proposals for
correcting problematic situations.

(7) If the Monitor has reported to the MD of APSFL, a substantiated suspicion of an offence under relevant Anti-
Corruption Laws of India, and APSFL has not, within reasonable time, taken visible action to proceed against such
offence or reported it to the Corporate Vigilance Office, the Monitor may also transmit this information directly to
the Central Vigilance Commissioner, Government of India.

(8) The word ‘Monitor’ would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the PIA 12 months after the last payment under the
contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite the lapse of this
pact as specified above, unless it is discharged/determined by MD, APSFL.

Section 10 – Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the
Principal, i.e. Vijayawada. The arbitration clause provided in the tender document / contract shall not be applicable
for any issue /dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing.

(3) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains
valid. In this case, the parties will strive to come to an agreement to their original intensions.

-------------------------------- ----------------------------------
For the Principal For the Bidder/PIA

Place…………………… Witness 1: ………………………………


Date …………………… Witness 2: ………………………………

10.23 Power of Attorney

Know all men by these presents, We, [name of organization and address of the registered office] do hereby constitute,
nominate, appoint and authorise Mr / Ms [name], son/ daughter/ wife of [name], and presently residing at [address], who
is presently employed with/ retained by us and holding the position of [designation] as our true and lawful attorney
(hereinafter referred to as the “Authorised Representative”), with power to sub- delegate to any person, to do in our name
and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our Proposal for and selection as Project Implementation Agency (PIA) for [name of assignment], to be done
by Andhra Pradesh State FiberNet Limited (the “APSFL”) including but not limited to signing and submission of all
applications, proposals and other documents and writings, participating in pre-bid and other conferences and providing
information/ responses to APSFL, representing us in all matters before APSFL, signing and execution of all contracts and
undertakings consequent to acceptance of our proposal and generally dealing with APSFL in all matters in connection with
or relating to or arising out of our Proposal for the said Project and/or upon award thereof to us until the entering into of
the Contract with APSFL.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said
Authorised Representative pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts,

71 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

deeds and things done by our said Authorised Representative in exercise of the powers hereby conferred shall and shall
always be deemed to have been done by us.

IN WITNESS WHEREOF WE, [name of organization], THE ABOVE-NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS [date in words] DAY OF [month] [year in ‘yyyy’ format].
For [name and registered address of organization]
[Signature]
[Name]
[Designation]
Witnesses:
1. [Signature, name and address of witness]
2. [Signature, name and address of witness]
Note:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the
applicable law and the charter documents of the executant(s) and when it is so required the same should be under seal
affixed in accordance with the required procedure.
Wherever required, the Applicant should submit for verification the extract of the charter documents and other documents
such as a resolution/power of attorney in favour of the person executing this Power of Attorney for the delegation of
power hereunder on behalf of the Applicant.

10.24 Letter of Authorization for Attending Bid Opening

(To be typed on letterhead of the company)

To
………………………………
……………………………….
………………………………. <Complete address of the purchaser>

Subject: Authorization for attending bid opening on ………………. (date) in the Tender of ………………………..

I/ We Mr. /Ms. _______ have submitted our bid for the RFP no. …………………… in respect of (Item of work) which is due to
open on (date).

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of
…………………………………………………… (Bidder) in order of preference given below.

Order of Preference Name Specimen


Signatures
I.
II.
Alternate Representative
Signatures of Bidder/ Officer authorized to sign the bid Documents on behalf of the Bidder.

Note:

1) Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first
preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend.
2) Permission for entry to the hall where bids are opened, may be refused in case authorization as prescribed above is not
received.

72 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

11. Annexures

11.1 Annexure A: Technical Specifications

11.1.1 Master Block/Mandal Hub Node

S. No. Specifications
1 Proposed router should support the following environmental condition: Temperature: 0 to 45 operating
temperature and environment Relative humidity: 5 to 85% non-condensing
2 The proposed router should be of modular design with: - redundant controller cards - power supplies in 1+1 or
N+1 redundancy and failure of controller card and fabric card should not impact per slot throughput.
3 The proposed router should support in service software upgrade without interruption to the services
4 The proposed router should support AC and DC power AC Voltage range: AC: 90 V AC to 290 V AC, DC Voltage
range: -40v -72V
5 The power supply of proposed router should have protection against under-voltage and reverse polarity
conditions.
6 The proposed router should support Min. 40 x 10G SFP+, 24 x 1G SFP. and 6 X 100G
7 Proposed router should support switching capacity of at least 3 Tbps. full duplex
8 All ports in the proposed router s total forwarding performance should be. 2500 MPPS or more
9 The proposed router should support synchronization using IEEE 1588v2 and Sync E
10 Router should be Populated with 4 x 100 G CSFP 80 Kms, 40 x 10 G SFP+ 40 Kms and 24 x 1 G SFP 40 kms
Populated from DAY 1
11 The Proposed Router should have capability to add BNG features to support 256K subscribers with additional
cards in future.
12 The Proposed router should have capability to add CG-NAT features with at least 20 million translations with
additional cards in future
13 Shall support Frame sizes from 64 bytes to 1518; Proposed router should support jumbo frames of 9000 or
above bytes on all ports; The proposed router should support 256k queues per line card
14 The proposed router should support the following: a. 10,00,000 MAC Addresses b. 2,000,000 IPv4 unicast routes
c. 1,000,000 IPv6 routes d. 16,000 multicast routes e. 5 labels in label stack
15 a. Routing Protocols: Static, RIP, OSPF, ISIS and BGP. VRRP should also be supported b. MPLS: MPLS LDP, IP FRR,
BGP Labeled Unicast, BGP PIC (Edge and Core), VPNs: 6PE/6VPE, L3 VPN, PWE3, EoMPLS, VPLS / EVPN/H-VPLS.
Min. 128 MPLS VPN instances, 2048EoMPLS tunnels/VPLS instances should be supported d. Multicast: uRPF,
PIM-SM, PIM-SSM, M-VPN. Segment Routing & Segment Routing TE
16 The router should support BFD in hardware with min interval of less than 4 ms. Protection against link / node
failure in rings should be <50ms using TE-FRR/IP-FRR
17 The router should also support Q-in-Q or Stacked VLANs
18 The proposed router should support ITU-T G.8032 based Ethernet Ring Protection
19 The proposed router should support 802.1ag (Ethernet OAM) and Y.1731 or equivalent based performance
management
20 Proposed router should be at least CE 2.0 Certified on all interfaces
21 Proposed router should support QoS mechanism for end-to-end bandwidth and at least 4 level HQOS
22 The Proposed router should support multilevel priority scheduling/Strict priority queuing with COS for voice
and video applications.
23 Proposed router should support Quality of service for marking/policing traffic, hierarchical QoS, Prioritizing and
assuring bandwidth Guarantees.
Classification should be done based on DSCP, IP TOS (Type of Service), MPLS EXP and 802.1p.
24 Proposed router should support at least eight no of hardware queues that are required for per port for flow
treatment of traffic, Policy Based QOS, WRED, WFQ, HQOS
25 Should support Plug and Play for the ease of management
26 The software shall have all the features to administer, manage, maintain and troubleshoot the network through
the CLI and HTTP/HTTPS Web Access or GUI
27 The system Command line interface (CLI) shall have commands for fault management, configuration
management, performance management, security management and administration/EMS
28 Remote software and configuration download, backup of configuration without interruption of functioning of the
system via management system shall preferably be possible including means of identification of software module
versions/EMS
29 The proposed routers shall support the following:
- Network Time Protocol (NTP)
- TELNET
- SSH
- FTP/ SFTP

73 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

- TFTP
- Syslog
- RADIUS for AAA
30 The proposed router shall provide SNMP based Traps and Alarms to the configured EMS/NMS. SNMP v1, v2 and
v3 should be supported
31 The router should support Internet Group Management Protocol (IGMP) v1, v2 and v3
32 The Router should support the following programmability features:
• The router should support Netconf interface for device configuration
• The router should support Openconfig or IETF based YANG models
• The solution should support the network configuration protocol (NETCONF) that provides mechanisms to
install, manipulate, and delete the configuration of network devices
• The solution should support an Architecture for Network Management Using NETCONF and YANG models
33 The Router should support Zero touch provisioning and auto configuration through an orchestration solution.
34 The Router should send the status and monitoring attributes to EMS/ NMS
35 The proposed router shall provide appropriate service measurement parameters using Y.1731 or equivalent.
36 The system shall have the standard rack mountable capacity of 19" / 21" (ETSI compliant),
37 OEM must undertake to provide support for 3 years from the date of acceptance or 5 years from the date of
delivery.
38 Should have to support Out of band management through Console / external modem for remote management.
39 Shall support standard model driven telemetry mechanism through Yang model (RFC 6020) / JSON / XML
/NETCONF for router management and monitoring
40 The routers shall provide hardware accelerated IETF Netflow or equivalent feature. This feature shall be
available for all interfaces provisioned on the router with hardware acceleration.
41 There should be mechanism to measure delay, jitter and round trip delay, packet loss and frame loss end-to-end
for a given flow. The system should synchronize the counters on both ends.
42 There should be mechanism to fetch delay, jitter and round trip delay, packet loss and frame loss for MOS, uni-
cast & multicast.

11.1.2 Block/Mandal IPMPLS Node

S. Specifications
No.
1 Proposed router should support the following environmental condition: Temperature: 0 to 45 operating
temperature and environment Relative humidity: 5 to 85% non-condensing
2 The proposed router should be of modular design with power supplies in 1+1 or N+1 redundancy
3 The proposed router should support in service software upgrades without any impact on running services
4 The proposed router should support AC and DC power AC Voltage range: AC: 90 V AC to 240 V AC, DC Voltage
range: -40v -72V
5 The power supply of proposed router should have protection against under-voltage and reverse polarity
conditions.
6 The proposed router should support Min. 20 x 10G SFP+, 20 x 1G SFP. and 2 X 100 G upgradable to 4 x 100 G
7 Proposed router should support switching capacity of at least 900Gbps Full Duplex
8 All ports in the proposed router s total forwarding performance should be. 400 MPPS or more
9 Router should be Populated with 2 x 100 G 40 Kms, 20 x 10 G SFP+ 40 Kms and 20 x 1 G SFP 10 kms Populated
from DAY 1
10 The proposed router should support synchronization using IEEE 1588v2 and Sync E
11 Shall support Frame sizes from 64 bytes to 1518; Proposed router should support jumbo frames of 9000 or above
bytes on all ports
12 The proposed router should support the following: a. 256, 000 MAC Addresses b. 250000 IPv4 unicast routes c.
120000 IPv6 routes d. 16,000 multicast routes e. 5 labels in label stack
13 OSPF /OSPF v3 NSR, PIM NSR, VRRP NSR, L3VPN NSR
14 a. Routing Protocols: Static, RIP, OSPF, ISIS and BGP. VRRP should also be supported b. MPLS: MPLS LDP, IP FRR ,
BGP Labelled Unicast, BGP PIC (Edge and Core) ,. VPNs: 6PE/6VPE, L3 VPN, PWE3, EoMPLS, VPLS / EVPN/H-VPLS.
Min. 128 MPLS VPN instances, 2000EoMPLS tunnels/VPLS instances should be supported d. Multicast: uRPF, PIM-
SM, PIM-SSM, M-VPN. Segment Routing & Segment Routing TE
15 The router should support BFD in hardware with min interval of less than 4 ms. Protection against link / node
failure in rings should be <50ms using TE-FRR/IP-FRR
16 The router should also support Q-in-Q or Stacked VLANs
17 The proposed router should support ITU-T G.8032 based Ethernet Ring Protection
18 The proposed router should support 802.1ag (Ethernet OAM) and Y.1731 or equivalent based performance
management
19 Proposed router should be at least CE 2.0 Certified

74 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

20 Proposed router should support QoS mechanism for end-to-end bandwidth and at least 5 level HQOS
21 The Proposed router should support multilevel priority scheduling/Strict priority queuing with COS for voice and
video applications.
22 Proposed router should support Quality of service for marking/policing traffic, hierarchical QoS, Prioritizing and
assuring bandwidth Guarantees.
Classification should be done based on DSCP, IP TOS (Type of Service), MPLS EXP and 802.1p.
23 Proposed router should support Eight No of hardware queues that are required for per port for flow treatment of
traffic, Policy Based QOS, WRED, WFQ, HQOS
24 Should support Plug and Play for the ease of management
25 The software shall have all the features to administer, manage, maintain and troubleshoot the network through
the CLI, NETCONF/RESTCONF and HTTP/HTTPS Web Access or GUI
26 Remote software and configuration download, backup of configuration without interruption of functioning of the
system via management system shall preferably be possible including means of identification of software module
versions/EMS
27 The proposed routers shall support the following:
- Network Time Protocol (NTP)
- TELNET
- SSH
- FTP/ SFTP
- TFTP
- Syslog
- RADIUS for AAA
28 The router should support Internet Group Management Protocol (IGMP) v1, v2 and v3
29 The proposed router shall provide SNMP based Traps and Alarms to the configured EMS/NMS. SNMP v1, v2 and
v3 should be supported
30 The proposed router shall provide appropriate service measurement parameters using Y.1731 or equivalent
31 The system shall have the standard rack mountable capacity of 19" / 21" (ETSI compliant),
32 The Router should support the following programmability features:
• The router should support Netconf interface for device configuration
• The router should support Openconfig or IETF based YANG models
• The solution should support the network configuration protocol (NETCONF) that provides mechanisms to install,
manipulate, and delete the configuration of network devices
• The solution should support an Architecture for Network Management Using NETCONF and YANG models
33 The Router should support Zero touch provisioning and auto configuration through an orchestration solution.
34 OEM must undertake to provide support for 3 years from the date of acceptance or 5 years from the date of
delivery.
35 Should have to support Out of band management through Console / external modem for remote management.
36 Shall support standard model driven telemetry mechanism through Yang model (RFC 6020) / JSON / XML
/NETCONF for router management and monitoring
37 The routers shall provide hardware accelerated IETF Netflow or equivalent feature. This feature shall be available
for all interfaces provisioned on the router with hardware acceleration.
38 There should be mechanism to measure delay, jitter and round trip delay, packet loss and frame loss end-to-end
for a given flow. The system should synchronize the counters on both ends.
39 There should be mechanism to fetch delay, jitter and round trip delay, packet loss and frame loss for MOS, uni-cast
& multicast.

11.1.3 GP IPMPLS Node

S. No. Specifications
1 Proposed router should support the following environmental condition:
Temperature: -20 to 65 degrees Celsius
Relative humidity: 5 to 95% non-condensing
2 Proposed routers should support redundant power inputs. Power input redundancy using redundant power
supplies in the proposed router
3 The proposed router should support AC and DC power AC Voltage range: 100-240V AC DC Voltage range: -38 to
72V
5 The proposed router should support minimum of the following ports: 4 x 10 GE (SFP+)(Upgradable to 40G) + 16 x
(SFP) + 8 x (RJ-45)
6 Proposed router should support switching capacity of at least 200 Gbps full duplex
7 All ports in the proposed router s total forwarding performance should be 200 MPPS or more
8 The proposed router should support synchronization using IEEE 1588v2, Sync E
9 Shall support Frame sizes from 64 bytes to 1518; Proposed router should support jumbo frames of 9000 or above

75 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

bytes on all ports


10 The proposed router should support at least the following: a. 64K MAC Addresses b. 64K IPv4 unicast routes c.
32K IPv6 routes d. 2K multicast routes e. 1,000 MPLS labels f. 3 labels in label stack
11 a. Routing Protocols: Static, RIP, OSPF, ISIS and BGP. VRRP should also be supported b. MPLS: MPLS LDP, IP FRR,
BGP Labelled Unicast, BGP PIC (Edge and Core), VPNs: 6PE/6VPE, L3 VPN, PWE3, EoMPLS, VPLS / EVPN/H-VPLS.
Min. 200 MPLS VPN instances, 2000EoMPLS tunnels/VPLS instances should be supported d. Multicast: uRPF,
PIM-SM, PIM-SSM, M-VPN, Segment Routing & Segment Routing TE
12 The router should support BFD in hardware with min interval of less than 4 ms. Protection against link / node
failure in rings should be <50ms using TE-FRR/IP-FRR
13 The router should also support Q-in-Q or Stacked VLANs
14 The proposed router should support ITU-T G.8032 based Ethernet Ring Protection
15 The proposed router should support 802.1ag (Ethernet OAM) and Y.1731 or equivalent based performance
management
16 Proposed router should be at least CE 2.0 certified or OEM undertaking should be given to assure box would be
certified in 6 months
17 Proposed router should support QoS mechanism for end-to-end bandwidth and at least 2 level HQOS
18 Proposed router should also support Policy for control plane protection
19 Proposed router should support Quality of service for marking/policing traffic, Prioritizing and assuring
bandwidth Guarantees.
Classification should be done based on DSCP, IP TOS (Type of Service), MPLS EXP and 802.1p.
20 Proposed router should support Eight No of hardware queues that are required for per port for flow treatment of
traffic, Policy Based QOS, WRED, WFQ
21 Should Support Plug and Play for the ease of management
22 The software shall have all the features to administer, manage, maintain and troubleshoot the network through
the CLI and HTTP/HTTPS Web Access or GUI
23 The system Command line interface (CLI) shall have commands for fault management, configuration
management, performance management, security management and administration/EMS
24 Remote software and configuration download, backup of configuration without interruption of functioning of the
system via management system shall preferably be possible including means of identification of software module
versions/EMS
25 The proposed routers shall support the following:
- Network Time Protocol (NTP)
- TELNET
- SSH
- FTP/ SFTP
- TFTP
- Syslog
- RADIUS, for AAA
26 Compatibility of the existing hardware with future software versions shall be maintained.
27 The Power failure should not result in lost configuration and recover to the original / current configuration
28 The Router should support the following programmability features:
• The router should support Netconf interface for device configuration
• The router should support Openconfig or IETF based YANG models
• The solution should support the network configuration protocol (NETCONF) that provides mechanisms to
install, manipulate, and delete the configuration of network devices
• The solution should support an Architecture for Network Management Using NETCONF and YANG models
29 The Router should support Zero touch provisioning and auto configuration through an orchestration solution.
30 The proposed router shall provide SNMP based Traps and Alarms to the configured EMS/NMS. SNMP v1, v2 and
v3 should be supported
31 The proposed router shall provide appropriate service measurement parameters using Y.1731 or equivalent.
32 The system shall have the standard rack mountable capacity of 19" / 21" (ETSI compliant),
33 OEM must undertake to provide support for 3 years from the date of acceptance or 5 years from the date of
delivery.
34 The OEM should be listed in Gartner Magic Leaders/Visionaries Quadrant for wired or wireless segment year
2017
35 Should have to support Out of band management through Console / external modem for remote management.
36 Shall support standard model driven telemetry mechanism through Yang model (RFC 6020) / JSON / XML
/NETCONF for router management and monitoring
37 The routers shall provide hardware accelerated IETF Netflow or equivalent feature. This feature shall be available
for all interfaces provisioned on the router with hardware acceleration.
38 There should be mechanism to measure delay, jitter and round-trip delay, packet loss and frame loss end-to-end
for a given flow. The system should synchronize the counters on both ends.
39 There should be mechanism to fetch delay, jitter and round-trip delay, packet loss and frame loss for MOS, uni-
76 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

cast & multicast.

11.1.4 Servers and Applications Requirements

All Applications and Databases should be deployed on a private cloud setup by the PIA in the data center and would be
hosted with architecture to ensure 99.999% availability. There should not be any silos of any servers and all infrastructure
should be virtualized to make effective utilization of the resources by making use of the industry standard private cloud
solutions such as Openstack (or) Azure Stack or any other similar private cloud platform.

Application High Availability and Business Resiliency would be maintained through following philosophy

Application High Availability

a. All Database Instances would be deployed in 1+1 or (N+N) cluster of Server or Virtual Machines
b. All Application Server Instances would be deployed in N+m cluster of Server or Virtual Machines where N is number
of Nodes designed with capacity to handle complete Load for next 10 years of Operation. Value of m would be N/4
(rounded up).
c. All Web Server Instances would be deployed in N+1 cluster.
d. All database instances would be deployed on external storage system. Exception on case to case basis would be
given for only those case where database in tightly integrated with Application and only manage application specific
data.

Site Level Redundancy

a. One Main Data Center with One Disaster Recovery Data Center with Data RTO of 8Hrs and RPO of 30min
b. Data on storage system would be replicated to DR site through replication
c. Data on Local Disks would be replicated to DR by database-based replication tool. Bidder should provide all
required tools.

11.1.5 Network Management Requirements

S. No. NMS Requirements


1 The proposed Management System must manage all the various types of devices in the network including
all the network and server infrastructure.
2 The Architecture of NMS should support High availability across the DC and DR locations.
3 In case more than one instance of EMS is required to manage the device in scope, then a manager of
manager should also be provided for a consolidated view for administration and operation of the network
S. No. Network Topology Requirements
1 There should be one web portal/dashboard with single view of the complete network
2 There should be a portal web page that presents all the devices in network with cross-launch capability to
the corresponding NMS instance managing the selected
device.
3 For any selected device, the complete topology of its connected devices (Layer2 and Layer3) should be
displayed.
4 For a selected device, topology of one Layer above and one Layer below should be presented.
5 Topology view should also list the current status of node and list the present alarms generated by the
component.
6 Either of a redundant pair going down at the Network level should be indicated with a color changes for the
device in the Topology Map
7 There should be visual indication on device when one of a redundant module going down even when the
device is operational
8 In the Topology map, Links must be color coded based on the Alarm severity (For example, Node down in
Red, Link Flapping in Yellow, threshold crossing alerts in Mustard etc.)
9 In the Topology maps there should be a view with color-coding of links based on link utilization/status.
10 In the Topology map, for a given bundle interface, all its member links must be displayed
11 Capacity and Utilization of the WAN links should be shown in the topology.
12 In the topology map, all individual links connecting a pair of devices should be displayed as separate links.
13 It should be possible to view BGP peers in the topology view
14 It should be possible to search for a device using HOSTNAME/IP Name in topology maps
15 From the Topology map, it should be possible to perform Source based ping to service node.
16 It should be possible to correlate the Alarms based on topology knowledge and classify them as Root-cause
and Symptom Alarms. Parent Child correlation should be supported, i.e. if Parent node down, all the entire

77 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

children should be down & cause should be Parent alarms.


17 Portal /dash board for device, network, service availability and performance KPIs
S. No. Inventory Management Requirements
1 NMS should collect the complete Physical and Logical Inventory for all the devices in the network.
2 Physical Inventory must include the attributes of entities such as Chassis, Card/Module, Port, Fan, Power
supply etc.
3 Logical Inventory must include logical attributes such as Interface configuration details, status, Routing
Protocol details etc.
4 NMS should be configured to collect the device inventory for all the Managed
Network Elements daily at a specific time of the day.
5 Please refer to the network Element Matrix for the device families and count of devices in scope.
6 Inventory Audit & Comparison – System should perform audit and comparison for inventory components.
All physical and logical changes history report should be available in NMS as a report.
7 Custom polling configuration – NMS should support Custom Polling, for example, specific OIDs for set of
equipment.
9 FAN, Fabric card and Power Supply, which are inserted on rear side of chassis, must be visible in the Chassis
View.
10 NMS should display the Chassis view
11 NMS should poll for Device Reachability/Availability every 5 minutes
12 Preferential Polling: Operator must be able to order the sequence of devices to be polled for Device
Reachability.
13 NMS should not only display the list of unreachable devices, but it should also display the time from which
each of them is unreachable.
14 Device Down and Interface Down status must be determined via polling and not just based on SNMP Traps.
This helps in determining the status of the devices more reliably in case SNMP Traps fail to reach the NMS
server.
15 Except Node down, all other parameters including interface should be trap based to avoid delay due to
polling interval.
16 It should be possible to move Devices to Maintenance Mode in NMS to facilitate alarm suppression during
the maintenance of those Devices.
17 It should also be possible to move certain Interfaces to Maintenance Mode (to facilitate alarm suppression
during maintenance of those interfaces for example, while the fiber is under maintenance.)
18 It should be possible to schedule the devices to move to maintenance state using a spreadsheet/CSV import.
19 Device should be moved back to the Management state automatically at the end of the duration
20 Image details should be collected and displayed in the Device Inventory view.
21 NMS must display the speed related statistics in Mbps or Gbps instead of bps
22 It should be possible to export Inventory details such as list of modules and interfaces for a given device in
CSV format.
23 There must be a facility to display the total backplane utilization of a given device
24 System should support VRRP based redundancy groups discovery & monitoring
25 NMS should be able to generate a single consolidated inventory report for whole network
26 NMS should be able to generate a single report of unreachable devices across network.
27 NMS should be able to generate a single report for Devices in Maintenance mode
28 NMS should be able to generate a single Report on ICMP reachable but SNMP Not reachable nodes.
29 NMS should be able to generate a single report on Trap destination IP set on the
Devices (to check whether Node is sending traps to multiple destinations)
30 NMS should show live status of Device Inventory
31 No of Ports per line cards and its status (Admin up /down)
S. No. Fault Management Requirements
1 NMS Server instances should be able to receive SNMP v2c/v3 Traps and syslogs from from any SNMP
enabled network elements irrespective of the vendor.
2 Trap configuration - NMS should support a feature to Enable & disable traps. NMS
shall have feature of Blocking of Traps, filtering of traps also
3 NMS should be able to correlate alarms at the Network Element Level.
4 NMS should be able to correlate alarms at the Network Element Level as well as at
Topology level.
5 Message correlation – NMS should support Dampening / Duplicate correlation /
suppression / pair wise correlation of alarms/events
6 If any alarm is received multiple times, recurrence count must also be displayed for the last 24 hours.
7 NMS should collect interface, Equipment, Hardware alarm, degraded alarms and syslog event from
monitored devices.
8 Standard features of alarm management system should be supported by NMS. For example, alarm filtering,

78 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

alarm copy, alarm export and history view


9 NMS should be able to differentiate between polling-based alarms and Trap based alarms for Device
Reachability
10 On a device if 4 Interfaces are down then we will receive 4 alarms, and then after some time we receive
node down alarm for the same node, then all the individual interface down alarms should be cleared.
11 NMS Should support Alarm Sync capability
12 NMS should support SNMP get support for Alarms resynchronization with North
Bound Central Fault Management System in NMS
13 NMS should be able to generate Device-wise and Device Group-wise report for the
alarms of severities “Critical” and “Major”.
14 In NMS, Alarm Category Dashboard should have drill downs for each section of the pie chart.
15 NMS should do cross domain correlation and root cause analysis of the faults and present on the dashboard
only the root cause alarm with an option to see all the nested alarms under it.
S. No. Performance Management Requirements
1 NMS System should poll for CPU utilization, Memory pool utilization, environment temperature, and device
availability.
2 NMS System should poll for Interface Health Metrics such as Interface status, utilization, discards, errors,
etc.
3 Monitoring settings configuration - Profiling of monitored entities.
4 The polling interval of performance data should be 5 minutes. (In NMS, the present interval is configured to
be 15 minutes)
5 Performance Trend Reports for interface, memory and CPU utilization should support duration-based
filtering where raw data (not the aggregated data) must be available for reporting for a minimum of 07 days
6 Performance Monitoring: System should support to provide Quality assurance
(latency and jitter packet loss)
7 Performance management -- System should support to provide Traffic monitoring
(highly used source / destination / application / protocol / etc.)
8 Performance metrics reports- NMS should support performance metrics report in form of Tabular / charts
/ Top N / dashboard / etc.
9 Health of BGP, IS-IS, LDP in the network should be monitored and displayed
(Similar functionality as BGPMon)
12 Performance Dashboard should display QoS Drops, per Class per Queue and per
Policy
13 Link utilization: - It should be possible to display the 95percentile utilization details in addition to Max &
Average Values (by removing the peaks)
14 It should be possible to export the Performance graph data into CSV format
15 Link utilization Dashboard should display both A and Z end device and interface details
16 It should be possible to generate a report of all the devices with interfaces above a specific percentage
utilization such as above 70% bandwidth utilization, above 90% bandwidth utilization etc.
17 Fibre performance alerting: SFP Threshold Crossing Alarm should be raised.
18 It should result in links being displayed in a different color in topology view.
19 As it gets addressed in the field, the alarm should get cleared in the next polling cycle.
20 NMS System should support to provide component health metrics
21 NMS should be able to generate single report on Node availability
22 Need the following to be reported by the NMS:
· Interface Utilization
· CPU utilization
· Memory Utilization
· Temperature
23 For each of the above, the reports should also present each occurrence of the
Threshold crossing and the duration it stayed above the threshold value.
24 In NMS, there should be reports to show:
· Device Group-wise Interface Availability
· Individual Interface Availability and
· Device Availability
25 Performance Graph: in NMS, a single graph should display CPU/Memory utilizations for multiple devices
and should have an option to choose the CPU
26 Live graphs should be made available for all KPIs
27 Specific URLs should be publishable to the end users for all / any specific KPIs.
28 NMS should have a mechanism to provide CRC / Power loss report.
S. No. Configuration and Image Management Requirements
1 Device configuration Backup should be done on daily basis and backups of one months should be retained.

79 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

2 Configuration Archive should retain versions based on a specified duration such as


30 days, 365 days etc.
3 Compliance Audit: It should be possible to check for the presence of a particular set of commands in the
latest archived configurations of all/selected devices.
4 It should be possible to schedule an Image upgrade job for the selected target device list which can be
imported from a CSV file to avoid manual errors
5 NMS should have the facilities to perform all the operations using the NMS itself with no necessity to launch
tools such SSH console. Even if such a console is launched, it must be possible to log all the operations
performed via such a tool.
S. No. User Management Requirements
1 Element Management System should be configured to perform Authentication and Authorization using the
RADIUS/TACACS
2 User groups should include the following: TAC users, IP Access Group users, Surveillance users, NBI read
only users etc.
3 Each NMS server instance should support 40 users in total and 10 concurrent user sessions.
4 Each NMS server instance should support 3 NBI users
5 It should be possible to export the UserID list from the NMS
6 Details of UserIDs such as when they were created/ their privileges were modified/
they were deleted/ last login time should be maintained in the NMS
7 NMS should support password expiry policy, max retries followed by locking policy, etc.
8 Single report on users existing in NMS along with creation/deletion date, last modification date, last login
date & user expiry date if applicable.
9 Single user creation/modification/deletion in all NMSs with one command should be supported.
10 Bulk user creation/deletion in all/selective NMSs should be supported.
11 Password Management: NMS should support Multisession capability for a single user
12 NMS should support integration with SYSLOG
13 NMS should support provisioning of Time-based user access management
14 NMS should support Configurable role-based user access management
15 NMS should provide user-friendly bulk user management capability from CLI / GUI
16 It should be possible to dump users in text /csv formats.
S. No. North Bound Integration Requirements
1 NMS should support to integrate with industry standard alarm management tools. Feature to integrate with
North bound unified OSS. System should be able to forward interface, Equipment, Hardware alarm,
degraded alarms and syslog alarms. NMS shall provide synchronization feature with OSS for all alarm types
2 NMS should provide REST API based northbound interface to integrate with external systems. This should
allow an external system to retrieve all the various fault and performance metrics and invoke configuration
management operations.
2 NMS server instances should support APIs for integration with North Bound
Performance Management System.
3 NMS should support to integrate with industry standard performance monitoring tool
4 Discovery - NMS should support to integrate with industry standard inventory
Discovery and Reconciliation application
5 NMS should have the capability to support config backup / restore functionality
S. No. System Management Requirements
1 System/ application monitoring dashboards should be visible (read-only) to non- admin users.
2 (For example, System Memory and CPU Utilization dashlet in NMS)
3 NMS should be able to take initial Full Application Backup and later it should only take Application Backup
delta that has changed over the last backup interval
4 The Authentication logs/System logs/Audit logs/Operations should be available in text format on the
server which can be pulled by Log Management System on a specified interval (Example: Daily, Weekly,
etc.)
5 The NMS should have multiple alerting features to get the notification via email and sms.

11.1.6 EMS Software

S. No Technical Specifications
1 The EMS shall support capability for monitoring and configuration of IP/MPLS network through NOC
2 EMS shall support single management system for IP/MPLS network to provide ease of operation.
3 EMS shall be capable of providing the FCA PS functionality to the network. EMS shall provide all necessary
information to NMS on standard interfaces.
4 EMS for Network Elements shall support northbound open interfaces such as SNMP/JA VA/CORBA/XM L
for integration with the NMS.
80 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

5 The EMS system shall support SNMPv1, v2 & v 3.


6 EMS shall support client–server-based architecture. Client being GUI/web browser-based access with
secure interface to the server.
7 EMS should allow the user to zoom down to the port level of any given card /equipment.
8 EMS should support Scheduler to handle administrative operations to be performed repeatedly at a
particular time of day. Such as: NE configuration backup, software image down load, operator
login/logout attempts, etc.
9 EMS must support below network element software management:
10  Loading of new software images.
 Management of multiple versions of software.
 Installation of software updates.
 Software download status reporting.
 Administrator authorization for the loading of software
 Coordination for the software download to multiple end element based on a single software source.
 Version control for all network.
 Administrator authorization for the loading of software
11 The EMS GUI should allow authorized personnel to create and activate end-to-end services.
12 The EMS should be able to provision, configure and manage network for IP/MPLS
13 EMS should allow service and equipment provisioning.
14 The Management System shall be able to auto-discover the Network elements and the corresponding
connections between them.
15 The EMS should support provision of creation, addition, deletion, updating and viewing capability of the
managed network
16 The system should support health monitoring of a ll modules and indicate health of the system and
connectivity.
17 The Management System shall support the provisioning of:
 All equipment parameters.
 Threshold Crossing Alert (TCA)
 Alarm Severity
18 Alarms should be categorized into different categories e.g. Emergency/Critical, Flash/Major, Immediate
/Minor, Priority/Warning, Deferred / Informative depending upon the severity of the alarm.
19 EMS should be able to display the Network Elements and the links in different colors depending upon their
status for healthy, degraded and critical alarm conditions.
20 Dashboard should indicate the number of active alarms with filtering options based on the period,
duration, severity, event type and location.
21 The NMS system should support email or SMS feature for informing user
22 All failure and restoration events should be time -stamped.
23 The GUI shall provide the ability to create, delete and modify topology views of the network.
24 EMS should be based on open, secure, and scalable software for optimizing network infrastructure and
operations
25 EMS Should support editing that provides the ability to view, edit, and delete all aspects of a device’s
configuration.
26 EMS should support audit logs
27 EMS Should support rapid deployment of IP/MPLS network.
28 EMS Should support APIs for customization and integration.
29 The system should be able to create performance reports and Alarm reports. These reports shall be HTML
or pdf which can be dynamically generated and sent over e-mail.
30 The system should allow creation of group profiles with multiple users as member and should facilitate
with similar access policy and permission.
31 The EMS should support RADIUS/TA CACS based access control

11.1.7 Video Wall for NMS

Video wall size: 3meters (width) X1.1meters (height)


Specification for Professional LCD Display for Video wall 3 x 2 (Diagonal Size of the display should be 55” and it
should be a LED backlit Model)

S. No. Description
1 The Display should have aspect ratio of 16:9.
2 The Display should support true resolution of 1920X1080 pixels.
3 The Display should have minimum (Native) contrast ratio of 1600:1.
4 The Display should have minimum life span of 50,000 Hrs.
5 The Display should have 450cd/m2 Brightness
6 The Gap between 2 Display should be less than 5.5 mm
7 The display should have following input terminals.
8 a) RGB Input –Mini D-Sub 15 PIN x 1 (Optional)
81 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

9 b) DVI-D In – 24+1 PIN (optional)


10 c) RS-232C - D-Sub 9 PIN X 1 (Optional)
11 d) HDMI In – 1 (Mandatory)
12 e) A V Port (Optional)
13 The Display should have DVI-D loop in Loop Out facility
14 The Display should support various types of mounting accessories like:
15 a) Wall Mount Bracket
Video controller
16 The Controller should have 6 Output (1920 X 1080), 4 Physical Input and dual LAN
17 The Controller should have a Xeon processer, 6GBRAM and 500GB storage.
The controller should be supplied with Wall Management software to control the video wall for
18 showing any Input in the wall.
19 The controller should have a feature to split the wall into multi window.
20 The controller should be 24 X 7 operational with proper cooling system
21 The Media Player should have Gigabit Network Card.

11.1.8 Network Racks specifications

42U Master Block / Block Network Racks (With Air Conditioning)

S. Item Description
No.
1 Integrated Infrastructure It is required to deploy Pre-Fabricated Data Centre Solution for Critical IT
Solution Equipment. Site conditions require that the entire Pre-Fabricated DC Solution be
delivered in CKD (Completely Knock-Down Condition) and system be assembled
at site.
2 Scale and Density of Integrated Required solution comprises of 1 Rack of 2100 mm Height (Min) having effective
Data Center mounting space of minimum 33U available for IT Equipment.
3 Inbuilt redundancy compliant Solution should be incorporating in-built redundancy for Power and Cooling in
to Tier 2/3 guidelines line with the requirements under Tier II / III guidelines. Other supportive utilities
and services like Fire Detection & Suppression, PDU, Electrical DB, Water leakage
detection and Monitoring system with high availability of each equipment for this
proposed requirement of Pre-Fabricated DC Solution.
4 Cooling System Solution provided should have integrated Rack Mounted - Self-contained Split
Type Cooling Unit designed for cooling the racks with 24X7 operations in all
respect as per ISHRAE/ASHRAE standard and also integrated with remote
monitoring system. Cooling units with each unit of minimum 2 TR/ 7 KW
capacity.
In order to enhance return air efficiency, bottom mounted cooling unit should
have provision to take return air continuously from middle of the rack depth till
rear of the rack so as to have effective air circulation.
5 Out Door Unit Copper piping with insulation tube of elastomeric, nitrile foam between each sets
of outdoor & indoor unit as per specification. Piping to be properly supported by
MS clamp. All transmission wiring between indoor to outdoor unit is kept in PVC
conduit.
6 Racks Physical  Individual racks should be of 42U (Height - Min) x 800 mm (width - Min) x
1300 mm (Depth - Min)
 All Steel Construction Rack with an Integral Plinth should have following
features:
 Cold Air Column Space in the front of the mounted equipment in the rack
should be at least 790 mm wide and 275 mm deep for each rack. Similar space
should be available at the rear of the rack also to facilitate appropriate
movement of air.
 Above Rack Mounted Split Type Cooling Unit (Evaporator Unit) 33U Rack
Space Should be Available in Each Rack. Thus, total of minimum 66U Space
will be required between two racks.
 After mounting of the UPS - between both the racks, minimum of 32U
Mounting Space should be available of the IT Equipment.
 It is very important that 19" Mounting rails be provided with U Identification
Notch as well as Unique U Numbers and these numbers should be visible even
after mounting of the equipment.
 Rack Color will be required to be customized as per requirement and our

82 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Logo will be required to be etched on both the front glass doors of the rack.
 Rack should be of All Steel Construction and powder coated finish.
 All Rack Doors should be easily removable type (Tool-less) to facilitate any
installation and / or service activities. Side panels of the rack should be fully
secured. Industry Standard Swing Handle Multi-point locking with Digital
Locks should be provided. These locks should be able to confirm locking
status electronically along with local LED Indications. EM Locks or Solenoid
Type of Locks should not be used for the access control solution.
 All Rack components including Doors and Panels should be bonded together
with appropriate earth links / bonding leads
 Door sealing should be done using dual gasket. One multi-edge flat gasket on
the rack side and half round PU Gaskets on the door side.
 4 Nos (2 Pairs) of Mounting rails (for Standard 19" mounting) should be made
up of steel. (minimum 2.0mm thickness) Recessing of these Front & Rear 19”
mounting rails should be completely flexible within depth of the rack. These
Multi-Fold mounting rails (Not Simple L Type) should also have an extra
internal web for increasing rigidity and to facilitate mounting of the shelves
and other required accessories conveniently.
 Unique U Identification Notch and U Numbering should be provided on the
19” Mounting Rails such that these unique numbers are visible after mounting
of the equipment also.
 The Rack should have two side panels, top Cover and grounding and bonding
accessories pre-installed by the manufacturer. Side Panels should be
removable type but should be secured. These side panels should be flushed in
the overall width.
 All Rack components including Doors and Panels should be bonded together
with appropriate earth links / bonding leads.
 OEM to provide rack ground point, Provision to further ground to Telecom
Ground bus bar System.
 Manufacture should provide Horizontal OR vertical Ground bus bar for
equipment Grounding as per Customer / Tender Requirement
7 Access Control Biometric reader or Smart card reader (with relevant software along with
licenses if needed). Integrated DC Rack doors should have digital locking to
permit only authorized persons to open the doors through finger print reader.
8 Local & Remote Monitoring Each rack should display following parameters on top of the rack:
 Source 1 and Source 2: Current
 Temp in the inner front cold space of the rack
 Temp in the rear hotter space inside the rack
 In case of any electronics failure, it should be possible to replace / service
these displays without taking any downtime. (Should be hot pluggable /
swappable)
 AV Hooter for the Extreme Alarm Conditions
 Proximity Camera – capture photos and send to Server on events
 Wet Sensor
 Proximity sensor
 Smoke/Fire Sensor
 UPS health and send alerts to Dashboard
 Door Sensor
 Exhaust fan, AC ON/OFF control based on Rack internal temperature
10 Rack PDU Redundant Rack PDU should be Single Phase with following configuration:
 16 Sockets of IEC C13 + 4 Sockets of IEC C19
 Power Indicator on PDU
 Vertical / Zero U Mounting
 2M long Inlut Cable
 Integrated with Rack Monitoring System Two Such PDUs per Rack
11 Rack Accessories Following Rack Accessories should be included:
 Blank Panels for closing the opening / gaps in the front mounting rails
 Rack Internal Cable Management for Vertical and Horizontal Cables
 Front Panel Mounting Hardware
 Brush Panel / Glands / Seals for all Cable Entry Points in the cabinet
12 Cable Management  600 width racks
 The manufacturer should supply 2 No cable management with detachable

83 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

door in the front (On R & L Side) for management of Vertical Cables. These
Cable Managers will have the Rigid Plastic Fingers in 1U Format to facilitate
the cable management. Inner Space in these cable managers should be
provided with combination of Fibre Management Spools and Metal Hoops.
 For Horizontal Cable Management Closed Type Cable Organizer to be
provided for management of Horizontal and power cables.
 For the Field Cables / In-Rack Cable Management, 2 No 100mm Cable baskets
made from 5mm thick wire should be provided for management of Vertical
Cables
13 Certifications, Environmental  Racks should be manufactured by ISO9001:2008, 18001 -2007, Certified
and Safety Requirements company.
 Manufacturer must certify that the products are Comply DIN41494 and
Equivalent EIA/ISO/EN /CEA Standard.
 The rack should comply minimum of IP 20 rating.
 The enclosure should both protect the user from mechanical hazards and
generally meet the requirements for a mechanical enclosure (stability,
mechanical strength, aperture sizes, etc.) as defined in IEC 60950 as per the
latest edition.
14 Equipment Access &  The Rack should have usable Space even after installing locks and supportive
Installation accessories.
 The OEM should include Mounting hardware for equipment fixing with
Universal Headed Washer Base Type of Screw head.
 OEM should include Baying/ Bolt-together kits for coupling racks
 Manufacture should provide Horizontal OR vertical Ground bus bar for
equipment Grounding as per Customer / Tender Requirement
15 Uninterrupted Power Supply(UPS)
15.1 Capacity 6 KVA
15.2 Inverter Technology PWM (online double conversion with IGBT)
15.3 Backup Time (Full load) Minimum 04 hours
15.4 Internal Isolation transformer is mandatory
15.5 INPUT PARAMETERS
Configuration Single phase & Neutral
Nominal Voltage 160 to 265 VAC
To handle input Voltage range 160 to 265 V, 50Hz single phase 2 wires
Frequency range- Hz 50 Hz +/- 3Hz
High input Power Factor >0.9 at full load and nominal input voltage
15.6 OUTPUT PARAMETERS
Configuration single phase & Neutral
Power Factor 0.8 to unity
Nominal Voltage selection 230 VAC
Output Voltage Regulation +/-1%
Voltage THD (Total Harmonic <2% Linear Load
Distortion) <6% Non-Linear Load
Frequency 50 Hz
Frequency Regulation- +/-0.5 Hz
Crest Factor 3:1 max
External battery voltage 120 V
Output waveform True sine wave
Efficiency >=85%(Linear load)
Overload capacity 110% up to at least 30 minutes
150% up to at least 10 seconds 200% for 5 cycles
15.7 Maximum Battery Charging < =10 Amp
Current
LCD for Input voltage, output voltage, Battery voltage, output frequency, % load
Output on LCD Display power, Percentage of Battery available, Percentage of UPS Load,
Finishing type RAL: 9016(White) & 293C(Blue)
LED Indicators Mains ON, Inverter ON, Battery on charge, Mains Abnormal, Low battery, DC
Over/Under Voltage, Inver Over/Under Voltage, Inver Overload, Over heat, Load on
Inverter, Load on Aux. Supply, Manual Bypass On
15.8 Protection Input over/under voltage, Output over/under voltage, Battery over/under voltage,
Low battery, Output overload/short circuit, Over temperature and over voltage
transients.

84 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Protection class IP-21


15.9 Audible Alarm Built in audible alarm for fault conditions Load on Mains
Load on Batteries Output Frequency Error Output Voltage Error Battery Voltage
Low
Equipment over temperature
Equipment overload
15.10 Overall efficiency of UPS Not less than 90% at nominal input
Voltage and rated load
15.11 Overload handling capacity/ Required
Surge current Capacity
15.12 Noise (within 1 meter) < (45 to 55db)
15.13 Operating Environment Up to 45°C
Temperature
15.14 Operating environment Up to 95 %
humidity
15.15 Cold Start Required
15.16 UPS unit and Battery bank units Batteries to be supplied and installed in separate MS Steel free standing enclosure
complete with interlink connectors, battery isolator (MCB or SFU) and UPS to
battery cables
15.17 Additional switch gear to be Input MCB, output MCB, Battery breaker
supplied
15.18 Required Feature Built in galvanic Isolation transformer (UPS Output is isolated from mains input)
15.19 Warranty 5 years on UPS and batteries as per manufacturer plus 2 years AMC
15.20 Battery Type Lead Acid Sealed Maintenance Free (SMF) batteries of sufficient Ampere Hour
capacity suitable to provide 4 Hours of Backup.
15.21 Batteries Configuration 24000VAH minimum
15.22 Batteries Make/Brand Amaron Quanta / Global / Exide/
15.23 Test Report SAMEER/ETDC/CanBank Computer Services/Pondicherry Engineering
College/Any Other Reputed Testing Agency
15.24 Certification ISO 9001 / 14001 / 18001 CE / EMC / RoHS
GP Network Racks:

S. Item Description
No.
1 Integrated Infrastructure It is required to deploy Pre-Fabricated Data Centre Solution for Critical IT
Solution Equipment. Site conditions require that the entire Pre-Fabricated DC Solution be
delivered in CKD (Completely Knock-Down Condition) and system be assembled
at site.
2 Racks Physical  Rack should have 100% assured compatibility with all equipment’s
conforming to DIN 41494 (General Industrial Standard for equipment’s) or
Equivalent EIA /ISO / EN Standard
 Individual racks should be 24u x 600 x 1000
 It is very important that 19" Mounting rails be provided with U Identification
Notch as well as Unique U Numbers and these numbers should be visible even
after mounting of the equipment.
 Rack Color will be required to be customized as per requirement and APSFL
logo will be required to be etched on the front glass doors of the rack.
 Rack should be of All Steel Construction and powder coated finish.
 All Rack Doors should be easily removable type (Tool-less) to facilitate any
installation and / or service activities. Side panels of the rack should be fully
secured. Industry Standard Swing Handle Multi-point locking with Digital
Locks should be provided. These locks should be able to confirm locking
status electronically along with local LED Indications. EM Locks or Solenoid
Type of Locks should not be used for the access control solution.
 All Rack components including Doors and Panels should be bonded together
with appropriate earth links / bonding leads
 Door sealing should be done using dual gasket. One multi-edge flat gasket on
the rack side and half round PU Gaskets on the door side.
 4 Nos (2 Pairs) of Mounting rails (for Standard 19" mounting) should be made
up of steel. (minimum 2.0mm thickness) Recessing of these Front & Rear 19”
mounting rails should be completely flexible within depth of the rack. These
Multi-Fold mounting rails (Not Simple L Type) should also have an extra
internal web for increasing rigidity and to facilitate mounting of the shelves
85 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

and other required accessories conveniently.


 Unique U Identification Notch and U Numbering should be provided on the
19” Mounting Rails such that these unique numbers are visible after mounting
of the equipment also.
 The Rack should have two side panels, top Cover and grounding and bonding
accessories pre-installed by the manufacturer. Side Panels should be
removable type but should be secured. These side panels should be flushed in
the overall width.
 All Rack components including Doors and Panels should be bonded together
with appropriate earth links / bonding leads.
 OEM to provide rack ground point, Provision to further ground to Telecom
Ground bus bar System.
 Manufacture should provide Horizontal OR vertical Ground bus bar for
equipment Grounding as per Customer / Tender Requirement
3 Access Control Biometric reader or Smart card reader (with relevant software along with
licenses if needed). Integrated DC Rack doors should have digital locking to
permit only authorized persons to open the doors through finger print reader.
4 Local & Remote Monitoring Each rack should display following parameters on top of the rack:
 In case of any electronics failure, it should be possible to replace / service
these displays without taking any downtime. (Should be hot pluggable /
swappable)
 AV Hooter for the Extreme Alarm Conditions
 Camera – capture photos and send to Server on events
 Wet Sensor
 Proximity sensor
 Smoke/Fire Sensor
 UPS health and send alerts to Dashboard
 Door Sensor
 Exhaust fan, AC ON/OFF control based on Rack internal temperature
5 Rack PDU 6/12 sockets of Indian standards ISI branded 5/15amps with 32amps capacity.
All internal looping of sockets to the mains to be done with bus bars for 100%
safety.
6 Rack Accessories Following Rack Accessories should be included:
 Blank Panels for closing the opening / gaps in the front mounting rails
 Rack Internal Cable Management for Vertical and Horizontal Cables
 Front Panel Mounting Hardware
 Brush Panel / Glands / Seals for all Cable Entry Points in the cabinet
7 Cable Management  600 width racks
 The manufacturer should supply 2 No cable management with detachable
door in the front (On R & L Side) for management of Vertical Cables. These
Cable Managers will have the Rigid Plastic Fingers in 1U Format to facilitate
the cable management. Inner Space in these cable managers should be
provided with combination of Fibre Management Spools and Metal Hoops.
 For Horizontal Cable Management Closed Type Cable Organizer to be
provided for management of Horizontal and power cables.
 For the Field Cables / In-Rack Cable Management, 2 No 100mm Cable baskets
made from 5mm thick wire should be provided for management of Vertical
Cables

8 Ventilation and Thermal  The Rack should have ventilated front and rear doors to provide adequate
Management airflow required by the major server manufacturers.
 The Rack should have a maximum ventilation area for the front door & rear
doors.
 The Rack should provide the means to mount optional cooling accessories for
high- density.
 The manufacturer should provide blanking panel kit to prevent the
Recirculation of hot exhaust air.
 The manufacturer should provide air seal kit to seal all gaps to prevent
recirculation of hot air.
 The Manufacture should provide Brushed cable entry and exit cutouts to
avoid cold air leakage.

86 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

9 Certifications, Environmental  Racks should be manufactured by ISO9001:2008, 18001 -2007, Certified


and Safety Requirements company.
 Manufacturer must certify that the products are Comply DIN41494 and
Equivalent EIA/ISO/EN /CEA Standard.
 The rack should comply minimum of IP 20 rating.
 The enclosure should both protect the user from mechanical hazards and
generally meet the requirements for a mechanical enclosure (stability,
mechanical strength, aperture sizes, etc.) as defined in IEC 60950 as per the
latest edition.
10 Equipment Access &  The Rack should have usable Space even after installing locks and supportive
Installation accessories.
 The OEM should include Mounting hardware for equipment fixing with
Universal Headed Washer Base Type of Screw head.
 OEM should include Baying/ Bolt-together kits for coupling racks
 Manufacture should provide Horizontal OR vertical Ground bus bar for
equipment Grounding as per Customer / Tender Requirement
11 Solar Hybrid – Uninterrupted Power Supply
11.1 Capacity 1000VA

11.2 Mandatory Certifications/ a) ISO 9001 & ISO 14001.


Eligibility Criteria for OEMs Test report as per IEC Standards for Solar Hybrid UPS (PCU) from MNRE approved
Lab
Test report as per IS Standards for Batteries.
Minimum supply & installation of 500 Solar Hybrid UPS anywhere in the country
either directly or through System Integrators.
11.3 Solar Panels:
Capacity Total Capacity ≥ 1200 Wp (each module to be of ≥ 300 Wp capacity).
SPV Modules Mono/ Multi Crystalline
Silicon PV cells fitted with bi-pass diodes. The modules should also have been
tested & confirm to IEC 61215 standards (Certificate to be attached).
Solar Panel sizing details to be enclosed.
Module Mounting Structure: Suitable to accommodate solar modules, made of MS angles, duly galvanized to
avoid corrosion. The mounting structures for SPV modules should be without too
many welding joints and fixed to the roof top. Roof top space (without shading)
to be made available. Approx. 250 sq. ft. required for 2KW installation.
11.4 Battery:
Type 12V SMF VRLA
Backup 2 Hours (Min)
Minimum VAH Capacity 3600 VAH
11.5 Solar Charge controller: Inbuilt in the UPS system.
TYPE MPPT type only
11.6 INPUT
Voltage range(UPS) Single Phase input 120 - 280 V
Frequency range 50 Hz ± 6%
Supply From Electrical Mains
11.7 OUTPUT
Voltage regulation (Mains Follow input
Mode)
Voltage regulation in Inverter 220/230V +/- 3%
mode
Frequency 50HZ +/- 0.5Hz (free running)
Frequency in mains mode Synch with input frequency
Overload Capacity Up to 110% for 10 sec.
Short circuit Protection Fuse/MCB in mains mode and electronics protection in inverter mode
Output Wave form Sine Wave
Transfer time < 6 msec
Voltage THD < 3% on linear load
Inverter efficiency > 85%
Cold Start To be Provided
Load PF 0.8
11.8 Battery Battery sizing details to be enclosed;
Batteries of well-known brands to be supplied with OEM Warranty Certificate for 5
87 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

years duration.
11.9 Grid charger CVCC battery charger to charge in 8-10 hours’ time
11.10 Deep discharge protection To be Provided
11.11 Battery reverse polarity To be Provided
protection
11.12 Over charging protection To be Provided
11.13 Display /Indications and alarm
LED indication Solar ON, Mains ON, Inverter ON, Battery Low, Over load, Inverter Fault, Battery
Mode
LCD Meter Display All Input/ Output Parameters
Audible Alarm Battery Low, Over Load, Fault, Battery Operation, Over Temperature
11.14 Physical Characteristics
Audible Noise < 65 dB at 1-meter distance
Temperature Range 0°C to 45°C
Relative Humidity 10-95% RH non-condensing
Junction Box Dust and vermin proof to provide termination of cables along with tags
11.5 Warranty Warranty Certificates from Solar Panel OEM & Battery OEM to be furnished along
with the respective Serial Numbers.
NOTE: Suitable length of cable shall be provided for interconnection of modules, charge
controller, battery bank, Inverter, etc.

11.1.9 Server Rack

S. Item Description
No.
1 General Requirements  Rack should be designed to provide Secure, Store, Streamline and Systemize IT
Equipment’s
 Rack should have 100% assured compatibility with all equipment’s conforming
to DIN 41494 (General Industrial Standard for equipment’s) or Equivalent EIA
/ISO / EN Standard
 The Rack dimensions should be 42u x 600 x1000
2 Physical Specifications  The Rack unit should be supported on integral Plinth. Levelling Legs should
support a static load of at least 1350 kg, total installed equipment weight.
 Rack should be of All Steel Construction and powder coated finish.
 All sheet metal parts should be Pre-Treated and powder coated meeting ASTM
Standard.
 The Vendor should have a perforated front door (preferably honey comb) and
split rear Door Options with Industry Standard Centre / Swing Handle Multi-
point locking. Door design should be compatible to use variety of access control
options. (Details of required access control on the doors are listed separately in
this document)
 These doors should be easily removable type without any tools.
a. Rack design should enable shipping of the rack in (CKD) Completely Knock
Down condition. Typically, the structure should comprise of extra deep front
and rear frames in a welded multi-fold format fastened together with 3 pairs
of depth channels to ensure prefect square construction.
b. Rack design should allow maximum utilization of the inner space. In terms of
width – out of 600mm – at least 590mm should be available for the cable
dressing throughout the vertical height of the rack without any hindrance
and/or for PDU Mounting in the front and rear of the rack.
c. Vertical Mounting Rails should be fastened to the depth members such that
the loading is directly and uniformly passed to the basic rack frame.
d. Design should permit an easy assembly of the racks at site as per the
requirement at site.
e. 4 Nos (2 Pairs) of Mounting rails (for Standard 19" mounting) should be
made up of steel. (minimum 2.0mm thickness) Recessing of these Front &
Rear 19” mounting rails should be completely flexible within depth of the
rack. These Multi-Fold mounting rails (Not Simple L Type) should also have
an extra internal web for increasing rigidity and to facilitate mounting of the
shelves and other required accessories conveniently.
f. Unique U Identification Notch and U Numbering should be provided on the
19” Mounting Rails such that these unique numbers are visible after
mounting of the equipment also.
88 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

 The Rack should have two side panels, top Cover and grounding and bonding
accessories pre-installed by the manufacturer. Side Panels should be removable
type but should be secured. These side panels should be flushed in the overall
width.
 All Rack components including Doors and Panels should be bonded together with
appropriate earth links / bonding leads.
 OEM to provide rack ground point, Provision to further ground to Telecom
Ground bus bar System.
 Manufacture should provide Horizontal OR vertical Ground bus bar for
equipment Grounding as per Customer / Tender Requirement
3 Equipment Access &  The Rack should have usable Space even after installing locks and supportive
Installation accessories.
 The OEM should include Mounting hardware for equipment fixing with Universal
Headed Washer Base Type of Screw head.
 OEM should include Baying/ Bolt-together kits for coupling racks
 Manufacture should provide Horizontal OR vertical Ground bus bar for
equipment Grounding as per Customer / Tender Requirement

4 Certifications,  Racks should be manufactured by ISO 9001:2008, 18001 -2007, Certified


Environmental and Safety company.
Requirements  Manufacturer must certify that the products are RoHS Compliance.
 Manufacturer must carry product safety conformities from UL 2416.
 Manufacturer must certify that the products are Comply DIN41494 and
Equivalent EIA/ISO/EN /CEA Standard.
 The rack should comply minimum of IP 20 rating.
 The enclosure should both protect the user from mechanical hazards and
generally meet the requirements for a mechanical enclosure (stability,
mechanical strength, aperture sizes, etc.) as defined in IEC 60950 as per the latest
edition.
5 Ventilation and Thermal  The Rack should have ventilated front and rear doors to provide adequate airflow
Management required by the major server manufacturers.
 The Rack should have a maximum ventilation area for the front door & rear
doors.
 The Rack should provide the means to mount optional cooling accessories for
high- density.
 The manufacturer should provide blanking panel kit to prevent the Recirculation
of hot exhaust air.
 The manufacturer should provide air seal kit to seal all gaps to prevent
recirculation of hot air.
 The Manufacture should provide Brushed cable entry and exit cutouts to avoid
cold air leakage.
6 Cable Management  The manufacturer should supply 2 No cable management with detachable door in
the front (On R & L Side) for management of Vertical Cables. These Cable
Managers will have the Rigid Plastic Fingers in 1U Format to facilitate the cable
management. Inner Space in these cable managers should be provided with
combination of Fiber Management Spools and Metal Hoops.
 For Horizontal Cable Management Closed Type Cable Organizer to be provided
for management of Horizontal and power cables.
 For the Field Cables / In-Rack Cable Management, 2 No 100mm Cable baskets
made from 5mm thick wire should be provided for management of Vertical
Cables
7 Delivery & Installation Racks should be shipped in CKD and assembled at site as per project requirement.
8 Power Management 12 to 15 sockets of Indian standards ISI branded 5/15amps with 32amps capacity.
All internal looping of sockets to the mains to be done with bus bars for 100% safety

11.1.10 Core IP MPLS Routers 100 G

S. No. Parameter Minimum Requirement Specifications


1 Architecture Should be chassis based & modular architecture for scalability with Redundant Route
Processor, Power supply, Switching fabric
Router should be provided with 1+1 route processor, 1+1 or 1+N switch fabric and 1+1
or 1+N power supply redundancy

89 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Should have two free full width payload slots for future expansion.
All interfaces on the routers shall provide wire -rate throughput
The router shall support following type of interfaces – 100GE, 10GE, 1GE interfaces
The router 10 Gig interfaces for SR, LR& ZR are software configurable for
LANPHY/WANPHY mode.
The operating system of the router shall have a micro kernel-based architecture.
The modular operating system shall run all critical functions like various routing
protocol, forwarding plane and management functions in separate memory protected
modules.
Failure of one module shall not impact operations of rest of the OS. In service bug
patching should be available
The router along with respective line cards should be supplied with timing protocol
support such as 1588v 2 (with boundary clock as well as ordinary clock (master and
slave) and sync
Router should support two free slots for future expansion
Should be supplied with necessary power cards, data cables, connectors, CD’s, manuals,
bracket accessories, wire managers and other appropriate accessories
2 Performance Router shall support non-blocking capacity of 3.2 Tbps.
The router should have capability of minimum 4 million IPV4 routes and 2 Million IPV6
routes
Router should support Optimum flash and RAM capacity to achieve desired performance
The router should support minimum 2 million MAC address, minimum 128k Pseudo
wires.
Router should have 128k multi cast routes.
The router should support 32-way BGP load balancing and 32-way ECMP
Shall support online insertion and removal (OIR) that is non-disruptive in nature. Online
insertion and removal of one-line card shall not lead to ANY packet loss for traffic flowing
through other line cards for both unicast and multi cast traffic.
In case of a line card or Route Processor failure on the router; the multi cast and Unicast
routing, multi cast and Unicast distribution and multicast replication architecture of the
router shall ensure no impact & zero packet loss of multi cast video, audio & data traffic
running on rest of the line cards in the system
If any of the feature and functionality asked in the RFP is achieved using any service
module that should be quoted in 1+1 redundancy
3 Protocol Support Should have IPv4 Routing ,Border Gateway Protocol , Intermediate System-to-
Intermediate System [IS-IS], and Open Shortest Path First [OSPF]), Route Policy
Language (RPL), Hot Standby Router Protocol (HSRP)/ Virtual Router Redundancy
Protocol (VRRP), IPv6 Routing, and BGP Pre fix Independent Convergence ,GRE (Generic
Routing Encapsulation) Tunneling, Multi cast routing protocols IGM Pv1, v2 ,v3, PIM -SM
(RFC2362) and PIM- SSM,MSDP,IGMP v2 snooping,DHCPv6 and OSPFv3 for IPv6,6PE &
6VPE,MPLS Provider /Provider Edge functionality. MPLS VPN, MPLS MVPN (Multi cast
VPN), Carrier Supporting Carrier (CSC), DiffSe rv Tunnel Modes, MPLS TE (Fast re-route),
DiffSe rv- Aware TE, Inter-AS VPN, Resource Reservation Protocol (RSVP), VPLS, VPWS,
Ethernet over MPLS, CESo PSN and SAToP as per RFC 4553
Router shall support MPLS OAM, Ethernet OAM protocols - CFM (IEEE 802.1ag), Link
OAM (IEEE 802.3ah) and ITU Y.1731.
The routers shall support both L2 and L3 services on all interfaces
The Router should support Point to Point and Point to Multipoint LSP for Unicast and
Multicast traffic.
The router should support RFC 3107 of carrying Label Information in BGP-4.
Configuration Roll Back to recover the mis-configured router to last good configuration
4 QoS Features: Shall support the following:
Traffic Classification using various para meters like source physical interfaces, source
/destination IP subnet, protocol types (IP/TCP/UDP), source/destination ports, IP
Precedence, 802.1p, MPLS EXP, DSCP and by some well-known application types through
Application Recognition techniques.
Shall support Strict Priority Queuing or Low Latency Queuing to support real time
application like Vo ice and Video with minimum delay and jitter, Congestion
Management: WRED, Priority queuing, Class based weighted fair queuing
Shall support standards-based RSVP for voice & video call ad mission control.
Ability to configure hierarchical queues in hardware for IP QoS at the egress to the edge.
Minimum 128k egress and 128k ingress hardware queues per line card.
Platform must support nested hierarchical QOS policies. Router should have 4 level of
scheduling for HQOS.
5 Security Support Access Control List to filter traffic based on Source & Destination IP Subnet,
90 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Source & Destination Port, Protocol Type (IP, UDP, TCP, ICMP etc.) and Port Range etc.,
Time based ACL, AAA using radius or TACACS
The routers shall provide hardware accelerated feature. This feature shall be available for
all interfaces provisioned on the router with hardware acceleration.
Should Support MD-5 route authentication for RIP, OSPF and BGP, URPF, DHCP snooping,
control plane policing, SNMPv3 authentication, SSH v.2
6 Management Should have to support Out of band management through Console / external modem for
remote management
Event and System logging: Event and system history logging functions shall be available.
The Router shall generate system alarms on events. Facility to put selective logging of
events onto a separate hardware here the analysis of log shall be available.
The proposed routers should have capability to check quality of the video traffic
transiting through the router. The video monitoring function shall work on both IP and
MPLS enabled interfaces and it should be able to measure quality metrics such as delay,
jitter.
7 Interfaces The proposed router should have the following interfaces 110 X 10 Gig interfaces with SR
SFP+
8 Programmability The Router should support the following programmability features:
• The router should support Netconf interface for device configuration
• The router should support Openconfig or IETF based YANG models
• The solution should support the network configuration protocol (NETCONF) that
provides mechanisms to install, manipulate, and delete the configuration of network
devices
• The solution should support an Architecture for Network Management Using
NETCONF and YANG models
9 Certifications The Router should support Zero touch provisioning and auto configuration
through an orchestration solution.

11.1.11 Core Switch

S. No. Criteria Description


1 Availability and There should not be any single point of failure in the switch. All the main components
Redundancy like CPU module, switching fabric, support module, system clock, power supplies and
fans etc. should be in redundant configuration. Components, like modules/power
supplies/fan tray should be Hot Swappable
The switch should have redundant CPU's working in an active -active or active-standby
mode. There should not be any traffic disruption during the CPU fail-over/change-over
and the fail-over time should be less than 1 sec.
Must Have Redundancy for Power Supply, FA Ns and clocks to minimize unavailability
of switch. On line insertion and removal (OIR) support is must for modules, Power
supply and FAN.
Stateful Switchover to ensure that in case of failure of active CPU module the redundant
CPU should start switching L2/ L3 traffic in less than 1 sec (in case switch has
redundant CPU).
The switch must support Hitless software upgrades (ISSU) to reduce downtime during
software upgrade or downgrade.
The switch must support Fault isolation per process and process patching to enhance
the switch availability
2 Generic The proposed switch should have enough Memory (Flash and RAM) to hold the latest
Software Release. It should support all features of switch and para meters like MAC
Address Table, IP Routing Tables, VLANs etc.at their peak values as claimed in the Data
Sheets of the Switch.
The Switch should have a Truly Distributed Architecture. All Interface Modules should
have all the resources for switching and Routing and should offer True Local Switching
(Intra -Module and Inter-Module).
Version of software for supplied switch should be latest release with necessary licenses
to support all required features
IEEE 802.1D Bridging and Spanning Tree
IEEE 802.1p QoS/CoS
IEEE 802.1Q VLAN Tagging
IEEE 802.1w Rapid Spanning Tree
IEEE 802.1s Multiple Spanning Tree Protocol
91 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

IEEE 802.1A B Lin k Layer Discovery Protocol


IEEE 802.3ad Lin k Aggregation with LACP
IEEE 802.3x Flow Control
IEEE 802.3ab 1000BASE-T
IEEE 802.3z Gigabit Ethernet
IEEE 802.3ae 10 Gigabit Ethernet
IEEE 802.3ba 40 Gigabit Ethernet
RFC 2460 IPv6
RFC 2461 Neighbor Discovery for IPv6
RFC 2462 IPv6 Stateless Address Autoconfiguration
RFC 2463 ICMPv6
3 Layer 2 Should support Ingress/Egress Queuing.
features Should support QoS scheduling with queues supported in hardware
Should support up to 4 queues per port
Should support ACL based traffic classification
Should Support IGM P v1, v2, v3, IGMP Snooping
Switch should support 8K IGMP Group and scalable to 32K Group with/without Multi
chassis ether channel (MCEC) deployment.
Should support Industry Standard Port/Link Aggregation for All Ports. Also, Cross
Module Link aggregation should be supported
Jumbo Frames support up to 9K Bytes on Gigabit / 10 G Ports
Support for broadcast, multicast and unknown unicast storm control to prevent
degradation of switch performance from faulty end stations
Should support port, subnet based 802.1Q VLA Ns. The switch should support 4096
VLANS. The switch must support Private VLAN or equivalent.
The switch should support 160,000 no. of MAC addresses, 32 Nos. of link per Link
Aggregation Group and must support more than 128 nos. of Link Aggregation Group
per switch.
Switch must support leaf spine topology based on VXLAN
Switch must support multi chassis link aggregation feature and work with any
downstream switch, server from various vendors.
Switch must support IEEE 802.1BR (Bridge Port Extension) or equivalent technology
which in turn enable remote line card functionality to optimize cab ling inside the data
center.
The switch must support a minimum of 24 re mote line card and scale up to 32 re mote
line cards in future.
4 Layer 3 Should support routing protocol IP v4 - Static routing, OSPF v 2, EIGRP, BGPv 4, IS-IS
features and IP v6 - BGP, OSPF v 3. The switch must support Bidirectional Forwarding detection
on OSPF and BGP.
Switch must support IP v4 – HSRP/VRRP and IP v6 - HSRP v6/ VRRP v6. It must also
support DHCP Relay V4 and V6.
Switch should support VRF - Lite and VRF Route leaking functionality. The switch
should support up to 1000 VRF instances.
Should support minimum 64K Route entries for IPv4 and IPv6 routes. The switch must
support 64-way ECMP.
Switch must support virtualization features like VXLA N Gateway/Bridging and routing
functionality to support VMware hypervisor connectivity and also to normalize it for
VMware VM to bare metal server / VMware VM to other hypervisor VM
communication.
Switch must support NVGRE protocol to support Microsoft hypervisor connectivity and
also normalize it for Microsoft hypervisor VM to remote server / Microsoft hypervisor
VM to VMware Hypervisor VM communication.
Should support H/W based IPv4 and IPv6 Multicasting
Should support Protocol Independent Multicast - Sparse Mode and PIM - ASM for IPv4
and MSDP for IPv6. It should also support Any Cast Routing Protocol (Any cast RP).
Switch should support 8K Multicast route and scalable to 32K Route with/without
Multi chassis ether channel (MCEC) deployment.
5 Management Switch should be manageable through NMS on per port/switch basis with common
and Operation interface for all manageable devices on the network. Should Support SNMP, RMON/RM
ON-II, SSH, telnet, NETCONF/RESTCONF, web management through network
management software.
Should support port mirroring feature for monitoring network traffic of a particular
92 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

port/VLAN/group of ports/entire switch.


Switch should support Syslog, Power on Auto Provisioning, XML (Net Conf), SSH v.2,
Telnet, OOB Management port, Console Port.
should support Linux tools, Bash and Power Shell, Python Shell and XMPP Client
The switch should support configuration verification and roll-back.
The switch should support SNMP v1, v2c and V3
6 Programmability The switch should support the following programmability features:
• The router should support Netconf interface for device configuration
• The router should support Openconfig or IETF based YANG models
• The solution should support the network configuration protocol (NETCONF) that provides
mechanisms to install, manipulate, and delete the configuration of network devices
• The solution should support an Architecture for Network Management Using NETCONF
and YANG models
7 Performance & The Router should support Zero touch provisioning and auto configuration through an
Scalability orchestration solution.
The total aggregate switching capacity shall be 3 Tbps or more
The Switch should support non-blocking Layer 2 switching and Layer 3 routing.
The Backplane should be 100% Passive. Preferably bac k plane free design to optimize
the airflow and power consumption.
The switch must support minimum of 192-line rate non-blocking ports of 1/ 10G SFP+
or 1/10G - T on a single chassis.
The switch must support a minimum of 140 nos. of 40 G QSFP ports in same chassis
The switch must support 100 Gig line cards at the time of bid submission.
8 ports 40 Gig QSFP, 48 ports 1/10G Fiber module with transceivers (shortrange) and
48 ports 1/10 G - T module.
8 Security Should support Standard and Extended ACLs
Should support various type of ACLs like MAC Based, Port based, VLAN Based and
routed ACLs.
Should support integrated security features like DHCP snooping with option-82, Dyna
mic Arp Inspection, IP Source guard and uRPF (unicast Reverse path forwarding)
Should Support MAC Address Filtering have based on source and destination address
Should support AAA, with CHA P, PAP, MS-CHAP and MS-CHAP v2. It must support
LDAP, RADIUS and TACACS+ protocol as well.
The switch must support Role Based access control (RBA C) for L1, L2 and
L3/Administrators.
The switch should support control plane policing to filter the unwanted traffic to fill up
the CPU queues. The switch should support user configurable Control Plane Policing
(CoPP)
The switch should support up to 16K ingress ACLs and up to 54K egress ACLs. It should
support Security and QOS ACL's.
9 Power Redundant power supplies operating at 210-240v AC
Operating temperature -40 to 65 Centigrade
10 Interfaces The proposed Switch should be populated with following interfaces:
144 x 10 G interfaces with appropriate SFP+ loaded

11.1.12 Automation & Orchestration platform

Sr. No. Minimum Requirement Description


1 The Orchestrator should have capabilities to support device configuration discovery and take into account
existing configurations within the device before submitting new configurations onto the device.
2 The Orchestrator should have a built-in repository for all configuration information.
3 This repository should be kept in sync with the actual network device configuration.
4 The Orchestrator should support audit and reconciliation functionalities
5 The Orchestrator should provide the logical relationships between the service instances with the actual device
configuration to help in device and service trouble shooting reOrchestrator.
6 The Orchestrator should provide for both Web and CLI based interfaces for Network engineers
7 Both the web and CLI based interfaces should go through appropriate validation mechanisms before any
configurations are sent down to the network
8 The Orchestrator should support creation of validation rules that ensure that all configurations created either
through CLI or web interface are validated according to configured network policies and configuration database
integrity

93 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

9 The Orchestrator should provide capabilities rollback configurations using a single command.
10 All changes sent to the network should be atomic / granular in nature to ensure that either all changes take
place or none so that transactional integrity is maintained.
11 For the downstream network the Orchestrator should support the following protocols but not limited to:
CLI, REST, NETCONF, YANG
12 The Orchestrator should have the capabilities of modeling network service definitions.
13 Based on the incoming service request, the Orchestrator should compute the specific configuration changes
required for each device in the network and deploy the configurations onto the devices.
14 Orchestrator should have mechanisms for creating, modifying and deleting services
15 The Orchestrator should have capabilities to map the service level operations to device configuration changes
and deploy the updated device configurations
16 Service definitions should be defined in an industry standard modeling language such as YANG based on open
config or IETF
17 The Orchestrator should have capabilities to create templates that define how the service parameters are
mapped to the device configuration parameters.
18 The Orchestrator should have capabilities to support distributed transactions so that the updated device
configurations are completed in a fail-safe mode.
19 The Orchestrator should also be able to integrate with upstream management systems
20 The Orchestrator should be able to do scheduled configuration audits against golden templates or best practices
and publish the detailed reports.
21 Communicates with other SDN applications and systems to gather current network topology and operational
state orchestrates configuration and deployment of Layer 3 VPNs, Layer 2 VPNs (PWE, VPLS, E-VPN), QoS
configuration
22 Support for RFC6241 NETCONF protocol for NE configuration
23 Support for software extensions for Southbound Interface to enable communication with third-party network
devices
24 Support for YANG based models for NE configuration
25 The proposed Orchestrator should be able to support multiple technologies/vendors and provide a single
consistent abstraction across the network.
26 The configuration module shall support recover back feature in case all the components involved in
configuration are not able to be configured due to any reason
27 It shall be possible to create new service orders from CRM system using REST interface
28 It shall be possible to discover all the existing services including all the service parameters from the network.
29 It shall be possible to discover the changes done through CLI during emergency activities and incorporate in the
database.
30 It shall be possible to achieve the end goal of point and click provisioning for all types of services on the existing
network having multiple IGP domains and areas.
31 The Orchestrator should manage device configurations in a transactional mechanism
32 Shall support configuring QoS policies on service endpoints (interfaces and sub interfaces)
33 Shall support parameterized templates of most commonly used QoS policies
34 Shall expose a REST/RESTCONF API for external OSS/BSS applications
35 It shall be possible to retrieve information about existing services (all, by service ID, by customer) using REST
interface
36 Orchestrator should support NACM RFC 6536 for config access and control functionality
37 When an activation/deactivation request (if any) fails to complete /or is cancelled in any of the network
elements, the Orchestrator shall rollback any of the sub set of operations that were successfully completed. This
shall ensure that the network is not left in an undetermined state.
38 Same Orchestrator should be able to support Virtual network functions as well as physical network function

11.1.13 DHCP, DNS & IPAM

Sr. No. Minimum Requirement Description


1 All appliance(s) must support two or more network interfaces that are separate from any dedicated out-of-
band management interfaces
2 All network interfaces of the service appliance(s) must provide support for link speeds of 1000 Mbps using
Copper cabling.
3 Appliance(s) must provide integrated support for high availability configurations without the requirement
for licensing of additional third -software components
4 Appliances must support forwarding/redirection of logs to a defined syslog host as well as full console
access and download capabilities of locally stored logs
5 Appliances should support monitoring using SNMPv2 and/or SNMPv3
6 All appliances must fully support IPv4 and IPv6 for operation and services
94 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

7 All appliances should support NTP time synchronization (client-mode) to multiple servers.
8 The solution should expose full functionality of all solution components (i.e. appliances) through a CLI or an
equivalent scripting interface (i.e. allow for manipulation of appliance configurations, allow for
import/export of data, etc.). Please provide details on any equivalent interface.
9 All appliances should have power supplies that support 110v and 220v
10 Appliances should integrate with multiple pass-through authentication options including RADIUS, LDAP,
Active Directory, and TACACS+
11 Communication between the various system components should be encrypted using a secure method of
communication
12 Encryption should support the use of industry standard Certificate Authorities (CAs) for the management
web interface
13 Please provide a list of currently known issues for the latest stable version of the solution. Include the
estimated time for the issues to be fixed.
14 Provide the solution's roadmap. New features, fixes, modifications, improvements.
DNS Specific Requirements
1 The solution should support Caching DNS only
2 DNSSEC functionality should be managed through the same user web interface session as DNS/DHCP
3 Authenticated zone transfers should use TSIG
4 The DNS system should provide an integrated and configurable firewall, without the requirement for
additional licensing
5 Should support full DNS query logging capability leveraging the system's syslog capabilities.
6 Should support live DNS traffic monitoring capability. Please indicate mechanisms by which this can be
accomplished.
7 Each DNS appliance should be capable of supporting at least 15,000 queries per second
8 The DNS system should support High Availability failover for master servers.
9 The DNS system should support a master stealth server with multiple secondary servers behind a load
balancer for both performance as well as redundancy of the system (or as per suggested architecture)
10 The solution must support zone transfers to ISC/BIND and Microsoft DNS servers.
11 DNS system should support query rate limiting
12 The solution should provide the ability to configure DNS appliances as recursive caching servers, with no
authoritative/non-authoritative zones defined.
DHCP Specific Requirements
1 The DHCP appliance(s) should be able to push hostnames to the IPAM database as well as DNS servers or
describe the mechanism by which such dynamic records are kept fully in sync between DHCP/DNS/IPAM.
2 The ability to synchronize hostnames to the database/DNS servers should be selectable as certain subnets
should not be allowed to synchronize hostnames.
3 Each DHCP appliance should support at least 500 requests per second with the capability of clustering to
increase performance.
4 The DHCP system should support redundancy. Active-Active or Active-Standby
5 The DHCP appliance(s) should support multiple MAC pools
6 The DHCP appliance(s) should provide support for MAC address exclusions
IPAM Specific Requirements
1 The solution must be able to centrally manage, configure, administer, control, and deploy the DNS and DHCP
components within the enterprise (includes adding/removing/modifying zones, scopes, DNS records, etc.)
2 It should be possible to manage Microsoft DNS servers through the IPAM user interface.
3 Any changes to Microsoft DNS (i.e. as part of an Active Directory system) should be reflected in the IPAM
system.
4 IPAM user interface must be web-based without specific browser vendor requirements
5 The IPAM system should support High Availability failover
6 The IPAM system should support 500,000 defined objects. (Specify any license pricing for growth.)
7 The IPAM system should support at minimum 25 concurrent administration sessions (WebGUI).
8 The IPAM system should provide support for user level authentication
9 The IPAM system should provide import/export to flat files
10 The IPAM system should provide the ability to backup and restore the DNS and DHCP appliance
configuration
11 The IPAM system should support delegated administration of particular zones or domains to defined
administrators
12 The IPAM system should support granular rights administration limiting the function and rights to user and
record level
13 The IPAM system should provide read-only admin support for defined domains and zones
14 The IPAM system should support automatic creation and update of reverse/PTR zones and records.
15 The solution should provide the ability to display, and search objects based on user-created custom fields

95 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

16 The solution should have the ability to alert users when creating A or CNAME records with a Fully Qualified
Domain Name (FQDN) that already exists with a different IP address (i.e. avoid creating an FQDN that round
robins without intending to).
17 The IPAM system should support VLSM (Variable Length Subnet Masks)
18 The IPAM system should support CIDR (Classless Inter-domain routing)
19 The IPAM appliance should provide the ability to backup and restore the appliance configuration
20 The IPAM solution should be able to export reports in PDF format and raw data in flat file text format (i.e.
plain text, CSV or delimited ASCII)
21 The solution should have support for workflow process for various administrator roles and should include a
change approval oversight capability.
22 The IPAM system should keep track of any and all changes to the system, including record changes.
23 The audit records should contain a timestamp, username and record modified.
24 Reporting engine should include audit reports.
25 Access to audit records should be a configurable administrative role.
26 Audit reports should support customizable parameters such as time range, object, subnet, dns zone, dhcp
scope, administrator or administrative group.
27 Solution should provide API access to the database for customs scripting and manipulation of data. Please
provide details.
RFC Support Requirements
1 The solution must support IPv6 Address Assignment (RFC 6177)
2 DNS servers must support EDNS0 (Extended DNS) (RFC 2671)
3 Must support DHCP Options and BOOTP Vendor Extensions (RFC 2132)
4 Must support DNS Update (RFC 2136)
5 Must support DNS SRV (RFC 2782)
6 Must support the Dynamic Host Configuration Protocol (DHCP) Client Fully Qualified Domain Name (FQDN)
Option (RFC 4702)

11.1.14 AAA SERVER

S. No. Minimum Technical Specifications


1 The AAA Server should provide authentication services to all the users connecting to the network, should
enforce security policies on the end stations.
2 The AAA Server should offer centralized command and control for all user authentication, authorization, and
accounting from a Web- based, graphical interface, and distribute those controls to hundreds or thousands of
access gateways in the network.
3 The AAA Server should provide the manageability and administration of user access for routers, switches,
VPNs, firewalls, storage, content, wireless solutions, and switches using IEEE 802.1x access control.
4 Should Support Lightweight Directory Access Protocol (LDAP)
5 Policy decision point for Policy Control deployments.
6 Using policies that are configured credentials must be evaluated to determine the state of the host and send
the AAA client ACLs that are appropriate to the host state.
7 Policies should be evaluated locally by AAA Server or can be the result returned from an external policy server
8 Protocol
9 Flexible 802.1X authentication type support, including Extensible Authentication Protocol, Protected EAP
(PEAP), LEAP, EAP-Flexible Authentication, Transport Layer Security (EAP-TLS), via Secure Tunneling (EAP-
FAST), and EAP-Message Digest Algorithm 5 (EAP-MD5)
10 Security features
11 Downloadable access control lists for any Layer 3 device, including Routers, Firewalls, and VPNs
12 Restrictions such as time of day and day of week, as well as user and device group profiles.
13 Device command set authorization
14 Network access restrictions
15 User and administrative access reporting
16 Restrictions such as time of day and day of week
17 Other Features
18 Lightweight Directory Access Protocol (LDAP) authentication forwarding support for authentication of user
profiles stored in directories from leading directory vendors, including Sun, Novell, and Microsoft.
19 The AAA Server should be able to support large networked environments with support for redundant servers,
remote databases, and user database backup services
20 Windows Active Directory support to consolidate Windows username and password management and uses
the Windows Performance Monitor for real-time statistics viewing
21 Different access levels for each AAA Server administrator and the ability to group network devices- enable
easier control and maximum flexibility to facilitate enforcement and changes of security policy administration
96 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

over all the devices in a network.


22 The AAA Server should have a Web-based user interface to simplify and distribute configuration for user
profiles, group profiles.
23 The proposed AAA Server should be used across virtually any network access server from the same vendor.
24 Tight coupling with Routers and VPN solutions to provide features such as Multi chassis Multilink Point-to-
Point Protocol (PPP) and Router/Switch Software command authorization.
25 The AAA Server should offer token server support for any One-Time Password vendor that provides an RFC-
compliant RADIUS interface (such as RSA/Secure Computing)
26 It should also provide dynamic quotas for time-of- day, network use, number of logged sessions, and day-of-
week access restrictions.

11.1.15 Firewall

S. No. Technical Specifications required


1 Firewall
1.1 The FW should integrate with multiple full-featured, high-performance security services, including
application-aware firewall, SSL (Only Support is required, SSL is not required from day 1) and IPsec
VPN, IPS with Global Correlation.
1.2 The FW should have innovative extensible multi-processor design and software architecture that
enables to easily install additional high-performance security services
1.3 The FW should support a comprehensive command line interface (CLI), verbose syslog, and Simple
Network Management Protocol (SNMP).
1.4 Should have a throughput of minimum 40gbps firewall throughput, 13Gbps of Application Inspection
and 4 Gbps of VON throughput
1.5 Minimum concurrent sessions 9,500,000
1.6 New connections per second 325,000, 1000 VLANS and 100 Virtual fire walls
1.7 Interfaces 6-port 10/100/1000, 4-port 10 Gigabit Ethernet SR
1.8 Should support Active/Active and Active/Standby Failover
1.9 Firewall and VPN Active/Standby failover services should be supported without any additional
licenses
1. 10 Should have redundant power supply
1. 11 Should have 2 USB 2.0 ports
1. 12 The device should have a dedicated console port
1. 13 Should support integrated IP sec and Client and Clientless SSL VPN
1. 14 Should support at least 5,000 VPN
1. 15 Should support Ether channel/Port aggregation with Each channel group supporting up to eight
active interfaces. Should support up to 16 interfaces in a channel group.
1. 16 Should support Botnet Filter
1. 17 Should support checking of incoming and outgoing connections against a dynamic database of
known bad domain names and IP addresses, and then logs any suspicious activity.
1. 18 Should support Routed and Transparent mode
1. 19 Firewall should support Web based (HTTP and HTTPS) configuration, and management
1. 20 Firewall should support Command Line Interface using console, Telnet and SSH
1. 21 Should be managed using a centralized management system
1. 22 Should support Syslog server logging
1. 23 Should support stateful inspection capabilities enable deep packet inspection for services that embed
IP addressing information in the user data packet or that open secondary channels on dynamically
assigned ports
1. 24 Should support full-featured stateful inspection fire wall with enhanced application inspection
capabilities. Basic application inspection support for all major protocols. Enhanced inspection for
HTTP, FTP, Instant Messenger, File Sharing, SIP, H.323, SCCP, SMTP, ESMPT, DNS, RPC, CIFS, M SRPC,
and NETBIOS. With the enhanced application inspection features, it should be possible to exercise a
great deal of control over the behavior of network communications using those protocols. For
example, with SIP inspection, you can utilize regular expressions (REGEX) to deny SIP-based VOIP
communications with certain addresses or countries.
1. 25 The FW should support Modular Policy Frame work which provides a powerful, highly flexible frame
work for defining flow- or c lass-based policies, enabling administrators to identify a network flow or
class based on different conditions, and then apply a set of customizable services to each flow or c lass
1. 26 The FW should deliver per-flow, policy-based QoS services, with support for LLQ and Traffic Policing
for prioritizing latency-sensitive network traffic and limiting bandwidth usage of administrator-
specified applications

97 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

1. 27 The FW should support site-to-site VPN as well as Re mote access VPN on the same appliance
1. 28 Should support inspection of IPv6 traffic based on the extension header
1. 29 IPv6-enabled inspection services for applications based on HTTP, FTP, SMTP, ICMP, TCP, and UDP.
In addition, SSHv2, Telnet, HTTP and HTTPS, and ICMP-based management over IPv6
1. 30 support for network monitoring using SNMP Versions 1, 2c, and 3, and supports the use of all three
versions simultaneously.
1. 31 Should support notification through email
1. 32 Firewall should support Stateful Failover of Firewall and VPN Sessions
1. 33 The Firewall must have support for virtual fire walls and include at least 2 virtual firewalls without
any additional license costs
1. 34 Should be able to protect “ARP spoofing” attacks at layer 2 by ARP inspection to prevent malicious
users from impersonating other hosts
1. 35 The Firewall should be RFC 1918 compatible with support for Static & Dynamic Network Address
Translation and also Port Address Translation
1. 36 There must be support for bi-directional NAT
1. 37 The Firewall should have support for cut-through proxy and user authentication
1. 38 Should support creation of policies based on user identity.
1. 39 The appliance should get user information from an external agent so that there is no compromise in
performance
2 VPN Features
2.1 The device should support IPSEC/IKEv2 for re mote VPN access
2.2 The security appliance supports the following encryption standards for ESP: DES, 3DES, AES -128,
AES-192, A ES-256
2.3 The security appliance supports the following hashing algorithms: M D5, SHA
2.4 Supports the use of SHA-2 compliant signature algorithm to authenticate SSL VPN connections that use
digital certificates. Support for SHA-2 includes all three hash sizes: SHA-256, SHA-384, and SHA-512
2.5 It should support IPSec VPN solution that is compliant with the following RFC: RFC 2408 - Internet
Security Association and Key Management Protocol (ISAKM P) RFC 2409 - The Internet Key
Exchange (IKE) RFC 2412 - The OAKLEY Key Determination Protocol. Minimum 100 licenses shall be
provided
2.6 Should support Perfect forward secrecy using Diffie -Hellman (DH) groups 1,2,5 and 7
The Device should preserve the TOS bits as per RFC 2401. TOS bits in the original IP header should be
2.7 copied to the IP header of the encrypted packet so that QoS policies can be enforced after encryption
Should support Endpoint Assessment that examines the re mote computer for a large collection of
2.8 antivirus and antispyware applications, associated definitions updates, and fire walls
On Windows, Mac OS X, and Linux desktops, Advanced Endpoint Assessment should be able to
2.9 initiate re mediation of various aspects of antivirus, antispyware and personal firewall protection if
that software allows a separate application to initiate remediation
2. 10 For Windows Mobile Devices, should have capability to write Lua expressions in Dyna mic Access
Policies (DAPs) to perform posture checks on those attributes unique to mobile devices
2. 11 Should support VPN from variety of endpoints like desktops, tablets and smartphones on the same
appliance
2. 12 Should support Start Before Login (SBL) feature which allows a VPN connection to be established
prior to machine login. This functionality allows for native Windows functionality such as AD group
policies, drive mapping and login scripts to be provided for VPN users
2. 13 Should support split tunneling
2. 14 The SSL VPN client should auto detect whether it can use DTLS or TLS
2. 15 Should support Smart tunneling which allows Microsoft Windows users access to TCP applications
without the prerequisite of administrative rights and allows VPN administrators to grant only
approved applications access to internal resources
2. 16 The secure appliance should support advanced transformation capability that helps ensure
compatibility with Web pages containing complex content, including HTM L, Java, ActiveX, JavaScript,
and Flash. In addition, should provide filtering of ActiveX and Java applets to prevent downloads of
malware
2. 17 The device should detect Key Logger applications and prevent user access
3 IPS Features
3.1 Inspect encapsulated traffic include:
3.2 • GRE
3.3 • MPLS
3.4 • 802.1q,
3.5 • IPv4 in IPv4

98 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

3.6 • IPv4 in IPv6


3.7 • Q-in-Q double VLAN
3.8 Concurrent Threat Mitigation Throughput (Mbps) (Firewall + IPS Services) should be 2gbps
3.9 IPS can be deployed inline in the traffic path or in promiscuous mode
3. 10 Identify the source of denial of service (DoS), distributed denial of service (DDoS), SYN flood, and
encrypted attacks
3. 11 Use patented anti-evasion technology to defend and monitor against worms, viruses, Trojans,
reconnaissance, spyware, botnets, phishing, peer to peer, malware as well as numerous evasions
techniques.
3. 12 Should be able to correctly track TCP sessions in complex network configurations

11.1.16 OSS/BSS

OSS:

Requirement Description
Order Management Proposed Order Management system should manage the entire order delivery process
including automated and manual tasks for simple and complex service delivery orders.
Proposed Order Management system should deliver service orders accurately within the
indicated timelines meeting strategic KPI's and ensuring overall customer satisfaction.
Proposed Order Management system should ensure reduction of manual tasks and order
fallouts thereby increasing operational efficiency and decreasing operational expenses.
Proposed Order Management system should support Sales and Order process of operator.
Proposed Order Management system should offer Unified service fulfillment and
orchestration spanning across any business
Proposed Order Management system should Integrates with the Business Layer (BSS/COM)
and Resource Layer for Service orchestration and delivery.
Proposed Order Management system should be Vendor agnostic and can be used to deliver
services on any vendor network.
Proposed Order Management system should be scalable and supports Active-Active High
availability model.
Proposed Order Management system should Support on-premise and private cloud
installations.
Proposed Order Management system should support Oracle and Postgre SQL databases.
Proposed Order Management system should integrates with CRM, Billing, logistics,
inventory and workforce management systems to manage E2E service orchestration.
Proposed Order Management system should be Service Catalog driven.
Proposed Order Management system should value add for different stakeholders
Proposed Order Management system should manage order fallouts by creating manual
fallout tickets/tasks.
Proposed Order Management system should raise Jeopardy notifications in case of any delay
or potential delay in closing the work item/tasks which could risk or delay the overall order.
Service Catalog Proposed Service Catalog system should reduce overall design and delivery time and cost
which can assist in launching new products quickly.
Proposed Service Catalog system should enable more products/services rollout to increase
revenue.
Proposed Service Catalog system should add flexibility with centralized product and
technical definitions thereby simplifying overall OSS architecture.
Proposed Service Catalog system should significantly reduce hardcoded
workflows/business logics in service orchestration and provisioning.
Proposed Service Catalog system should Manage the service decomposition and delivery
rules.
Proposed Service Catalog system should support Design, Sales and Order process of
operator.
Proposed Service Catalog system should be different from Product Catalog as It manages
Deliverable product and their technical decomposition. It can also manage information
about all network capabilities/functions that can be used to create decomposition plan
quickly.
Proposed Service Catalog system should offer re-usable delivery and technical items which
can be used by more than one commercial sellable product/services.
Proposed Catalog Driven Fulfillment should extend Catalog use to order management
delivery process enabling:
99 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Proposed Service Catalog system should ensure:

Proposed Service Catalog system should come pre-integrated with Order Management
Proposed Service Catalog system should be scalable and supports Active-Active High
availability model.
Proposed Service Catalog system should Support on-premise and private cloud installations.
Proposed Service Catalog system should Store the deliverable technical details of products
in a central place – not separately in each sales system / channel
Proposed Service Catalog system should implement the industry standards of modelling
services
Proposed Service Catalog system should contain a hierarchical model of Products, Services
and Resources
Proposed Service Catalog system should be a scalable service and delivery Catalog storing
the product structure and delivery rules – products can be exposed/published to any sales
systems and channels
Proposed Service Catalog system should offer import of Provisioning & Activation NEI SDK
XML which loads network functions/tasks quickly in Catalog and can be used to tailor
service delivery quickly
Provisioning & Activation Proposed Provisioning and Activation system should bridge the gap between customer
facing systems and networks
Proposed Provisioning and Activation system should Control and automate network and
service activations towards any underlying network and service platforms
Proposed Provisioning and Activation system should help in Consolidating provisioning
silos into one convergent platform
Proposed Provisioning and Activation system should Maximize network resources
utilization with efficient activation
Proposed Provisioning and Activation system should help in Provisioning different business
needs: mobile, broadband, fixed and IP services
Proposed Provisioning and Activation system should offer Library of off-the-shelf interfaces
towards the network to allow introducing new services rapidly.
Proposed Provisioning and Activation system should offer Extensive monitoring dashboard.
Proposed Provisioning and Activation system should be scalable and supports Active-Active
High availability model.
Proposed Provisioning and Activation system should Support on-premise and private cloud
installations.
Proposed Provisioning and Activation system should support Oracle and Postgre SQL
databases.
Proposed Provisioning and Activation System Network Element Interface Software
Development Kit (NEI SDK) should enable in-house development of new southbound
interface:
Service & Resource Proposed Service & Resource Inventory system should maintain accurate information on
Inventory(SRI) infrastructure, services and subscribers
Proposed Service & Resource Inventory system should expose information to the processes
and systems that need it.
Proposed Service & Resource Inventory system should not store or master all the
information, but it must be able to retrieve it in a timely manner.
Proposed Service & Resource Inventory system should be able to

Proposed Service & Resource Inventory system should Provide Information during
following operator processes

Proposed Service & Resource Inventory system should also act as a federated inventory
when its not possible to master all information in a single inventory and remain in
distributed systems but can be accessed and aggregated by a federated inventory.
Proposed Service & Resource Inventory system should store and manage following
information
Proposed Service & Resource Inventory system should Expose information to external
systems
Proposed Service & Resource Inventory system should be able to compare inventory with
network
Proposed Service & Resource Inventory system should federate with other inventories
Proposed Service & Resource Inventory System Data Model should consists of

100 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Proposed Service & Resource Inventory system GUI should offer

Proposed Service & Resource Inventory system should offer customizable “actions” as low-
level process tasks that can be executed by a higher level process flow through the action
API
Proposed Service & Resource Inventory system should be pre-integrated with proposed
Catalog driven Order Management
Alarm Management General Alarm Management (AM) System Requirements
The OSS AM solution shall collect alarms from any other systems that are within the scope
of the organization
AM solution shall be capable of collecting alarms from all other supporting systems, tools
and servers supporting operational activities for the Organization's network.
The OSS AM System shall be capable of providing the single alarm surveillance point for the
full Organization's network and systems, including the supporting systems, tools and
servers.
The OSS AM System shall be able to export system configuration, user configuration,
view/filter, etc. configuration data to suitable flat files.
The purpose of the export is to allow for the management (configuration management) of
the configured data, and for the future import into the OSS AM System as required.
The OSS AM System shall be able to import system configuration, user configuration,
view/filter, etc. configuration data files.
It shall be possible to perform Configuration Management on the various configuration data,
either within the OSS AM System itself or using external third-party tools such as Git or SVN,
etc.
Alarm Collection
The OSS AM System shall be capable of collecting alarms from any and all Organization's
equipment/systems that can have a direct or indirect impact on the operation of the
network and supported services.
The OSS AM System shall support REST API/Webservices based northbound interface
The OSS AM System shall be able to detect when the connection to an alarm source
(NMS/EMS/NE) has been lost and raise a suitable alarm within the OSS AM System.
When the connection to an alarm source has been restored, the OSS AM System shall be able
to (automatically) initiate a resynchronization and refresh of the current alarm status and
alarm history.
The OSS AM System shall be able to support a manual re-sync of alarms from the selected
NMS/EMS/NE.
Losses in connection between the OSS AM System and the alarm source should not result in
the loss of alarm data when communications is restored.
The OSS AM System shall be able to support a redundant alarm feed from a single source for
the purposes of redundancy. Switching between the primary and redundant source should
not result in the loss of alarms, nor the duplication of alarms.
It shall be possible to configure alarm discard rules early in the alarm collection chain (i.e.
closest to the point where the alarm was received by the AM System).
It shall be possible to re-read or update the alarm collection configuration without shutting
down the alarm collection device, and without the loss of alarm data.
During periods of high alarm flows (alarm storms) the OSS AM System shall be able to
temporarily buffer or queue alarms so as to ensure no loss of alarms.
The total collection/processing delay of the alarm collection chain shall not exceed 30
seconds under the fully rated alarm load conditions.
Note that the fully rated alarm load conditions shall be defined based on the expected
average alarm rate of the NMS/EMS/NEs.
The total collection/processing delay of the alarm collection chain shall not exceed 60
seconds under an alarm storm condition.
All original alarm data collected from the alarm source shall be retained and available for
viewing in the alarm within the OSS AM System.
The collected alarm data shall retain the original NMS/EMS/NE timestamp, and shall
include an OSS AM System time stamp.
It shall be possible to enrich the alarm as part of the collection processing with external,
additional information or alarm code translation details.
The OSS AM System shall be able to support heartbeat notifications from EMS/NMS systems
101 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

that support this fuction. The AM System shall be able to raise suitable synthetic alerts
should the heartbeat notifications fail.
Alarm Processing
The OSS AM system shall support a common format for alarms in all its internal data stores
and in operator displays.
The OSS AM System alarm model shall be consistent with the OSS Inventory model.
The OSS AM System shall be able to support alarm de-duplication - which is defined as the
aggregation of alarms from the same source, with the same type, into a single alarm instance
with an alarm count.
The OSS AM System shall be able to support automatic alarm problem/clear matching, by
which an existing problem alarm can be negated/cleared by an occurrence of the related
clear alarm.
This functionality shall not be dependent on inventory instance data being available.
The OSS AM System shall be capable of defining an alarm expiry time, per equipment/alarm
type, so that an alarm can be automatically cleared as required.
The OSS AM System shall support the manual clearing of alarms.
The OSS AM System shall be able to handle *flapping* alarms in a configurable manner
suitable for the Organization's operational requirements.
Flapping alarms are alarms that repetitively occur and clear multiple times in a row.
Note that by default, flapping alarms are subjected to de-duplication processing as part of
normal processing, which results in a single alarm with flapping count.
The OSS AM system shall be able to list and classify alarms based on the alarm attributes
and internal processing rules built within the system (there shall be no dependency on
inventory instance data).
The OSS AM System shall be able to execute actions, alarm updates, query/processing
functions based on:
- scheduled execution times
- tigers from incoming alarms and the alarm data
The OSS AM system shall have capability to suppress alarms, for example due to planned
events under management in the OSS FM Change Management work flow.
The alarm suppression is driven off alarm data and/or data enriched within the alarm(s).
The OSS AM System shall be able to define configurable threshold crossing alerts, such as
alarm occurrences per time period, which can trigger actions, alarm updates, or
query/processing functions.
The OSS AM System shall be able to generate/insert new synthetic alarms. The synthetic
alarm data is based on configurable conditions or incoming alarm data.
The OSS AM System and its associated modules shall be able to monitor its current status
and health, generating alarms as required.
As part of the alarm processing, the OSS AM System shall be able to configurable discard
alarms which are deemed not relevant for alarm handling.
Alarm Display Management
The OSS AM System shall support a fully functional web based alarm management client,
supporting all operations possible on the solution such as data entry,
management/operation, viewing, reporting and solution configuration.
The OSS AM System shall be able to control what actions an operator is able to perform on
alarm based on:
- The individual user and/or the users grouping and roles
- The individual NE instance
- The NE type classification and/or grouping
- Any alarm field data (either original alarm data or enriched alarm data)
The OSS AM System shall be able to control what equipment and what alarms an operator is
able to see. The visibility shall be controllable based on:
- The individual user and/or the users grouping and roles
- The data associated with individual alarms
The OSS AM System shall provide different alarm management views for users, based on the
user identity and role or operational group. The views shall be configurable, and include:
- Alarm List Views
- Network Topology Views
- Network Geographical Views
- Alarm Aggregate Views (summary alarm reporting views, including various alarm
histograms, lava lamps, graphs, gauges, widgets, etc.)
Alarm management views shall be navigable with hierarchies, allowing users to drill down
to additional, more detailed sub views.
102 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The OSS AM System shall support the navigation from an alarm management View to
related information in external/other OSS systems. Such navigation should at a minimum
include the following features:
- Able to navigate from an alarm to any associated Incident or Problem management ticket
in the OSS FM System
- Able to navigate from an alarm to the associated NMS/EMS system (with a suitable context
related view - if supported by the underlying NMS/EMS system)
- Able to navigate from a performance related threshold crossing alarm to the associated
performance management system (with a suitable context related view - if supported by the
underlying performance management system)
- Able to navigate from an alarm to a related OSS Inventory or CMDB view of the related
device from which the alarm originated
The OSS AM System shall support users accessing the system from smartphone/tablet
systems. Features shall include:
- Support for IOS/Android phone and tablet devices
- Shall allow the full functionality as supported on the standard web based interface
- Shall support customized views suitable for viewing on the phone and table interfaces
(limited screen sizes, resolutions)
The OSS AM System shall be able to perform over-riding filtering of alarms (based on alarm
data) for different individual users, and users based on their role or operational group.
The intent of this requirement is to enforce security around the visibility and manageability
of alarms.
The OSS AM System shall be able to keep track of changes made to individual alarms, either
by the operational users, or by the OSS AM System when updating or changing the data or
state of an alarm.
The level and changes tracked shall be configurable.
The Alarm List View shall provide tools to support the management of alarms. These shall
include tools relating to:
- Supporting the navigation from an alarm to a context sensitive related NMS/EMS user
interface
- Supporting the navigation from an alarm to a related ticket in the OSS FM System
- Supporting RCA processing
- Supporting SIA processing
- Supporting the navigation from an alarm to related alarm history data
- Other TBD
The OSS AM System shall archive alarms in a historical alarm database.
The alarm information recorded in the historical alarm database shall be configurable.
The OSS AM System shall expose the historical alarm database for use by the common OSS
reporting tool.
The OSS AM System shall allow an operator to append and view notes associated with an
alarm
The OSS AM System shall allow an operator to append notes to a group of alarms through a
single note appending action.
The OSS AM System user interface shall be accessible by NOC operations staff. It shall be the
main, common, surveillance alarm monitoring view for operational teams in Organization's.
The OSS AM System user interface shall be accessible by the NOD operations staff. It shall be
the main, common, surveillance alarm monitoring view for operational teams in
Organization's.
The OSS AM System shall provide an "active egg timer" type indication while performing a
user initiated action.
The OSS AM System shall be able to display an alarm within 30 seconds of it becoming
available within the OSS AM System main database.
Note that typically this results in the time between an alarm becoming available in the NMS
NBI and being visible to an operator of around 60 seconds, given the requirement on the
alarm collection chain to be able to retrieve/process alarms within 30 seconds.
Alarm List Views
The OSS AM System shall support Alarm List Views, which are color coded, sortable rows of
alarms.
Alarm List Views shall allow users to define and store their own filter configurations which
control visibility of alarms displayed in the List Views
The List View Filter configurations shall be definable in a GUI
Once a filter has been defined and stored, the user shall be able to apply the filter by
selecting from a dropdown box or similar

103 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Alarm List Views shall allow users to define and store different configurations of the alarm
data fields that are to be displayed in the List View - these are termed Data Views.
Data View configurations shall be definable in a GUI
Once a Data View has been defined and stored, the user can apply the Data View by selecting
from a dropdown box or similar
List Views shall allow users to launch a tool from an alarm in the Alarm List
The Alarm List tools shall support:
- Execution of a script or program, utilizing data stored within the selected alarm, with
execution occurring on either the alarm server machine or the end users machine
- Performing a Ping/Telenet type action, utilizing data stored within the selected alarm
- Launching to a selected URL or link utilizing data stored within the selected alarm
- Executing an action or update on the alarm or alarms within the solution database
The Alarm List shall support resizing of alarm field display columns, and sorting of alarm
data based on selected fields
The Alarm List shall support the selection of single or multiple alarms on which to perform
some action
The Alarm List shall support the assignment of alarms to different users or user
groups/roles
The Alarm List shall support the deletion of an alarm or alarms (providing the user has
sufficient access rights for this action)
The Alarm List shall support manually clearing an alarm or alarms (clearing means marking
the alarm as having had the matching clear alarm occur)
The Alarm List shall support drilling into an alarm to show the further details (including the
original incoming EMS/NMS alarms details)
The Alarm List shall support the copying, pasting and saving of alarm data from an alarm or
multiple selected alarms
The Alarm List shall support the searching for data, including the use of wildcards, within
the alarm fields or related alarm data
Administrators shall be able to define Filters and Data Views and make available for
different defined users, user groups and roles.
Network Topology Views
Network Topology Views shall provide an active view of devices laid out over a background
image where active means that the devices display the alarm status of the device.
Devices shall support a hierarchical device-sub-device structure, supporting drill down and
aggregation of alarm data.
Network Topology Views shall provide link entities between devices.
Links shall be able to support sub links (for example logical links within a physical link).
Links shall be able to present aggregate representations of the sub link data.
Links shall be able to be expanded/contracted to provide a graphical representation of the
sub links.
Devices shall be able to include a device image and device text.
Devices/Links shall be able to display a suitable aggregate alarm severity color based on the
aggregate alarm status of the device/link.
Devices/Links shall be able to show suitable alarm statistics data based on the alarm status
of the device/link (such as alarm count, etc.).
When changing zoom levels, the Network Topology Views shall be able to change the
number and aggregation of devices/links that are displayed in order to control the density
of data presented to the user.
Network Topology Views shall provide a GUI interface for manually defining, laying out and
saving the Topology Views.
Network Topology Views shall provide tools for defining the Topology Views from
configuration files.
Network Topology Views shall support Topology Views generated on-the-fly based on data
stored within the OSS Inventory.
Network Topology Views shall support automated device layouts, including for example
circular, grid, hierarchy, etc.
Network Topology Views shall support Alarm "Widgets" that are active entities displaying
an aggregate view of alarm data (for example: alarm histogram with a defined alarm filter;
alarm statistics such as alarm counts, max severity, etc; alarm graphs).
Network Topology Views shall be able to link in data provided by all other modules of the
OSS solution (for example, data from the incident ticketing solution, performance
management solution, etc.).
It shall be possible to navigate from any device or link to a related view data view in the
104 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

other modules of the OSS solution.


Administrators shall be able to create Topology Views and publish for other users.
Network Geographical Views
The Network Geographical Views shall support the same functionality as the Network
Topology Views.
The Geographical Views shall also be able to locate and position entities based on their
geographic coordinates.
The Geographical Views shall also be able to utilize mapping libraries for view backgrounds,
e.g. Google Maps or Openstreet Maps.
Alarm Aggregate Views
Alarm Aggregate Views shall provide the ability to create "mashup" views using other
entities, components, widgets from the various OSS solution modules.
At a minimum the Aggregate Views shall allow users to create and store aggregate views
containing groups of Alarm List, Topology and Geographical Views, and other supported
alarm display widgets.
The system shall allow Aggregate Views to be created via a GUI interface using drag and
drop functionality.
The system shall allow users to save and share Aggregate Views.
The system shall allow users to select different Aggregate Views from a list of available
(saved/published) views.
Root Cause Analysis / Correlation
The OSS AM System shall support Root Cause Analysis (RCA) and Alarm Correlation.
RCA or Alarm Correlation refers to the ability to deduce relationships between alarms (one-
to-one, one-to-many, many-to-many). Based on the deduced alarm relationships the system
shall be able to either suppress or promote an alarm or set of alarms, or perform some other
alarm or external action.
The OSS AM System shall be able to perform two levels of RCA / Alarm Correlation. These
include:
1. Based on data contained within the alarms themselves (typically this level of correlation
deals with the hierarchical containment relationships, based on the alarm
NE/card/slot/port, type, and time details)
2. Based on external inventory / topology / CMDB (from Fault Management) information
The OSS AM System shall support RCA/Alarm Correlation within individual network
technology domains.
The OSS AM System shall support RCA/Alarm Correlation across different/multiple network
technology domains.
The OSS AM System shall support RCA/Alarm Correlation across different/multiple vendor
systems and equipment.
The OSS AM System shall support RCA/Alarm Correlation with data provided within the
CMDB from Fault Management.
An example would be for planned maintenance, where the OSS AM System shall allow
alarms to be tagged as coming from equipment under planned maintenance when
correspondingly flagged as such in the CMDB.
There shall be no restrictions on which alarms or sets of alarms shall be useable within the
RCA/Alarm Correlation rules.
For example, it shall be possible to correlate alarm data from the Facilities Management
System, with EMS/NMS alarm data, Performance Management alarms, and operational
SLA/OLA alarms - assuming that there is suitable inventory data available to support the
required correlations.
The RCA / Alarm Correlation shall be performed in near-real-time, triggered/initiated off
the alarm occurrences.
The results of RCA / Alarm Correlation shall update relevant data fields within the alarms.
OSS AM System shall be able to filter alarm visibility based on the results of the RCA/Alarm
Correlation.
The OSS AM System shall allow users to manually perform RCA/Alarm Correlation through
a set of tools within the system user interface.
The OSS AM System shall allow users to undo/reverse the result of an RCA/Alarm
Correlation.
The OSS AM System shall provide a GUI interface to allow suitably authorized users to
create RCA/Alarm correlation rules. These rules shall be definable via configuration, not
customization of the system.
The OSS AM System shall allow the results of RCA/Alarm Correlation to be included in any
related tickets.
105 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The OSS AM System shall support the collection/capture of raw alarm data.
The OSS AM System shall allow collected/captured raw alarm data to be replayed through a
development instance for the purpose of testing.
The OSS AM System shall be able to perform the RCA/Alarm Correlation within 60 seconds
under normal alarm loading conditions.
The OSS AM System shall be able to perform the RCA/Alarm Correlation within 90 seconds
under alarm storm conditions.
Service Impact Analysis (SIA)
The OSS AM System shall support the ability to perform Service Impact Analysis (SIA) on
alarms.
SIA is the linking of network-based alarms with the overall failure (or not) of services which
utilize the alarmed network resources. Typically, SIA is performed in near-real-time based
on key alarms selected/identified as part of the RCA/Alarm Correlation process.
The SIA shall be trigger off incoming alarms, and performed in near-real-time.
The OSS AM System shall be able to filter alarms based on the results of the SIA.
The OSS AM System shall allow users to manually perform SIA through a set of tools
available within the system user interface.
The OSS AM System shall allow users to manually undo/reverse the result of an SIA
calculation.
SIA shall be able to utilize the data from the OSS Inventory System for calculating the service
impact.
SIA shall be able to utilize any other suitable, external data source for calculating the service
impact.
The OSS AM System shall be able to generate synthetic SIA alarms with selected details from
the results of the SIA.
The OSS AM System shall generate a list of impacted services. This list of impacted services
shall be stored in a database, and as a URL link allowing a web-based display of the SIA
results.
The OSS AM System shall be able to update the impacted service information when the
underlying alarms have been cleared.
The OSS AM System shall record at least the following information relating to SIA:
- Details of the alarm(s) responsible for the service impact
- Start date/time of service impact
- Stop date/time of service impact
- Details of services impacted
The OSS AM System shall allow users to perform "what if" service impact calculations to
determine the impact on services on outages of selectable devices.
The OSS AM System shall allow the results of SIA to be included in any related tickets.
The OSS AM System shall allow collected/captured raw alarm data to be replayed through a
development instance for the purpose of testing SIA.
The OSS AM System shall be able to perform the SIA within 120 seconds under normal
alarm loading conditions.
The OSS AM System shall be able to perform the SIA within 180 seconds under alarm storm
conditions.
Alarm Storm Processing
An alarm storm is defined as a temporary peak of alarms coming from the network, typically
a specific technology or region of the network. These alarms can be the result of a major
network outage such as a cable cut or major equipment failure, or the result of some
network mis-configuration, NMS mis-configuration. It is critical from an operational
perspective that the OSS systems have mechanisms to deal with alarm storms to ensure
there is no interruption on collection and usage of systems and tools.
The OSS AM System shall have specific, configurable mechanisms in place to incrementally
reduce the alarm collection and processing load under alarm storm conditions.
The alarm storm mechanisms shall ensure the system remains within the overall application
performance boundaries/requirements.
For the purposes of testing, the OSS AM System shall be able to support the following alarm
storm conditions:
- A minor alarm storm consisting of 75 alarms/second (or 150% of the fully rated alarm
load conditions, whichever is the greater) for a period of 5 minutes, with pre and post storm
alarm conditions at the rated value
- A major alarm storm consisting of 100 alarms/second (or 200% of the fully rated alarm
load conditions, whichever is the greater) for a period of 5 minutes, with pre and post storm
alarm conditions at the rated value
106 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

- A critical alarm storm consisting of >150 alarms/second (or > 300% of the fully rated
alarm load conditions, whichever is the greater) for a period of 5 minutes, with pre and post
storm alarm conditions at the rated value
Trouble Ticketing Integration
The OSS AM System shall have a two-way interface with the OSS FM System for trouble
ticket management.
The OSS AM System shall allow operators to manually create/raise trouble tickets in the OSS
FM System.
The OSS AM System shall allow configurable automatic creation of trouble tickets in the OSS
FM System. The ticket creation conditions shall be configurable based on calculations using
alarm field values.
The ticket creation conditions shall be configurable by suitably authorized administrative
users of the OSS AM System.
It shall be possible to configure which alarm field data is auto-populated and/or manually
copied from the triggering alarm into the ticket.
Once a ticket has been created in the OSS FM System from an alarm, changes in alarm field
values can be propagated through to the related ticket. In addition, changes in the ticket
field values can be propagated back through to the related alarms.
The OSS AM Alarm List View shall include trouble ticket management tools that can be
launched from an alarm for:
- Raising a trouble ticket from an alarm or a group of alarms
- Associating an alarm with an existing trouble ticket
- Removing the association of an alarm with an existing trouble ticket
- Launching the relevant OSS FM System ticket from an alarm with an associated trouble
ticket
- Launching a view of alarms related to the same trouble ticket
It shall be possible to configure the ticket closure conditions for different alarm/ticket types,
including whether or not tickets can be closed based on the underlying alarm status (cleared
or not).
It shall be possible to configure ticket assignment/type/allocation/etc based on details of
the triggering alarm.
Groups / Users / Roles Management
The OSS AM System shall support configurable User Groups and Roles.
The underlying OSS AM System users shall be referenced in the common AAA (LDAP)
solution.
The OSS AM System shall support both internal and external AAA (LDAP) configuration of
User Groups and Roles.
The OSS AM System shall allow alarms to be assigned to the following entities:
- Individual Users of the system
- Operational Groups within the system
- Operational Roles within the system
Automation Engine
The OSS AM System shall provide a automation engine for handling high volume repeated
tasks.
The OSS AM System's Automation Engine shall be able to perform automatic diagnosis,
using the event as a trigger to investigate the issue and collect supporting information to
help the response/restoration.
The OSS AM System's Automation Engine shall be able to perform automatic recovery, using
the event or results from diagnostic action to automate the restoration activities.
The OSS AM System's Automation Engine shall first attempt automated recovery and then if
unsuccessful raise the event as an Incident automatically with all history attached.
The OSS AM System's Automation Engine shall include pre-configured libraries for major
vendors and scenarios, please state all vendors supported & capabilities of library
supported.
Operations Requirements
Platform Management, Operation and Provisioning
All OSS systems/modules shall use a common platform management, operations and
provisioning solution.
Platform Alarming, Monitoring, Assurance
All OSS systems/modules shall use a common alarming, monitoring and assurance approach
for the collection of application data.
Collected data shall be presented in the OSS AM System for management.
Reporting
107 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

All OSS systems/modules shall use a common reporting solution.


The OSS AM System shall provide read-only access to selected data for the reporting
solution.
External Interfaces
The OSS AM System shall support the integration with external applications through the use
of industry standard interfaces.
The integration mechanisms shall support Organization's Telecom security standards,
ensuring only authenticated and authorized applications are able to connect with the OSS
AM System.
The OSS AM System shall interface directly with the OSS FM System. This interface shall
allow the two-way flow of data between alarms and fault management tickets.
The OSS AM System historical alarm database shall provide a read-only interface for access
by other authorized Organization's reporting systems.
The OSS AM System historical alarm database shall provide a read-only interface for access
by other authorized Organization's reporting systems.
The OSS AM System service impact database shall provide a read-only interface for access
by other authorized Organization's OSS systems.
The OSS AM System shall have read-only access to the OSS Inventory System for the purpose
of performing Root Cause Analysis and Service Impact Analysis.
The OSS AM System shall have read-only access to the OSS Inventory System for use by the
CMDB.
- move to FM System requirements.
The OSS AM System shall provide an outbound alarm interface, supporting one or more of
the following interface types:
- SNMP
- Web Services
- Socket/Text/XML
Constraints & Non-Functional Requirements
Performance
The OSS AM System GUI shall be responsive, providing clear visual feedback of action
initiation within a maximum of 0.5 seconds.
The OSS AM System shall be able to produce a graphical Network/Topology view within a
maximum of 10 seconds.
The OSS AM System shall be able to refresh an Alarm List View containing 1000 alarms
within a maximum of 5 seconds.
The OSS AM System shall be dimensioned to ensure GUI requests are fulfilled in a timely
manner. Expected request fulfillment times are as follows:
- Alarm management actions performed on the Alarm List shall be fulfilled within a
maximum of 5 seconds
- Lookup and display of Network/Geographic View additional details shall be fulfilled within
a maximum of 5 seconds
Availability
The availability for the OSS AM System for alarm collection and display shall be 99.9%.
Availability is defined as:
- Availability = (total time - time when any equipment alarms are not being collected,
displayed and manageable by end users) / total time
Note that with this definition, if any of the individual alarm collection chains are not passing
alarms, or the operators are not able to launch a GUI and view/manage alarms, then this
reduces the availability.
The OSS AM System shall be able to support a redundant alarm collection chain.
Failure in the primary/main alarm collection chain shall result in an automatic, near-real-
time failover to the redundant chain without the loss of alarms.
A fail over to the redundant alarm collection chain shall result in OSS AM System
status/health alarms being raised by the AM System.
The OSS AM System shall support a redundant, hot-standby (or load sharing) configuration
for the main application servers and databases. There shall be no loss of alarm data or any
associated operational data in the switch over/back between the primary and the
redundant systems.
The OSS AM System user interface (application client or Web client) shall automatically
connect to the active OSS AM System without any selection required from the operator.
After a switch between a primary/redundant system, the operator shall be notified if their
connection is not automatically switched or becomes invalid, allowing them to directly
reconnect.
108 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The OSS AM System shall support deployment in a disaster recovery configuration (DR) for
all its modules.
If deployed in a DR configuration, the OSS AM System shall provide the functionality for
automated data synchronization between primary and secondary site(s), not requiring
manual intervention and configurable to the needs of Organization's.
Volumetric
Number of users
The OSS AM System shall be sized to support at least X distinct, named users.
Number of concurrent sessions
The OSS AM System shall be sized and scaled to cater for at least X concurrent login
sessions.
System Load
If deployed in a HA configuration, the max load taken by a node within the cluster
(application server, DB server) shall be less than 40% of the total load at any given time
unless otherwise stated and agreed with Organization's and MPM program.
The OSS AM System shall be sized to support the following alarm loads whilst remaining
less than 40% of the total load:
- Alarm collection chains shall be sized to support at least 150% of the identified average
alarm rates from the connected devices/elements
- The overall OSS AM System shall be sized to support at least 150% of the aggregate
identified average alarms rates from the connected devices/elements
System Recovery, Redundancy, Robustness
The OSS AM System shall support online backup of its database, i.e. the database can be
backed up continuously without the need for a system shutdown.
The OSS AM System shall support the use of industry standard back-up and restore
solutions.
The OSS AM System shall provide the following hardware resiliency measures:
1. Redundant Power/Fan Supply provided for all servers and blade chassis (if applicable)
2. Mirrored boot disk is provided for all servers
3. All servers provided use redundant interfaces connected to separate switches in the
switch stack protecting against interface or switch failure. Techniques like interface bonding
shall be used.
The OSS AM System shall support the monitoring of all its software components by an
external monitoring application
The OSS AM System shall support the automated restart of all its software components
through an external monitoring application in case of an unplanned shutdown of the
component.
The OSS AM System shall provide mechanisms for data recovery or re-synchronization to
ensure continuous and complete collection and processing of data from external sources
(such as from the network and external applications) in the event that
1. those applications become unavailable for a period of time
2. network devices or NMS/EMS or interface links between NEs/NMS/EMS and the OSS AM
System become unavailable
The OSS AM System shall allow the user to query the system about its internal "health" state,
in the form of a report showing the current status of deployed components, links to external
systems, statistics about alarms, etc.
The OSS AM System shall allow the user to query the system about the usage of its
functionality, i.e. statistics on the number of users, access time, duration of use for each of
the system modules and functional areas.
The OSS AM System shall allow the user to query information about the "health" of its
database, at a minimum the following information must be available:
1) table space utilization
2) performance indicators
3) errors and warnings
4) status and results of automated processes deployed, e.g. online backup of the database
Scalability, Capacity Requirements
The OSS AM System shall provide the capacity to cover for all network elements/device
(NEs)/systems and services in scope of the Organization's program, and support the
required user communities, whilst supporting the defined performance criteria.
The term capacity denotes all vendor specific parameters such as SW licenses, available
memory size, available disk size, processing power, database sizing, data input and import
capabilities, data output/export capabilities as well as user access via system GUI and
external tools.
109 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The OSS AM System shall provide additional configurable capacity equivalent to 50% of the
installed capacity to allow for growth in the network and services scope.
This implies that the OSS capacity to be covered by the OSS AM System shall be 150% of the
capacity required for the define Organization's scope.
Security Requirements
Access Control
The OSS AM System shall support the ability to assign to every individual a unique user ID to
log in to The OSS AM System.
The OSS AM System should have the capability to automatically force the user to change
their password on the first access after the account has been established.
The OSS AM System should have the capability to automatically force the user to change
their password on the first access after the password has been reset.
The OSS AM System should prevent, control, or limit the simultaneous active usage of the
same user ID, when requested by Organizations’ organizational policy.
The OSS AM System shall support to limit the number of simultaneous active sessions on a
user ID basis.
The OSS AM System should not require Superuser access privileges in order to work
properly.
The OSS AM System shall support the concept of role-based access. Users have assigned a
single role, access rights to functionality and data are granted based on the user's role.
The OSS AM System should support the concept of a role hierarchy, i.e. roles can be defined
in a parent-child relationship with the child role inheriting the privileges of the parent role
and extending them by additional rights.
The OSS AM System shall support the control of access based on a user's role in the
following areas:
a) The set of data the user is permitted to access
b) The set of operations the user is permitted to execute on the data, at a minimum
differentiating between the following privileges
- read only
- write
- delete
c) The OSS AM System modules which the user may work with
d) The set of commands which the user is permitted to use
The OSS AM System shall support the definition of different user profiles (roles). Users are
allowed to access certain parts/functionalities of The OSS AM System and/or data only. Data
manipulation rights shall include read, update and delete privileges. The ability to restrict
user privileges by objects or technology type per user group shall be provided
The OSS AM System shall be able to limit the number of concurrent login sessions per user.
The OSS AM System should allow this to be done at a global level or for individual users
When users’ login to The OSS AM System, The OSS AM System shall display the date and
time of the last successful login and the date and time of the last unsuccessful login attempt
Authentication
The OSS AM System shall support enforcement of authentication according to organization’s
organizational policy.
The OSS AM System shall support the minimum complexity rules for Authentication
according to organizations’ organizational policy.
The OSS AM System shall support the integration with an existing LDAP or Active Directory
server as sole repository of user account information for The OSS Inventory System.
The OSS AM System shall support SSO.
Username Policy Support
The OSS AM System shall fully support the implementation of organization’s organizational
policies on usernames:
• Usernames are unique and are traceable to an individual worker.
• Usernames are NOT to be shared and never hard-coded into system logic.
The OSS AM System shall fully support the implementation of organization’s organizational
policies on administrator role usernames.
Password Policy Support
The OSS AM System shall fully support the implementation of organization’s organizational
password policies.
The OSS AM System shall fully support the implementation of organization’s organizational
policies on administrator role passwords.
The OSS AM System shall prevent another user from changing a logged-on user's password
without their knowledge.
110 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The OSS AM System shall automatically ensure that each new login password differs from
the previous password. The degree of difference should be configurable according to
organization’s organizational policy.
The OSS AM System shall support prevention of password reuse. Password use prevention
parameters should be configurable according to organization’s organizational policy
Each user ID defined in the OSS AM System should have its own settable login password
Passwords should be user changeable at the user's discretion, following a minimum interval
since the last change. The minimum interval should be configurable according to the
organizational policy and set by The OSS AM System Security Administrator
Audit Trail
The OSS AM System shall be integrated to organization’s existing Central Log Server.
The OSS AM System shall provide copies of all log files generated by The OSS AM System to
organization’s Central Log Server.
The OSS AM System shall maintain logged information for a period of x months, after which
the log data will be overwritten by new data.
Information Protection
For logging into the OSS AM System, logging of activities and auditing, strong authentication
should be supported.
Compliancy
The OSS AM System shall be compliant to ITU-T Recommendation M.3016.1: Security for the
management plane
Performance Management The Performance Management tool should be support multi-vendor capability reporting.
System The PM tool should be multi-technology
The PM tool must act as Performance Data Repository for all Mobile Network domains
(Mobility, IP, Transmission and core).
15 minutes (raw data) - 15 days
Hourly (raw/aggregated) - 90 days
Daily Totals and Daily Busy Hour (aggregated) - 2 years
Weekly Totals and Weekly Busy Hour (aggregated) – 2 years
Monthly Totals and Monthly Busy (aggregated) - 2 years
It should be easy to administer via GUI the storing period per Technology, Aggregation type
and measurement.
Vendor should suggest BH calculation methods.
The system must be based on an extendable/customizable concept.
Customizations should be possible for:
- Content (KPIs, Reports, rich reports)
- Calculations (BHs, calculation methods)
- Data models (easy MVI integrations, data model’s combinations, domain agnostic,
technology agnostic, vendor agnostic)
- UI (look & feel, portal approach, web based)
Full vendor hierarchy shall be supported (from BSC/RNC to lowest level of objects). The
tool shall be able to drill down on network elements topology via one or two click on both
tabular and charts reports.
User interface should be a single point of entry, which would provide access to all
functionalities.
The PM tool must include a friendly user interface which allows quick and easy performance
data monitoring.
The tool shall support a GIS for visualization of Cell Performance data (preferably Google or
Here Maps)
KPI drill must be available by simple click on KPI in Report so that it shows related counters
in a new report and its trend.
Performance Data should be presented graphically, numerically and geographically.
It should be possible to color KPIs in both Table and Charts based on configurable threshold
ranges.
For each counter, a brief description must be available and accessible via GUI via context
sensitive.
For each KPI, a short definition and formula must be available and accessible via GUI.
The PM tool shall support web based client for data explorer that allows the user to display
data in table or chart view, counter and KPI view, filters by Top N, bottom N, BH calculation
on the fly, Time comparison by multiple time level selections, data availability check,…
Such GUI functionality shall be agnostic to the KPIs formula (e.g. on the fly BH calculation
should not require a new KPI implementation)

111 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The PM tool should be able to validate the loaded data, indicate its credibility and alert
about missing data.
Data Availability Report must be available for both Administrator and Report consumer
with minimum clicks.
The tool should be able to load back the missing data after its recovery.
The system hardware should be based on x86 HW architecture and run on a private cloud
infrastructure such as OpenStack, Azure stack..etc.
Predefined reports and KPIs should be provided in addition to option for customized user
defined reports option
System Architecture Requirements
Requirement
The Umbrella Performance Management system must be able to follow network evolution
in terms of network growth. The supplier must demonstrate the ability to handle growth of
the network in terms of size (number of managed elements now and in the future).
The system must be able to provide a High-Available solution, implementing redundancy of
the storage, processes and hardware.
The user interface should be web-based
The system must support multiple concurrent users. The supplier shall indicate maximum
number of allowed users according to proposed HW architecture.
Supplier must provide, as part of the answer to this RFP, detailed dimensioning rules
according to different HW size and to different system architectures, specifying in details for
each configuration at least the following parameters:
a. number of interfaced EM/NE according to their types
b. supported time granularities
c. number of days guaranteed for historical storage for supported time granularities
SUPPLIER must have backup and restore concept as part of solution
The umbrella PM system must permit exporting of KPIs to external data warehouses (NBI).
This interface sould be the output of reports in CSV text based format
There shall be no single point of failure in the Hardware design.
The solution should be operated on a single Operating System.
The database shall be based on Oracle 12 relational databases.
System releases must maintain the system data integrity and must not cause existing
reports and queries to fail or lead to any data or functionality loss.
It shall be possible to have multiple versions of the system available simulataneously on the
deployment platform.
The system shall not interfere with the operation of other applications or settings installed
on an accessing PC.
No data loss shall occur following failure of the system.
Performance data mediation shall support multiple concurrent collections from different
Network Managers and/or Elements.
The solution shall ensure all stored passwords are encrypted.
A single intuitive UI
The system shall incorporate High Availability system design.
The system availability shall be 99.9%
The system should provide a Disaster Recovery solution as optional based on Active-
Standby. This should provided using a similar system in another (geographical) location
Functional Requirements
The PM tool should enable continuous PM data import from the live network.
Data import should be possible in different time granularities.
Data export should be possible in different file formats (xls, csv).
Chart export to Microsoft Excel shall be based on Chart series and not image in order user
can further edit it in Excel.
The tool shall include a scheduler functionality which allows automation and scheduling of
certain tasks/processes for future time and with certain recurrence
User shall be able to display indicators in tabular and graphical modes.
PM tool should support multi-object tabular view for different indicators.
User shall be able to sort data in tabular mode
User shall be able to filter data in tabular mode
PM shall integrate all vendors’ standard indicators.
User shall be able to define own indicator formulas.
User shall be able to define multi-vendor KPIs.
User shall be able to add/edit and delete KPIs.

112 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

A short definition should be shown for every existing KPI and for the counters of its formula.
User shall be able to write his own definition for the KPIs that he will define.
User shall Analyze PM data using flexible graphs.
User shall Drill down/up/across on data to find root causes to problems.
Based on the reported PM data, the tool shall detect problems and generate alarms if
thresholds are violated
It must be possible to combine multiple threshold conditions. Thus, threshold notifications
are only sent if combination of conditions occurs.
PM must provide a consolidated engineering platform that automates the identification of
performance problems using powerful rules. Alerting rules should be customizable.
Alerts periodicity (hourly, daily, weekly…) and severity (Critical, Major, Minor) should be
user definable.
The umbrella PM system must be able to generate and forward alarms via SNMP
northbound interface.
PM shall be able to produce standard reports for easy data analysis
User shall be able to create customizable reports.
PM should allow reports scheduling to be automatically sent to appropriate recipient via
Email for a user definable set of main KPIs.
The user shall be able to schedule reports always showing the latest data.
User shall be able to create groups described as set of network objects of the same type
The umbrella PM system must include a context sensitive online help
The umbrella PM system must offer the capability to change the output format without
having to re-execute the shown report e.g. changing chart type or changing from table to
chart.
The umbrella PM system must offer the option to customize report layouts (report view).
Specifically the capability to show:
- different reports in one view
- multiple graphs showing different KPIs but using same criteria (e.g. objects, time window)
- tables side-by-side
- tables and charts in one view
Reporting UI must enable users to customize chart and report properties e.g. scales, colors,
etc..
Reporting UI must support data ranking functions e.g. "top-N items"
Reporting presentation interface must support data drill-through i.e. moving between
reports which automatic feed of existing criteria to new report
The umbrella PM system must permit users to define "Vendor Neutral" KPIs by themselves.
The umbrella PM system should permit users to share the definition of their reports/KPIs
with other users
The umbrella PM system must have support for users' preferences, including custom
workspaces e.g. after sucessful login the user is presented with his/her list of KPIs and
reports.
The umbrella PM system must support the possibility of grouping counters and KPIs.
The umbrella PM system must have the capability to compare old counter/KPI values with
actual values to quickly identify network degradation issues.
Such comparison should be done without changing the KPI definition
The umbrella PM system must support dashboards off-the-shelf inside reporting
applications.
The umbrella PM system must provide capabilities to support the user to create new
dashboards
The umbrella PM system must support customized topologies, built on top of the predefined
adaptations. E.g. It should be possible to have a hierarchial Network View (PLMN-Core-
Radio) at the same time as a Business View (Country-Market-Region-City) that are both
possible to aggregate over.
Umbrella PM system must support interfacing to external systems through web interfaces
The user shall be able to drill from one report to another in a context sensitive manner to
facilitate trouble shooting
The tool should support data aggregation and trending
Determining the root causes of service performance degradations should be possible using
the tool
Tools to set up and maintain parsing rules should be available by default
KPI value above/below predefined thereshold in mentioned interval should be alerted by
the tool

113 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

The supplier should explain the general reporting capabilities, Dashboards and Whiteboard
Dashboads
Self monitoring and system health capabilities should be available
By default, 24-hour performance data shall be collected from all collection enabled network
elements every day, but operators shall have the ability to select 15-minute performance
data collection for nominated network elements, with a correspondingly shorter collection
period.
The system shall provide the capability to save and automatically email scheduled reports in
csv form and spreadsheet form.
The system should enable inexperienced users to access pre-defined performance reports,
with more experienced users able to define new reports based on existing pre-defined
reports.
The system shall be able to do data correlation between Performance Management (PM)
and Configuration Management (CM) domains for radio technologies.
The system shall be able to perform PM reporting filtering based on CM parameters.
The system shall be able to perform aggregation of results in a PM reporting based on the
values of selected CM parameters.
The system shall support change tracking of CM parameters.
The PM reporting application shall allow users to get descriptions of CM parameters
without having toaccess a different system.
The system should support forecasting and trending capabilities with support of
appropriate methods and algorithms. User direct inputs to influence the prediction should
be possible. Tool should expose SQL Framework Interface for flexible customizations.

BSS:

The following requirements outline the B2B BSS system required for the APSFL project. These requirements are
keeping in mind the advanced design of the project. These requirements also include features required for system
SLAs and operational SLAs.

Components of BSS

S. No. Components Operations


1 CRM Customer Management
Order Management (Capture, Validation, Submission
Order Orchestration, Fulfilment and Closure)
Integration with MIS, Reporting and Analytics System
Trouble Tickets – Case management
2 Billing & Invoicing Billing
Invoicing
Payments
Payment Gateway
3 Web Self Care Web Self Care
4 MIS, Reporting and Analytics System Operational Reports, Analytics, Reconciliation, Auditing
5 Contact Centre Contact Centre Operations

BSS Applications and Software

BSS Software consists of applications with broad functional capabilities proposed to be supplied and integrated under
this project, which are as given below:

1. CRM (Customer Management, Order Entry, Trouble Tickets etc.)


2. Billing & Invoicing
3. Payment Gateway
4. Web Self Care
5. MIS, Reporting and Analytics System (MRAS)
6. Contact Centre

Description of Application Modules

1. Customer Relationship Management (CRM)

114 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

CRM is set of features and processes that include best practices helpful to learn more about customers' needs and
behaviors in order to develop stronger relationships with them. CRM analysts study stored information related to
customers’ habits and behaviors to create methods that increase prospects for sale, productivity, profit and popularity of
services. It involves using technology to organize, automate and synchronize sales, marketing, customer service and
technical support.

General Requirements

1. CRM solution shall provide a single customer information repository and as such must have access to information in
all other proposed applications and modules.

2. CRM system needs to be accessed through call centre and web self-care system.

3. It shall provide capability for multiple user sessions to synchronize subsets of user’s application business data.

4. It shall support LDAP authentication capability.

5. The solution shall interface seamlessly with the web self-care, Billing, NMS (NMS includes provisioning /
activation), Order management, etc.

6. The system shall have the capabilities to track and present all the necessary information like customer details,
product details, Contract / SLA details etc.

7. The CRM system should provide user-interface (UI) to apply for various B2B services through web.

8. CRM System should enable acquisition of the customer online by filling the forms electronically by the customers
using appropriate authentication methods.

9. CRM shall maintain flexible parent child hierarchy of customers at multiple levels (configurable) at three levels (Ex.
Unit level, Zonal level, Circle level / Corporate level etc). Accordingly it shall be possible to present both a
consolidated bill as well as breakup bill for various items, which needs to be configured in CRM. The solution should
support defining child accounts as paying or non-paying entities.

10. APSFL should be able to configure the marketing advertisements to be displayed on the bills. The display can be
depending on the category of the customer. It shall also be configured for a specific customer. These marketing
messages can also appear in the online bill report.

11. The system should have the capability to display the Call Centre Executive (CCE) Screen in NOC Call centre giving
both Customer service-related & Infrastructure-related view with correlation i.e. the system should able to present
the information to the CCE in case there is fault in any network element the system should be able to present the
information for the customers affected due to this element.

12. Integration Capabilities - The system shall provide Integration tools, including adaptors and object interfaces.
a. Service Order Management & Provisioning
b. Web Self care
c. Billing system
d. Payment Gateway
e. MRAS (MIS, Reports & Analytics System)
f. Industry standard GIS applications
g. Other systems such as MS applications -Word, Excel, Outlook, Exchange, Scheduler, etc.; SMTP, POP3;
Workforce Management tools etc

13. The system shall allow a single sign-on with transparent logon to the Billing system, meaning that the agent shall
have a consolidated desktop application. There shall be no need to launch the Billing application from the CRM
system

14. The system shall allow access of billing information within the CRM GUI.

15. The system should be capable to handle number of concurrent CRM users for each role including number of
concurrent CRM web-self-care users

16. The system shall support various activities regarding Billing and adjustments through the CRM GUI such as:
a. Display of customer current billing information and services
b. Customer Hierarchy and relevant billing information
115 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

c. Manage bill adjustments


d. View bill images – from a Billing archive system
e. View billed charges and usage
f. Request bill reprint/resend
g. Request statements
h. Bill Disputes
i. Post a payment
j. Display of Payment History etc.

Product Management

1. Product Catalogue Management


2. The Product Catalogue displays a list of all possible products that APSFL provides which should contain:
a. Product types
b. Categories
c. Class of Services
d. Price, Adds / modifies tariff / products
e. Time period-based offers
3. CRM Administrator defines / update product catalogue, based on the network capability to offer various
services and business viability of those services. Tariffs and offers in product catalogue are to be defined by
Billing System
4. Following products/services as an example can be maintained as product catalogue
5. Bandwidth: Access-Seeker will seek bandwidth between IP/MPLS backbone and WiFi for end premises at Gram
Panchayat level for service offerings
6. Product Life-cycle Management
7. The product life cycle management involves all activities from creation of product till its withdrawal from field.
8. Capability to define products
9. Capability to define pricing rules
10. Ability to relate products
11. Ability to define product life period
12. Capability to maintain customer-product association
13. Capability to view all upgrades done on existing field products
14. Capability to view product support expiry date
15. Capability to manage upgrade on existing product with all product information
16. Capability to notify customers regarding product withdrawal

Product(s) Selection

1. CRM should expose Product catalogue to customer, provide product offers and take product(s) order from
customer. Customer has to choose product/products from this catalogue. CRM product catalogue will contain all
product details, requirements, configurable attributes, tariff details etc.
2. It should provide product Offer and credit details (generic/customer specific), tariff details etc. Product offers can
be various types like offers on all products, offers on selected product, region specific offers and also offers based on
customer types.
3. When customer has chosen the product(s), information on applicable locality or area for each product will be
captured

Product Feasibility Checking

Product feasibility checking should be done at CRM before placing the actual order of customer to assure that service(s)
can actually be provided to the customer
1. CRM should decompose the product to corresponding services as per product to service mappings maintained by
CRM.
2. It checks availability of resources from Resource Inventory module at NMS system.
3. As per availability status replied by NMS System, CRM notifies customer regarding product order feasibility status.

Customer Information Management

Customer Information Management should ensure management and synchronization of customer information and
reconcile customer data inconsistencies. It should provide accurate and complete customers’ information. Functional
requirements are:

1. Simple and Effective customer acquisition is key for customer satisfaction. The CRM system should provide interface
to apply for APSFL services from comfort of the prospective customer’s office. Since APSFL’s prospective customers
116 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

are expected to be enterprise customers, CRM system should have the option to accept all digitally signed electronic
applications and push to order management system. CRM System should be able to acquire the customer online by
filling the forms electronically by the customers, which may use the digital signature or other authentication
methods.
2. Create/Modify Access-seeker Details: It should enable access-seekers to provide/update their details like Customer
Name (organization name), Address details (Billing, service address etc.), contact numbers (FAX, phone), customer
types such as Government or private, paying or non-paying etc., billing point required for Billing System etc.
3. Create/Modify Customer Hierarchy: It should be able to associate/dissociate customers in parent child relationship
where parent account can be associated with many child accounts. For example, parent-child relationships can be
defined at unit level, block level, district level, head-quarters level, state level, etc. for APSFL customers.
4. Generate Customer Report: It should manage and provide all customer reports e.g. subscribed services, product
details, status reports, Billing history, complaint history, payment details, eligible offers and credit reports etc.
5. Customer Life Cycle management: The CRM system should be able to maintain the complete history of the customer
from acquisition to removal. It should maintain the complete details such as type of services subscribed, associated
products / tariff plan, Network element (s) used etc.
6. Maintain Customer Details: It should maintain scanned copies of Customer Acquisition Forms along with supporting
documents like Identity, Address Proof, Company MOU, Authorized Signatory Letter etc. It should ensure
management of scanned signatures.

Customer Document Management

The system should able to capture, manage and deliver all transaction documents and templates from/to different CRM
modules. The functional requirements are:
1. Capture all the documents like CAF (Customer Acquisition Form), ID / Address proof, SLA etc.
2. Manage all customer transaction documents.
3. Provide Templates for various functions like order /quote capture, order issue, SLA template, customer data / detail
capture etc.
4. Archiving documents
5. Deliver documents on request in various format like text, spreadsheets etc

Order Management (OM)

Order Management System in APSFL BSS suite of application shall manage and orchestrate different type of order/request
related to other systems namely CRM, Billing, NMS etc. The OM system shall enable the complete business flow for order
entry / replacement and fulfilment:
1. The system shall include an integrated order entry process for various types of products, places of
installation, geographic area and clients, temporary product. CRM should ensure all necessary information
about the Customer Order (for example, type of product, address, payment information, special
requirements etc.) is available. It will issue correct and complete customer orders (product/service
order/requests) to NMS System for provisioning.
2. This functional area must be able to receive service requests from the Order Entry system. This process
behaves as an entry point for service requests into the application and notifies the Order Management
functional area of new or changed service requests. Order Entry shall be able to receive different types of
orders e.g. installation, fault, maintenance etc.
3. Complex Product Configuration - the system shall provide a sophisticated product configuration tool with
the rule-based capabilities including applying restrictions by customer type.
4. Multi-channel - The Order Entry process shall be prepared to receive order feeds from a number of
different channels, such as Customer Care applications, back-end offices, POS, third party dealers, Internet,
extranet, intranet, IVR- etc.
5. The Order Entry process shall be integrated with the CRM, billing, NMS etc.
6. Order priority - Ability for the service representative to assign and display a priority level, indicating the
level of care that needs to be given to the order
7. Multiple addresses for one order - Ability to capture multiple addresses for an order (e.g., installation
address, billing address etc.)
8. Billing accounts information - Ability to capture billing account and billing information required to bill the
product or service.
9. Order identification - The system shall generate a unique internal order ID. It shall also be able to reference
an internal order ID with several external order IDs.
10. Order search criteria - Ability to search and retrieve orders by multiple criteria (e.g., order reference
number, project reference number, name).
11. Data access for products and services - Ability to access the Product Catalogue.

117 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

12. Provide information with order status - Provide CSRs or other entities with information regarding the
order status.
13. Order tracking - Ability to track all information within an order at all task levels; Ability to monitor orders
by different types of information, which may be geographical information, order type, resources allocated,
etc.
14. View orders/requests rejected by downstream systems - Ability to view order status based on rejections by
downstream systems (e.g. NMS).
15. Managing multiple order amendment - Ability to recycle in batch multiple orders after correction for a
particular rejection; with this functionality, OM is able to correct all the orders for which the same rejection
occurred (e.g., product-related rejections).
16. Internal product catalogue – OM shall include an internal Product Catalogue, flexible enough to define
products and services with their hierarchy of associated options, dependencies and particular features.
17. Software must have capability to integrate with external product catalogues – The system must access
information online and in batch mode. Order Management –Workflow & Service Creation / Fulfilment
18. Capability to define business rules to handle and route orders to the appropriate destinations within /
outside OM, and set the appropriate status for orders when rejections and manual handling are required
19. The system must enable quick definition of changes and creation of new states and stages. This must be
done through parameters without any hard-coded information.
20. Generation of routing steps - Ability to generate routing steps based on business rules containing
appropriate locations, timing and information requirements for routing.
21. Work force management - The system ability to route orders to Work Force Management systems - Ability
to route a service order to a Work Force Management system to plan, schedule and form the most
appropriate team for installation of the customer's request. The Work Force Management system shall
notify OM when the work order is complete. The system should have the capability to manage resource
assignment and scheduling for service requests that requires the intervention of internal or outsourced
resources.
22. Interface with provisioning platforms Workflow engine shall have to interface with the provisioning
platforms following the order, thus installing the necessary features and line classes, modifying them or
taking them away. Also, it shall be possible to interface both online and through batch processes
23. Routing of orders to fulfilment - The OM shall send the necessary information for fulfilment to the order
fulfilment component.
24. Ability to route to a fault management system - All information on installed services and products is sent to
the fault management system.
25. Ability to interface with a commissioning / payment system - Normally performed once the order is closed
following the installation of the requested product/service.
26. Re-routing of orders - Ability to re-route the order or create an alternative workflow based on information
of up- and downstream systems.
27. Routing to external vendors - Ability to route orders to external vendors who provide products or services
in an automated manner
28. Escalation of orders - Mechanism based on a set of business rules to escalate orders in terms of
workgroups, priority, etc
29. Support of order life-cycle in differing transition states - Ability to flag the order to the appropriate office
for manual intervention (e.g., incomplete information).
30. The system should have the ability to define the type of fulfilment required for a particular order. These
types of fulfilment shall be determined according to business rules which include all the functionality
associated with service provisioning, inventory management and work force management, necessary to
complete the order.
31. The system should have the capability to break down an order into different parts and fulfil the parts
separately at different times. This can be linked to the provisioning timing or to the customer’s demands.
32. Order bulk fulfilment - Ability to specify a single destination for order bulk fulfilment.
33. The system should have the capability to automatically recognize that the entire work has been done and
that the order can be closed and moved to order history.
34. It should have the ability to set time intervals for certain sub-processes and notify the responsible team of a
breach when necessary. Time intervals must not be hard-coded.
35. The system should notify customer and CSR if service provisioning problems occur even if provisioning is
temporarily technically impossible or if the requested service is not available.

118 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

36. The system should able to manage complex provisioning rules such as pre-requisites, dependencies,
sequential or parallel fulfilment tasks etc. that may pertain to a single order line (e.g. availability check
before scheduling a customer site visit for the services) or multiple order lines.
37. The OM has the capability to interface with the NMS / provisioning platform when the order fulfilment
implies the provision of a service. It should have the ability to receive a return status from the NMS /
provisioning platform that the provision has been successfully completed.
38. The system should have the capability to export order and pricing information to billing and accounting
systems after closing or cancelling an order.
39. It should allow amending the Customer's ordered /product(s) list. Customer may require adding /
removing product to/from order list. If a product is not feasible to be provisioned by NMS System then
customer may opt for other product(s), in this case customer may remove that unavailable product from
order list and may add others product(s)
40. It should allow cancellation of customer order. Order cancellation request may come from Billing System /
Customer. Penalty for cancellation will be as per pre-configured rules. CRM should inform customer
regarding cancellation penalty (if applicable). In case the Customer is a defaulter (who have defaulted
payment), Billing System notifies CRM to add the customer in Defaulters List.
41. It ensures that every order placed, is tracked all the way to closure / cancellation.
42. Any SLA violation should be informed by NMS System. CRM tracks the service quality by analyzing the SLA
reports. Accordingly it should inform the customer and notify Billing System.
43. Reports – The system should be able to generate various management and analysis reports such as:
a. Total number of orders
b. Number of orders per input source, per entity and per user
c. Number of pending orders, classified according to their reason
d. Number of orders per order type
e. Number of completed orders
f. Number of rejections and type of rejection code per order type
g. Orders by status type
h. Content and level of detail - Ability to present different content with different levels of detail
i. Export reporting information - Exporting reports to various types of support and format

SLA Management System

System includes the required functionality to assure that SLA agreements made between APSFL and access-
seeker/customers are met. This includes taking appropriate actions when the specified agreements are not met. The
functional requirements of SLA management system are:
1. The system shall be able to capture and control different types of Contract / Service Level Agreements (SLAs)
2. Service Level Agreement control types - SLAs apply to service installation, service maintenance and service repair
3. Service Level Agreements at different levels - SLAs may be at the client level, the product/service level or the
contract level. SLA repository - SLA information may reside in OM or in an external system
4. Segmentation of Service Level Agreements - Ability to view, choose from an inventory list, introduce and/or apply a
standard or customized product Service Level Agreement (SLA), based on segments and customer type
5. Allow multiple service levels to be defined for help desk, change tickets or user-developed applications
6. Provide response, resolution service level tracking at customer SLA and/or internal operation SLA level
7. It should have the capability to produce service level agreements specifications to have network independent
parameters like:
a. Average call response time
b. Average time to resolve case (trouble ticket)
c. Mean time to provide service etc.
8. The system should have the necessary functionality to analyze performance with respect to the established Service
Level Agreement. It translates Contract (SLA) performance data received into a form suitable for Contract (SLA)
analysis
9. Customer Contract (SLA) Violation: It provides the necessary functionality to manage Contract (SLA) violations and
the activities necessary to resolve the apparent breaches
10. The system should have the capabilities for CRM to produce periodic reports say on daily/weekly/monthly/ yearly
basis. The reports can be as below:
a. Count / number of total complaints (breaches) for each stage at periodic intervals
b. Count / number and percentage of complaints (breaches) that exceeded “n” number of days etc.

Contract Approval

119 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

1. Review and approve generic and product specific terms and conditions (contracts rules). Terms and condition
may consist of a number of parameters like Average call response time, Average time to resolve case (trouble
ticket), Mean time to provide service etc.
2. Provide digital signature to approve the order placement (if done online).

Trouble Tickets (Case Management)

Case Management applications manage the end-to-end life cycle of a case. The system will provide the necessary
functionality to define different types of cases, along with the states for each case type and associated configurations and
work flow. Following types as an example can be configured: General Queries, Service related complaints, billing related
etc.

1. Cases and Case Management could apply to any area of assurance, Billing, or fulfilment, but presumably in the
customer layer.
2. System should be capable to generate unique Complaint Number / Docket Number / Inquiry Number
3. It should be capable to create case specific to various categories.
4. Make available all Trouble Management functionality across all products, with full history permanently retained
by the customer record.
5. Allow the definition of standard problem codes and the required response time.
6. Automatically send complaints to the appropriate person/group that deals with particular issues according to
the standard problem code.
7. Automatically generate notifications based on user-defined business rules, for example, automatically sending an
email /SMS to the customer when a trouble ticket is closed.
8. Describe the system’s support for Service Level Agreements (SLAs) and escalations. Capability to escalate case
based on configurable level and delay with respect to case categories. Create escalation actions triggered after a
period of inactivity, i.e., a case has not been closed within a certain timeframe.
9. Support parent/child correlation between related trouble tickets and tasks e.g. allow the status of child trouble
tickets to be automatically updated when the parent trouble ticket is updated or allow the child trouble tickets to
be automatically closed when the parent trouble ticket is closed.
10. Include central problem or knowledge management that allows call centre agents and customers (over the Web)
to search inquiries / advance search. This shall include user-definable queries, search by key words and phrases.
11. Allow several employees to work collaboratively to resolve a customer problem (dividing the trouble ticket into
sub-tickets that can be separately handled).
12. Be able to automatically create sub-tickets based on predefined templates.
13. Describe the process and time frame for capturing complaints in the system. (The time frame for inputting
complaints into the system must be very short of the tune of say 60 seconds.)
14. Capability to attach notes and attachments with case
15. Provide Call Centre and outlet staff with a guide to potential resolutions for different types of complaints,
including a troubleshooting guide to provide immediate answers to various complaints. This may also be based
on resolutions other sites have found particularly successful for certain types of complaints.
16. Provide a history of a customer's previous complaints so that CSRs are aware if a certain resolution has already
been tried and have a greater understanding of the customer's individual situation.
17. Allow for each team member to see the complaints assigned to them and to record their actions and the status of
the complaint.
18. Monitor/track progress of complaint solving and workflow for trouble ticketing such as activities with time flags
and reminders.
19. Display all complaints and their resolution status on a single screen (with drilldown for further information if
necessary).
20. Automatically alert managers if there are a large number of occurrences of a particular complaint/fault report
across the sites in a user-definable period.
21. Alert and print reports for section managers regarding all pending trouble tickets (complaints and faults) that
have been waiting for resolution for a user-definable period (to ensure escalation of problem).
22. Track progress of fault report and resolution.
23. Link high-value customers to enhanced levels of service, i.e., priority call routing.
24. Handle inbound and outbound contact via Telephone, Email, SMS, Fax, Web self-care etc.
25. Support automatic screen population via CTI and/or IVR.
26. Enable the CSR to hot-key between screens.
27. Enable customers to use an SMS service to receive requested details of current balance, credit limit, etc.
28. Shall present all user-specified customer details on an initial customer overview screen
120 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

29. Enable the CSR to amend customer details within user-defined criteria and authorization level.
30. Shall have an alert/flash for the CSR regarding significant customer data, e.g., birthday etc.
31. Shall select main topics via menus/tabs on a customer overview screen with the ability to drill down to more
detailed information, such as status of order, status of repair, etc.
32. Shall show both inbound and outbound contact by any channel in sequence in the customer history screen
available to the CSR
33. Create, read, and edit information on date of next communication or follow-up, following the voluntary
termination of service.
34. Make available the same screens and system function shall be available to CSRs, Sales representatives, Staff in
retail outlets, etc.
35. Allow agents to quickly mail, email or fax literature requests to prospects, and track inventory as it is used.
36. The system shall have the ability to support the various CSR related activities e.g. to display the required
information, tariff plans, discounting plans, SLA details, fault / complaint details etc. to serve the customers
37. The system shall enable an administrator to set up a general fault alert message for distribution to all system
users (including Web-based users).
38. The system shall be able to manage Field Operations such as Dispatching Field Engineers to customer sites, track
field schedules, log parts used, log time and expenses, and more.
39. The system shall be able to provide a solutions database. User shall be able to create a solution database
containing information that other support users and end users can access for potential solutions to their
problems or questions. It shall be possible to propose new solution and to include the same after approval
40. It shall be possible to track duplicate cases. It shall be possible for the user to associate multiple instances to a
single problem and tie the resolution of multiple cases to the resolution of one case.
41. The system will check for tickets status and perform escalation and notify the management or next level of
support staff based on predefined Service Level Agreement (SLA) which will include (but not limited to) criteria
like service application, severity and customer
42. System shall support bulletin board functionality that allows support technicians and managers to post and
review messages about critical issues

Knowledge-base for complaints resolution

1. CRM enables to create articles on any subject such as case resolutions and FAQs for CRM users as well as CRM
web self-care portal users. It can embed the contents of a file into an article, or attach the file to the article. All
articles are stored in the CRM. Articles can be of two types: Internal: These articles are only available to CRM
users. External: These articles are available to CRM users as well as CRM web self-care portal users/Customers.
2. The system shall provide facility to generate Standard reports divided according to functional areas as
described in this document.
3. The system should have reporting tools like Dashboards, Matrix Reports, Scheduled Reports, Custom Reports,
Pipeline reports etc. at various stages to give customers integrated/unified view of overall system.
4. The system shall also provide a mechanism for making modifications to pre-defined standard reports as well as
facilitate generation of on-demand reports beyond the above pre-defined standard reports.
5. Segregation of Real time reports Vs scheduled reports should be made available through the reporting system.
6. It should provide all reports as per the requirements of TRAI, DoT, and any other regulatory / administrative
body.
7. To provide a consolidated view of reports it should be integrated with NMS reporting system.
8. Error Handling and Management
9. System should handle all exception while integrating with NMS. Common error and its exception handling
should be seamless from operations prospective.
10. Queue management should be handled in an effective and efficient manner, so that CRM system is not
overloaded.

2. Billing System

APSFL services are proposed to be wholesale billing in nature i.e. APSFL proposes to provide the services to the
ISPs/TSPs/Enterprise customers/OSPs. It is proposed to support direct billing retail services thus Usage-based /CDR
based retail billing.

Billing & Accounting Management System

1. Accounting / Journals Billing


121 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

2. Credit Limit Manager


3. Collections
4. Bill Formatting Pricing / Invoice Management
5. Rebates / Adjustments Management
6. Billing Account management
7. Bill enquiry & Dispute Settlements

General Requirement

1. Billing Solution should support billing for multiple services.


2. The system should be capable of configuring different billing cycles which may be weekly / fortnightly/ monthly /
bimonthly / quarterly / yearly etc. as per requirement of APSFL.
3. It should be able to bill charges in advance or in arrears or mix of both.
4. The Billing system shall interface seamlessly with the web self-care, CRM, Assurance etc. Which shall be provisioning
the components (bandwidth, Fibre etc.) of the APSFL network for the service availed by the customer.
5. The system shall have the capabilities to track and present all the necessary billing information like bill date, bill
period, pay by date, total current bill amount, previous bill amount, amount that has been paid against previous bill,
outstanding amounts against previous bill, type of bill, any type of adjustment (credit or debit), rebates with
corresponding remarks etc.
6. CRM/Billing shall maintain flexible parent child hierarchy at multiple level (configurable) may be at three level, say
Unit level, zonal level, Circle level / corporate office level etc. and accordingly it shall be possible to present both a
consolidated bill as well as breakup bill. It shall be configured in CRM where consolidated or breakup bill is required.
The Solution should support defining child accounts as paying or non-paying entities. (Segregate billing data will be
available for all entities, but invoice shall be generated either for Parent or child node as has been configured in the
CRM for that particular customer, while defining the customer.)
7. APSFL should be able to configure the marketing advertisements to be displayed. The display can be depending on
the category of the customer. It shall also be configured for a specific customer. These marketing messages can also
appear in the online bill report.
8. Transfer GL data to Financial system
9. The system should Interface with
a. Payment Gateway
b. CRM
c. Assurance Systems
d. Web self-care
10. Billing Scenarios: APSFL systems to maintain inventory and fulfil, assure, bill, payment, accounting services will be
designed to be wholesale / enterprise in nature, and will also support direct retail of services.
11. Bill generation for the business parties / Enterprise services who have done SLA with APSFL for availing the APSFL
network. The billing may be based Class of Service (COS), Quality of Services (QoS), and SLA based. The system
should have the capabilities to recognize the SLA based events which have been generated and make available
through NMS Interface to the billing system, calculate the charges based on SLA configured (SLA is envisaged to be
configured in CRM system), and present the bill in the desire format for the customers.
12. Types of Services
a. L2 & L3 VPN
b. Fiber leasing
c. Internet Bandwidth
13. Customer Types
a. CABLE MSO providers
b. Telco Service Provider / Internet Service Provider
c. Government Offices/Setup (Horizontal Connectivity)
d. Private B2B Customers (Banks etc)
e. Tariff shall include leasing partners agreement, but not limited to
i. Unit (monthly, quarterly, yearly).
ii. Fixed charges.
iii. Maintenance charges.
iv. Bandwidth offered (as per the Contract with the Fiber Leasing Agency)
v. Length of Fiber.
vi. SLA based events.
vii. Quality of Service based.
viii. Class of Service based.

Functional Requirement

1. Billing
122 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

a. Parent-child hierarchy is proposed to be defined in the CRM system along with all the attributes. The billing
solution will need to support a flexible customer hierarchy with definition of child accounts under the parent
account. The Solution should support defining child accounts as paying or non-paying entities. Customer Hierarchy
will enable flexibility for Service Seekers to segregate billing data. This will further allow products to be grouped
into a number of different billable accounts and in order separate invoices can be generated for each.
b. The solution should also allow a billing account to have one or more products attached to it.
c. The Solution should support customer segmentation. Further, the Solution should also support defining rules based
on customer segments. i.e. defining Late payment fees or payment incentives based on customer segment. The
solution should not pose restriction on account belonging to more than one customer segment.
d. The Solution should support changes in customer hierarchy after creation of account. These changes should include
 Changing the status of an account (Changing from non-paying bill entity to a paying bill entity and vice
versa).
 Change of Billing address
 Change of contact information, payment type and customer category
 Addition or cancellation of services
e. The Solution should provide the flexibility for the Customer Management screens.
f. The Solution should support backdating of customer actions like:
 Backdate Account creation
 Backdate product/ deal/ discount purchase/ cancellation
 Backdate account/ service status change.
 Backdate product or discount purchase, cycle start and end date

2. Tariff and Billing Cycle Creation

a. Normally product catalogue is maintained as a part of CRM solution, where creation and deletion of product and
package is being carried out. The billing system should not pose any restriction in adding or removing products
and/or services in packages and define tariff plans for the same.
b. Modified SLA / tariff shall be applicable from the next billing cycle or as per billing cycle configured in the system.
c. Tariff creation should have a date of effect of tariff plan. It shall be current/future date and a not any previous date.
d. Tariff creation should have a date range for limited period charges.
e. Tariff and products shall take effect as per billing cycle boundary defined for the customer.
f. Billing Cycle boundary shall be definable. It may be weekly / fortnightly / monthly / bimonthly / quarterly /
yearly.
g. The solution must include a default rate plan for every Product.
h. The system shall have the ability to rate based on customer specific data i.e. customer type within customer
information.
i. Solution should allow definition of the different charge types such as arrear, advance and mixed (split, recurring
charges and non-recurring or one-time purchase).
j. Solution must be capable to support tiered, geographic based rate plans.
k. The Solution should support charging based on the Service level agreements committed to the customer (Silver,
Gold plan etc.). SLA Management Solution will also pass information, or billing events, to the billing solution for
SLA based rebates.
l. The Solution should support loading of pre-rated events/charges from the external Solutions with the following
add-on options:
 Percentage increases the passed-in price by a percentage that you enter.
 Add-on Value increases the passed-in price by a fixed amount that you enter.
 New Value replaces the passed-in price with an amount you enter.
m. The solution should support export and importing of the pricing data as XML files.
n. The solution should support customization of product rates and charges at the time of plan purchase. This could be
done for any specific customer. The customization should be in terms of overriding the existing one-time and
recurring fees, providing a fixed-amount or percentage discounts on onetime/recurring fees, usage rates/charges.
The Solution should support customization in the following ways:
 Override the price for purchase and cycle events.
 Provide a fixed-amount or percentage discount that applies to the product as a whole
 Modify rates or price models in the product by specifying positive or negative changes to resource balance
impacts
o. The solution should support charging a cancellation fee in case the product is cancelled before a minimum
configurable period.
p. The solution should support rollover of un-used resources from one billing cycle to another.
q. The solution should provide functionality for grouping of pricing components.

123 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

r. Flexible rounding rules in tariffs are required. The method of rounding should be capable of rounding up or down.
The value that triggers the rounding should be definable as well as the digit that is rounded
s. It should be possible to define Pay-by-Date for various Billing cycles and late payment fee method (slab based,
percentage based, fixed amount).

3. Discounts and Adjustments

a. Discount and adjustment shall be offered, based on the value defined for SLA threshold violations during
customer creation and applied automatically at the time of bill generation.
b. Any fixed discount /adjustment configured during customer registration shall be applied.
c. Option for offering discount or adjustment in case the bill amount is more than a certain amount
d. Option to offer discounts and adjustment to the customers with pending bills with amount beyond a defined
threshold value shall be available in the system.
e. The discount and adjustment functionality should have the flexibility of separate discounts in the parent child
hierarchy defined.
f. It should also be possible to change customer discounts and adjustment
g. Discount and adjustment based on Customer Type can be offered.
h. Promotional Discount: All discounts should have an associated date range to indicate that the discount is only
available for a set period of time.
i. Cross product discounting should be available where discount can be applied to one product based on another
product's criteria. The discount should be available in the form of percentage or fixed price.
j. The discount model should support definition of formulae for discounting, including basic mathematical
expressions.
k. System should be able to do adjustment based on region /tariff change and able to calculate and apply
accordingly.

4. Billing Calculation

a. The solution should support multiple billing cycles i.e. Weekly, Monthly, Bimonthly, Quarterly, half yearly or
annually.
b. The solution should support billing based on the occurrence of events like,
 Purchasing a product
 Changing account status eg. active, de-active
 Cancelling a product
c. The Solution should support generation of separate bills for different services under the same subscriber account
or grouping of bills for different services. There should be an option to have different frequency of billing cycles
for the 2 services and different billing dates for the generation of the 2 bills.
d. Solution should calculate pro-rata in arrears, pro-rata rebates or adjustment of fees paid and early termination
fees that may apply to a Product at the time of billing
e. For the purpose of creation of the trial invoices, the solution should provide an option of trial billing before the
actual bill run. Based on the results of the trial billing, the solution should support making changes before the
final billing is done.
f. To load balance, the billing operations, the solution should provide an option of segment wise billing to support
load balancing of the billing operations.
g. Based on the business requirements, the solution should provide an option of configuring bill due dates in the
solution. The solution should support defining payment terms for example,
 21 days after the billing cycle end date
 15 business days after the billing cycle end date
 2nd Tuesday of the month. Etc.
h. The solution should provide an option of suppressing bills on request. Suppression of bills should be based on the
different criteria.
i. The solution should provide an option of configuring GL codes. The solution should also support export of GL data
to external financial Solutions
j. The solution should support both open item accounting and balance forward accounting.
k. The solution should support running the billing function for specified accounts.
l. Solution should provide capability to define credit limits for each account and separately for each service within
the account.
m. The solution should support re-billing and generation of corrective invoices or correction letters for customers.
Further, the Solution should support rebilling for subscribers individually or in a batch.
n. Fixed rates offered can vary for different type of customers like different fixed rates could be defined for
government agency and for commercial agency (CRM to take care of customers’ types, while creating the
customer).

124 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

o. Facility for the customer to view report for bills with various tariff plan to help him in choosing the appropriate
tariff plan
p. It shall be possible to define the various TAX types along with the value. The solution should support
configuration of taxes. It should be possible to support taxes based on the tax amount as well as on the amount
calculated after inclusion of taxes.
q. Create recurring charges for the invoice in advance.
r. Consolidation of charges for an invoice against each customer

5. Bill/Invoice Generation

a. GUI shall be provided for generation of Invoices.


b. Formatting an invoice
c. The solution should support sending of invoices to external applications for printing, fax, E mail or FTP.
d. At the time of account creation, the Solution should provide an option of associating each subscriber bill with an
invoice template.
e. The solution should support digital signatures on subscriber invoices.
f. It shall be possible to apply any charge which is not applied automatically independent of bill generation.
g. Based on the parent child hierarchy defined in CRM, a consolidated bill, as well as per child-wise bill shall be
generated taking into account the level of hierarchies i.e. based on the hierarchy defined for customer during
provisioning by NMS for the customer for offering services in different zones / blocks / districts, it shall be
possible to generate bill.
h. Facility shall exist for the inclusion of messages for the subscribers in the bills generated locally (either common
messages, or subscriber wise messages).
i. The billing system should have the capability to distribute invoices via e-mail.
j. There should be a provision to give discount or apply interest at the time of bill generation.
k. Late payment reminder message on the invoice
l. Generation of “Revised BILL” shall be available in the system
m. Invoice reminders based on generic message framework (i.e. thru mail/SMS)

6. Billing Enquiry and Dispute Resolution

a. System must allow to process disputes and settlements which may vary slightly from level to level such as
 Bill Level
 Item Level
 Event Level
b. System must support passing adjustments at different levels
 Individual account level
 Subscription service level
 Bill level
 Item level
 Event level
c. System support passing of reason codes at the time of passing adjustments, disputes and settlements
d. System should support bulk adjustments.
e. There shall be presentation of consolidated information like QOS report, SLA parameters, invoices etc. for the
ease of verification, in case of any dispute.

7. Bill Formatting

a. It shall be possible to define different Invoice formats. The solution should support generation of invoice in
different formats such as PDF, RTF and HTML format etc.
b. It shall be possible to choose from system defined format for each customer. The solution should support
customization of invoice and bill numbers. It shall support logo, multiple formats for invoice, dynamic messages
while formatting the bill.

8. Collection Management

a. The solution must provide a mechanism for identifying Invoices which are overdue for payment.
b. The solution must provide an aged debt reporting.
c. Solution must support configurable workflow for collecting overdue receivables such as,
 User-defined ageing buckets
 Unlimited collections scenarios
 Customer profiling to qualify accounts for specific collections scenarios
125 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

 Configurable entry and exit criteria


d. Solution should provide defining manual and custom actions for collections management like,
 Style sheet–based, multilingual dunning letters
 Late fees and percent-based finance charges
 Invoice reminders based on a generic message framework

9. Account Receivables

a. The solution should support the cash and cheques / DD based payments directly into the systems. Split
payments should be possible i.e. part of the payments may be cash and part of the payment through cheques /
DD.
b. Solution should support payment reversals and payments suspension/ disputed payments.
c. Solution should support refunds.
d. Solution support writing-off of customer bad debt.
e. Solution should provide APIs to integrate with 3rd Party Payment Gateways for Credit card / debit card based
payments.
f. The solution must provide Product revenue reporting.
g. The solution must create financial transactions for GL postings at bill time.
h. The solution must create financial transactions for GL postings when a payment is received or adjustment is
made.

10. Integration of Customer Web portal for billing (refer Web self-care Module)

11. Reports

a. It shall be possible to generate Histograms, Bar Charts, etc. of different statistical information stored over a
period of time from the earlier billing cycles.
b. Report of Defaulters of billing shall be generated by the system.
c. The solutions should able to generate the reports as per the requirements of TRAI, DOT and any other
government / regulatory bodies.
d. Any other reports as per the requirements of the managements / users / Business partners

12. Payments/Accounting Interface (refer Payments Gateway)

a. Billing system shall pass all invoice information to the financial system based on standard APIs, which are to be
made available by financial system. All payments shall be recorded by financial system and to be informed to
billing system via standard API.
b. User shall be given an interface in billing system to provide adjustments, whenever needed, which shall be
reflected in next billing cycle invoice. The adjustments shall be done.

Payment Gateway

1. A Secure PCI certified payment gateway which guarantees secure processing


2. Hosted Payment pages with 2048-bit encrypted SSL secure Transmission of card data
3. Single interface to deal with for all payment solutions (Internet, POS/EDC, mobile, IVR)
4. International processing with worldwide network
5. State of the art configurable fraud management
6. Do business worldwide by choosing the local currency globally and settled globally
7. Manage your customers and subscriptions easily with one click upsell
8. Industry specific solutions that makes payment collection very easy
9. Unified payment platform that offers mobile/IVR/Email billing with No technology investment on your end
10. Unified payment engine which integrates with your billing/invoicing system to track and reconcile your payment
receipts in real time
11. Ability to set automated Receipts for Both Mobile and Internet for your customers
12. Ability to expand to your Kiosk/payment collection network over Internet and Mobile platforms
13. Customized scalable solutions that can work for your business globally to reduce payment collection costs
14. Customized reporting and integration development on a project basis

3. Web Self Care Module

a. Web self-care module shall be able to provide a one-stop facility to the corporate customers (enterprise wide access
– corporate self-care) with secure access to their information including but not limited to Bill viewing, Bill payment,

126 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

complaint booking & monitoring, purchasing products & services online, updating personal information, general
enquiry etc. using a standard Internet browser.
b. The main components of the Web Self Care Portal Framework which are available on 365x24 basis
c. Delivery Channels: Corporate Customers (enterprise wide access – corporate self-care), customers / dealers, Field
Users, Regional Users Citizens and other Agencies. System shall support all types of customers / dealers including
corporate customers.
d. Presentation Services: Application Services, Marketing Requirements Notification Services, Searching and
Personalization, Online help
e. Business Support Services: Custom Applications, Electronic Bill presentment and payment, Processing Services and
Reporting / Report Generation
f. Identity and Integration Services: Account and Service Management Features, Identity Management, Authentication
and Authorization, System Messaging, Trouble Ticketing
g. Infrastructure Services: System Maintenance, System Management Integration web self-care module with the CRM,
Billing, ERP Solutions, etc and other third party system (e.g. APSFL NMS, GIS etc). The portal framework supports
content delivery to a number of different devices.
h. Web Portal: The web portal would provide information as well as links to delivery services for the main actors in the
system.
i. Payment Gateway Integration: The solution would support Payment Gateway and also support the integration with
the APSFL and all System Users through the web portal.
j. SMS Gateway Integration: The solution would support SMS based services and also support the integration with the
APSFL and all System Users through the web portal.
k. Email Integration: The solution would support email based services and also support the integration with the APSFL
and all System Users

4. MRAS (MIS, Reports and Analytics System)

a. APSFL will have multiple applications in their IT environment, applications such as Customer relationship
management (CRM), Billing System, Order management and provisioning application, etc.
b. The centralized enterprise reporting system shall have visibility and access capability to take data from all the
mentioned applications and will create reports and analytics to be used for various reporting purposes by APSFL.
c. MRAS should have the capabilities to present reports in a dash-board like environment for the top management so as
to help them make intelligent decisions based on factual data.
d. MRAS should have capability to use Data Centre (DC) environment by using production/archived data for report
generation. The reporting requirement is primarily two types:
e. Mandatory Reports (Standard): Needed by APSFL Management, TRAI, CCI, DOT and other government agencies.)
f. Customised Reports: Needed by APSFL on Daily, Weekly, Quarterly and Yearly Basis for various Activities:
 CRM
 Billing
 Payments
 Service Activation and Assurance
 Trouble Tickets
 Contact Centre Activities
g. Batch Mode replication of Data
h. The MRAS should take care of the enterprise wide reporting need for APSFL and should have the components for
creating comprehensive reports.
i. SI must have capability to support additional Reporting and Analytics requirements during implementation and
contract period as per APSFL business needs.
j. The specifications listed below layout requirements of a platform required for reporting needs of APSFL middle level
& top management for this project.
k. The users shall be able to login and access the reporting platform based on their privileges.
 MRAS must have web based interfaces
 Able to pull and analyze data from multiple data sources in Data Center.
 Ability to drill, slice, dice. The level of drill, etc. shall be finalized in the SRS Phase.
 Ability to create graphs, charts on parameters mentioned in Reports
 Ability to download reports for APSFL Management users depending on access privileges
 Must provide online Help and Tutorial feature to get the desired outputs
 MRAS Management of Users, Folders, Servers, Objects, User Groups, Server Groups, Authorization and
Setting
l. Each user shall be able to get scheduled reports on his/her chosen e-mail ID. e.g: Various report type
 Ad Hoc Reports
 Object and Folder level Security
 Multiple Export format support including PDF, MS XL, MS Word, RTF and HTML
127 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

 Objective model programmable administrative control mechanism


 Parameterized reporting and sorting
 Cross Platform Deployment
m. The report design software shall have following features:
 Multiple report types including Mailing Labels, Cross Tabs, Conditional and other reports
 Local printing and exporting capability
 Formula expert, customs functions and display string formatting
 Unlimited SQL commands
n. Capability error-check queries in the reporting software. Policies in this regard shall be user configurable by the
administrator.

5. Contact Centre Operations

Standard Contact centre operations to support end user base of 10 lacs/as the number may be and several hundred MSOs,
ISPs in the first year. The call centers shall be established by the MSOs, ISPs etc, but the application should proposed by
the bidder should support the same.

6. Other Requirements

EMS and NMS and OSS must expose a REST API interface to integrate with BSS system.

Additional Features required in OSS

a. Provision, disconnect consumer, telecom based on BSS API command, provisioning includes modifying IP/MPLS-VPN
tables
b. Sanity and integrity runs to find gaps between BSS provisioning records, OSS state and when possible and legitimate
modify OSS provisioning as per BSS
c. Configure all intra state broadband traffic to go direct between the relevant ports to the extent possible, most do for
90% of intra-state usage by V2

Testing and acceptance criteria relating to BSS

a. These features and requirements must be sufficiently detailed by the contractor in the forms of requirement
specification in consultation with the authority and tabled within 4 weeks of project award, to be signed off within 6
weeks of project award. A user interface review shall be conducted within 12 weeks. These timelines can be subject
to changes also as per the ’s decision
b. The contractor shall within 8 weeks of detailed requirement sign off, define use cases, test descriptions for major use
case along with test data suites as time series via API calls if needed.
c. All test results and reports must be submitted in an agreed on format via a REST API for every release starting with
the first release. All regressions or lowering in performance must be explained in notes and significant degradation
in any of these must be sent in the progress reports along with explanation

Specification for Centralized Reports Solution

a. Reports solution shall be software based installable on any carrier grade hardware which shall be hardened from
operating system point of view.
b. Reports solution shall support full text search for all collected logs
c. Reports solution shall support customized reports as per requirement which can apart from standard reports.
d. Reports solution shall use a Unix / Linux -Like Operating System.
e. Reporting solution shall have Access Control List as a product feature.
f. Reports should be smarter and based on Public IP solution shall identify Circle and search in that circle.
g. Long duration search 24 hours and 7 days search should be supported
h. Reports shall be DoT compliant.

11.1.17 UPS Specifications

Solar Hybrid- 1 KVA UPS (PCU):

Tender Specifications
Item Description of Requirement
Mandatory Certifications / Eligibility a) ISO 9001 & ISO 14001.
Criteria for OEMs Test report as per IEC Standards for Solar Hybrid UPS (PCU) from MNRE approved

128 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Lab.
Test report as per IS Standards for Batteries.
Minimum supply & installation of 500 Solar Hybrid UPS anywhere in the country
either directly or through System Integrators.
Solar Panels:
Capacity Total Capacity ≥ 1200 Wp (each module to be of ≥ 300 Wp capacity).
SPV Modules: Mono/ Multi Crystalline
Silicon PV cells fitted with bi-pass diodes. The modules should also have been
tested & confirm to IEC 61215 standards (Certificate to be attached).
Solar Panel sizing details to be enclosed.
Module Mounting Structure: Suitable to accommodate solar modules, made of MS
angles, duly galvanized to avoid corrosion. The mounting structures for SPV
modules should be without too many welding joints and fixed to the roof top.
Roof top space (without shading) to be made available. Approx. 250 sq. ft.
required for 2KW installation.
Hybrid Solar UPS (PCU)
Capacity 1000VA
Battery:
Type 12V SMF VRLA
Backup 2 Hours (Min)
Minimum VAH Capacity 3600 VAH
Solar Charge controller: Inbuilt in the UPS system.
TYPE MPPT type only
Input
Voltage range(UPS) Single Phase input 120 - 280 V
Frequency range 50 Hz ± 6%
Supply From Electrical Mains
Output
Voltage regulation (Mains Mode) Follow input
Voltage regulation in Inverter mode 220/230V +/- 3%
Frequency 50HZ +/- 0.5Hz (free running)
Frequency in mains mode Synch with input frequency
Overload Capacity Up to 110% for 10 sec.
Short circuit Protection Fuse/MCB in mains mode and electronics protection in inverter mode
Output Wave form Sine Wave
Transfer time < 6 msec
Voltage THD < 3% on linear load
Inverter efficiency > 85%
Cold Start To be Provided
Load PF 0.8
Battery Battery sizing details to be enclosed;
Batteries of well-known brands to be supplied with OEM Warranty Certificate for 5
years duration.
Grid charger CVCC battery charger to charge in 8-10 hours’ time
Deep discharge protection To be Provided
Battery reverse polarity protection To be Provided
Over charging protection To be Provided
Display/Indications and alarm
LED indication Solar ON, Mains ON, Inverter ON, Battery Low, Over load, Inverter Fault, Battery
Mode
LCD Meter Display All Input/ Output Parameters
Audible Alarm Battery Low, Over Load, Fault, Battery Operation, Over Temperature
Physical Characteristics
Audible Noise < 65 dB at 1-meter distance
Temperature Range 0°C to 45°C
Relative Humidity 10-95% RH non-condensing
Junction Box Dust and vermin proof to provide termination of cables along with tags
NOTE: Suitable length of cable shall be provided for interconnection of modules, charge
controller, battery bank, Inverter, etc.
Warranty Certificates from Solar Panel OEM & Battery OEM to be furnished along
with the respective Serial Numbers.
Remote Monitoring & The Proposed UPS need to have facility for Remote monitoring and communication
129 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Communication Facility capability with SNMP port and Card

On-line 20 KVA (1+1) UPS system:

S. Parameter Specifications
No.
1 Capacity 20 KVA (1+1) in PRS Mode
Inverter Technology PWM (online double conversion with IGBT)
2 Backup Time (Full load) Minimum 02 hours on each UPS
3 Internal Isolation transformer is mandatory
INPUT PARAMETERS
3.1 Configuration Three phase & Neutral
3.1.1 Nominal Voltage 415V
3.1.2 To handle input Voltage range 320 to 480V AC, 50Hz three phase 3 wires
3.1.3 Frequency range- Hz 50 Hz +/- 3Hz
3.1.4 High input Power Factor >0.9 at full load and nominal input voltage on resistive load
4 OUTPUT PARAMETERS
4.1 Configuration single phase & Neutral
4.2 Power Factor 0.8 to unity
4.3 Nominal Voltage selection 230 VAC
4.4 Output Voltage Regulation +/-1%
4.5 Voltage THD (Total Harmonic <2% Linear Load
Distortion) <6% Non-Linear Load
4.6 Frequency 50 Hz
4.7 Frequency Regulation- +/-0.5 Hz
4.8 Crest Factor 3:1 max
4.9 External battery voltage 360 V
4.10 Output waveform True sine wave
4.11 Inverter Efficiency >=93%(Linear load)
4.12 Overload capacity 110% up to at least 30 minutes
150% up to at least 10 seconds
200% for 5 cycles
5 Maximum Battery Charging Current < =10 Amp
5.1 Output on LCD Display LCD for Input voltage, output voltage, Battery voltage, output
frequency, % load power, Percentage of Battery available, Percentage
of UPS Load
5.2 Finishing type RAL: 9016(White) & 293C(Blue)
5.3 LED Indicators Mains ON, Inverter ON, Battery on charge, Mains Abnormal, Low
battery, DC Over/Under Voltage, Inver Over/Under Voltage, Inver
Overload, Over heat, Load on Inverter, Load on Aux. Supply, Manual
Bypass On
7 Protection Input over/under voltage, Output over/under voltage, Battery
over/under voltage, Low battery, Output overload/short circuit, Over
temperature and over voltage transients.
7.1 Protection class IP-21
8 Audible Alarm Built in audible alarm for fault conditions Load on Mains
Load on Batteries
Output Frequency Error
Output Voltage Error
Battery Voltage Low
Equipment over temperature
Equipment overload
9 Overall efficiency of UPS Not less than 90% at nominal input
Voltage and rated load
10 Overload handling capacity/ Surge Required
current Capacity
11 Noise (within 1 meter) < (45 to 55db)
12 Operating Environment Up to 45°C
Temperature
13 Operating environment humidity Up to 95%
14 Cold Start Required
15 UPS unit and Battery bank units Batteries to be supplied and installed in separate MS Steel free

130 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

standing enclosure complete with interlink connectors, battery


isolator (MCB or SFU) and UPS to battery cables
16 Additional switch gear to be supplied Input MCB, output MCB, Battery breaker
17 Required Feature Built in galvanic Isolation transformer (UPS Output is isolated from
mains input)
18 Warranty 5 Years warranty UPS and batteries as per manufacturer, plus 2 years
Comprehensive AMC
19 Battery Type Lead Acid Sealed Maintenance Free (SMF) batteries of sufficient
Ampere Hour capacity suitable to provide 2 Hours of Backup for each
UPS
20 Batteries Configuration 48000VAH minimum
21 Batteries Make/Brand Amaron Quanta / Global / Exide
22 Test Report SAMEER/ETDC/CanBank Computer Services/Pondicherry
Engineering College/Any Other Reputed Testing Agency
23 Certification ISO 9001 / 14001 / 18001 CE / EMC / RoHS
24 Remote Monitoring & The Proposed UPS need to have facility for Remote monitoring and
Communication Facility communication capability with SNMP port and Card

11.2 Annexure B: Implementation Planning Guidelines

PIA shall carry out due diligence and prepare an implementation plan for its package. It must pre-determine which Gram
Panchayats are to be covered in which Quarter of the implementation period.

▪ The implementation plan shall be verified by PMA and submitted to APSFL for approval.
▪ The implementation plan shall have minimum periodic targets as mentioned in the table below.
▪ The above activities should be completed during the planning phase.
▪ PIA must carry out the execution of the project as per the implementation plan.
▪ The plan should follow a general pattern of implementation as given below:

0–1 1–3 3–5 5–8 9 months


month months months months
Cumulative GPs connected (Completion of Field Planning 25% 60% 90% 100%
Acceptance Testing between Block and GP of IPMPLS and Phase
associated equipment)

▪ Maximum duration of planning phase shall be 2 months.


▪ This plan shall be used for tracking and progress monitoring purposes. This plan should
o adhere to the general planning guideline provided above
o must identify the specific GPs, Blocks and Districts that would be taken up for implementation at different
point of time.
o must enable implementation of geographically contiguous areas at one point
▪ PIA shall submit an updated plan at the start of each month during implementation to provide a consolidated
status during last month and reflect any changes to the plan, if any.
▪ All the submitted plans and any changes thereto shall be done to commission all GP’s within 12 months from the
date of issue of PO.

11.3 Annexure C: Block wise List of Material actual used by PIA

Name______ State________ District_________ Block________

PoP Location__________
S. No Gram Panchayat Item Quantity
1
2
3
4
5
6
7
8
9
131 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

10
11
12
13
14
15

11.4 Annexure D: List of proposed Acceptance Testing Tests of IPMPLS Equipment and Associated Equipment

Test Name
Introduction
Scope
APSFL Acceptance Test Setup
Acceptance Test Setup Requirements
Infrastructure check list at PoP
Hardware & Software Details of the Equipment offered
Configuration Details
General Instructions
Acceptance Test Cases for Node
Physical Verification of the Equipment at site
Verification of Power supply requirement of
Verification of Power supply redundancy at
Verification of Hot Swapping functionality o
Verification of Earth Connectivity
Verification of mechanical specifications
Acceptance Test Cases for EMS
Verification of Hardware and software Versions
EMS Bill of Materials with Model/Make, Hardware Configurations and Quantity Main site (DC Site) and DR Site each
EMS Server Cluster Elements (DC/DR)
Verification of Deployment Architecture
EMS Rack view display the Installation of different hardware in a standard rack
Main DC and DR DC connection
Verification of Software versions
Verification of Power supply requirement for EMS
Verification of Power supply redundancy for EMS
Verification of Switchover & Functioning of DR-EMS
Configuration Management
Verification of Auto discovery functionality
Verification of Create Service Profile
Verification of Delete Service Profile
Verification of Service Provisioning
Verification of Service Activation
Verification of Service Deactivation
Verification of Service Deletion
Verification of Remote Management
Verification of Domain Management
Security Management
Verification of Security Management with Password Encryption
Verification of Security Management with group Privileges
Verification of Security Management with admin user privileges
Verification of Node/Domain restrictions enforced for a non-admin user
Verification of Invalid Login Locking
Fault Management
Verification of Real Time Alarm Monitoring
Verification of display of Active Alarms
Verification of Alarm History
Verification of Fan Alarms
Verification of Messaging of Alarms through Email
Performance Management

132 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Verification of Database Backup & Restore


Verification of Log Management in EMS
Verification of Out of Band Management
Verification of Inventory Management
Verification of Inventory Reports
Verification of Scheduled Backup (Calendar Management)
Verification of EMS response time
Acceptance Test Cases for LCT
Verification of Fault management through LCT
Verification of optical power monitoring through LCT
Verification of Configuration management through LCT

11.5 Annexure E: Format Details of Technical Support Centre

No Location of Technical Area Served FAX E-mail Telephone Numbers Postal


support Centre Number Address Minimum two Address
1
2
3
4
5
6
7
8

11.6 Annexure F: Details of Fault Rectification Team

Name of Fault Rectification E-mail FAX Telephone Numbers Postal Area


Team Address Number Minimum two Address Served
1
2
3

11.7 Annexure G: Indicative Master Service Agreement

Definition of Terms

“Acceptance of System” The system shall be deemed to have been accepted by the APSFL, subsequent to its installation,
rollout and deployment of trained manpower, when all the activities as defined in Scope of Work have been successfully
executed and completed to the satisfaction of APSFL.

“Applicable Law(s)” Any statute, law, ordinance, notification, rule, regulation, judgment, order, decree, bye-law, approval,
directive, guideline, policy, requirement or other governmental restriction or any similar form of decision applicable to the
relevant party and as may be in effect on the date of the execution of this Agreement and during the subsistence thereof,
applicable to the Project.

“APSFL” means the APSFL. The project shall be executed in Andhra Pradesh and shall be owned by APSFL.

“Bidder” shall mean organization/consortium submitting the proposal in response to this RFP.

“PIA” means the bidder who is selected by the APSFL at the end of this RFP process. The agency shall carry out all the
services mentioned in the scope of work of this RFP.

“Contract” means the Contract entered into by the parties with the entire documentation specified in the RFP.

“Contract Value” means the price payable to PIA under this Contract for the full and proper performance of its contractual
obligations.

“Commercial Off-The-Shelf (COTS)” refers to software products that are ready-made and available for sale, lease, or
license to the general public.

133 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

“Data Centre Site” means the Data Centre sites including their respective Data Centre space, wherein the delivery,
installation, integration, management and maintenance services as specified under the scope of work are to be carried out
for the purpose of this contract.

“Document” means any embodiment of any text or image however recorded and includes any data, text, images, sound,
voice, codes, databases or any other electronic documents as per IT Act 2000.

“Effective Date” means the date on which this Contract is signed or LoI is issued by APSFL, whichever is earlier and
executed by the parties hereto. If this Contract is executed in parts, then the date on which the last of such Contracts is
executed shall be construed to be the Effective Date.

“GCC” means General Conditions of Contract

“Goods” means all of the equipment, sub-systems, hardware, software, products accessories, software and/or other
material/items which PIA is required to supply, install and maintain under the contract.

“Intellectual Property Rights” means any patent, copyright, trademark, trade name, service marks, brands, proprietary
information whether arising before or after the execution of this Contract and the right to ownership and registration of
these rights.

“Notice” means: a notice; or a consent, approval or other communication required to be in writing under this Contract.

“OEM” means the Original Equipment Manufacturer of any equipment/system/software/product which are providing
such goods to the APSFL under the scope of this RFP.

“PIA’s Team” means PIA who has to provide goods & services to the APSFL under the scope of this Contract. This
definition shall also include any and/or all of the employees of PIA, authorized service providers/partners and
representatives or other personnel employed or engaged either directly or indirectly by PIA for the purposes of this
Contract.

“Consortium” means the entity named in the contract for any part of the work has been sublet with the consent in writing
of the APSFL and the heirs, legal representatives, successors and assignees of such person.

“Replacement Service Provider” means the organization replacing PIA in case of contract termination for any reasons

“Sub-PIA” shall mean the entity named in the contract for any part of the work or any person to whom any part of the
contract has been sublet with the consent in writing of the APSFL and the heirs, legal representatives, successors and
assignees of such person.

“SCC” means Special Conditions of Contract.

“Services” means the work to be performed by the agency pursuant to this RFP and to the contract to be signed by the
parties in pursuance of any specific assignment awarded by the APSFL.

“Server Room” or “Data Center” shall have the same meaning.

Interpretation

In this Contract unless a contrary intention is evident:

a. the clause headings are for convenient reference only and do not form part of this Contract;
b. the word “include” or “including” shall be deemed to be followed by “without limitation” or “but not limited to”
whether or not they are followed by such phrases;
c. unless otherwise specified a reference to a clause, sub-clause or section is a reference to a clause, sub-clause or
section of this Contract including any amendments or modifications to the same from time to time;
d. a word in the singular includes the plural and a word in the plural includes the singular;
e. a word importing a gender includes any other gender;
f. a reference to a person includes a partnership and a body corporate;
g. a reference to legislation includes legislation repealing, replacing or amending that legislation;
h. Where a word or phrase is given a particular meaning, it includes the appropriate grammatical forms of that word
or phrase which have corresponding meanings.
i. In the event of an inconsistency between the terms of this Contract and the RFP and the Bid, the terms hereof shall
prevail.

134 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Conditions Precedent

a. This Contract is subject to the fulfilment of the following conditions precedent by PIA.
b. Furnishing by PIA, an unconditional and irrevocable Performance Bank Guarantee and acceptable to the APSFL
which would remain valid until such time as stipulated by the APSFL.
c. Obtaining of all statutory and other approvals required for the performance of the Services under this Contract.
This may include approvals/clearances, wherever applicable, that may be required for execution of this contract
e.g. clearances from Government authorities for importing equipment, exemption of Tax/Duties/Levies, work
permits/clearances for Bidder/Bidder’s team, etc.
d. Furnish notarized copies of any/all contract(s) duly executed by PIA and its OEMs existing at the time of signing of
this contract in relation to the APSFL’s project.
e. Furnishing of such other documents as the APSFL may specify/demand.
f. The APSFL reserves the right to waive any or all of the conditions specified in writing and no such waiver shall
affect or impair any right, power or remedy that the APSFL may otherwise have.

In the event that any of the conditions set forth in herein above are not fulfilled within 1 months from the date of this
Contract, or such later date as may be mutually agreed upon by the parties, the APSFL may terminate this Contract.

Scope of work

Scope of the work shall be as defined in RFP “scope of work” section and Annexures there to of the tender.

APSFL has engaged PIA to provide services related to implementation of BharatNet Phase-II works to establish IPMPLS
infrastructure in the state of Andhra Pradesh. PIA is required to provide such goods, services and support as the APSFL
may deem proper and necessary, during the term of this Contract, and includes all such processes and activities which are
consistent with the proposals set forth in the Bid, the Tender and this Contract and are deemed necessary by the APSFL, in
order to meet its business requirements (hereinafter ‘scope of work’).

Key Performance Measurements

a. Unless specified by the APSFL to the contrary, PIA shall deliver the goods, perform the services and carry out the
scope of work in accordance with the terms of this Contract, Scope of Work and the Service Specifications as laid
down under the tender sections.
b. If the Contract, scheduled requirements, service specification includes more than one document, then unless the
APSFL specifies to the contrary, the later in time shall prevail over a document of earlier date to the extent of any
inconsistency.
c. The APSFL reserves the right to amend any of the terms and conditions in relation to the Contract/Service
Specifications and may issue any such directions which are not necessarily stipulated therein if it deems necessary
for the fulfilment of the Schedule of Requirements.

Commencement and Progress

a. PIA shall subject to the fulfilment of the conditions precedent above, commence the Performance of its obligations
in a manner as per the Scope of Work.
b. The PIA shall proceed to carry out the activities / services with diligently and expeditiously on receipt of RoW
from the purchaser, in accordance with the stipulations regarding time, manner, mode, and method of execution
contained in this RFP.
c. PIA shall be responsible for and shall ensure that all activities/services are performed in accordance with the
Contract, Scope of Work and Service Specifications and that PIA’s Team complies with such Specifications and all
other standards, terms and other stipulations/conditions set out hereunder.
d. PIA shall perform the activities/services and carry out its obligations under the Contract with due diligence,
efficiency and economy, in accordance with generally accepted techniques and practices used in the industry and
shall observe sound management, engineering and security practices. PIA shall always act, in respect of any
matter relating to this Contract, as faithful advisors to the APSFL and shall, at all times, support and safeguard the
APSFL's legitimate interests in any dealings with Third parties.

Standards of performance

PIA shall perform the Services and carry out its obligations under the Contract with due diligence, efficiency and economy,
in accordance with generally accepted techniques and best practices used in the industry and with Telecom standards
recognized by international professional bodies and shall observe sound management, engineering and security practices.
It shall employ appropriate advanced technology and engineering practices and safe and effective equipment, machinery,
material and methods. PIA shall always act, in respect of any matter relating to the Contract, as faithful advisors to the
APSFL and shall, at all times, support and safeguard the APSFL's legitimate interests in any dealings with Third Parties.
135 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Approvals and Required Consents

The APSFL shall extend necessary support to PIA to obtain, maintain and observe all relevant and customary regulatory
and governmental licenses, clearances and applicable approvals (hereinafter the “Approvals”) necessary for PIA to provide
the Services. The costs of such Approvals shall be borne by APSFL. Both parties shall give each other all co-operation and
information reasonably.

The APSFL shall also provide necessary support to Bidder in obtaining the Approvals. In the event that any Approval is not
obtained, PIA and the APSFL shall co-operate with each other in achieving a reasonable alternative arrangement as soon
as reasonably practicable for the APSFL, to continue to process its work with as minimal interruption to its business
operations as is commercially reasonable until such Approval is obtained, provided that PIA shall not be relieved of its
obligations to provide the Services and to achieve the Service Levels until the Approvals are obtained if and to the extent
that PIA 's obligations are dependent upon such Approvals.

Constitution of Consortium

For the purposes of fulfilment of its obligations as laid down under the Contract, where the APSFL deems fit and unless the
contract requires otherwise, Prime Bidder shall be the sole point of interface for the APSFL and would be accountable for
the performance of its own, the other member of Consortium and/or its Team’s functions and obligations.

The Consortium members have agreed that PIA is the prime point of contact between the Consortium member and the
APSFL and it shall be primarily responsible for the discharge and administration of all the obligations contained herein
and, the APSFL, unless it deems necessary shall deal only with PIA. PIA along with all consortium members shall be jointly
and solely responsible for the project execution.

Without prejudice to the obligation of the Consortium member to adhere to and comply with the terms of this Contract, the
Consortium member has executed and submitted a Power of Attorney in favour of PIA authorizing him to act for and on
behalf of such member of the Consortium and do all acts as may be necessary for fulfilment of contractual obligations.

The APSFL reserves the right to review, approve and require amendment of the terms of the Consortium Contract or any
contract or agreements entered into by and between the members of such Consortium and no such agreement/contract
shall be executed, amended, modified and/or terminated without the prior written consent of the APSFL. An executed copy
of each of such agreements/contracts shall, immediately upon execution be submitted by PIA to the APSFL.

Where, during the term of this Contract, PIA terminates any contract/arrangement or agreement relating to the
performance of Services, PIA shall be responsible and severally liable for any consequences resulting from such
termination. PIA shall in such case ensure the smooth continuation of Services by providing a suitable replacement to the
satisfaction of the APSFL at no additional charge and at the earliest opportunity.

Bidder’s Obligations

a. PIA’s obligations shall include all the activities as specified by the APSFL in the Scope of Work and other sections
of the Tender and Contract and changes thereof to enable APSFL to meet the objectives and operational
requirements. It shall be PIA’s responsibility to ensure the proper and successful implementation, performance
and continued operation of the proposed solution in accordance with and in strict adherence to the terms of his
Bid, the Tender and this Contract.

b. APSFL reserves the right to interview the personnel proposed that shall be deployed as part of the project team. If
found unsuitable, the APSFL may reject the deployment of the personnel. But ultimate responsibility of the project
implementation shall lie with PIA.

c. APSFL reserves the right to require changes in personnel which shall be communicated to PIA. PIA with the prior
approval of the APSFL may make additions to the project team. PIA shall provide the APSFL with the resume of
Key Personnel and provide such other information as the APSFL may reasonably require. The APSFL also reserves
the right to interview the personnel and reject, if found unsuitable. In case of change in its team members, for any
reason whatsoever, PIA Shall also ensure that the exiting members are replaced with at least equally qualified and
professionally competent members.

d. PIA should submit profiles of only those resources who shall be deployed on the project. Any change of resource
should be approved by the APSFL and compensated with equivalent or better resource. The APSFL may interview
the resources suggested by PIA before their deployment on board. It does not apply in case of change requested by
the APSFL.

136 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

e. In case of change in its team members, PIA shall ensure a reasonable amount of time overlap in activities to ensure
proper knowledge transfer and handover/takeover of documents and other relevant materials between the
outgoing and the new member.

f. PIA shall ensure that PIA’s Team is competent, professional and possesses the requisite qualifications and
experience appropriate to the task they are required to perform under this Contract. PIA shall ensure that the
services are performed through the efforts of PIA’s Team, in accordance with the terms hereof and to the
satisfaction of the APSFL. Nothing in this Contract relieves PIA from its liabilities or obligations under this
Contract to provide the Services in accordance with the APSFL’s directions and requirements and as stated in this
Contract and the Bid to the extent accepted by the APSFL and PIA shall be liable for any non-performance, non-
compliance, breach or other loss and damage resulting either directly or indirectly by or on account of its Team.

g. PIA shall be fully responsible for deployment/installation/development and integration of all the software and
hardware components and resolve any problems/issues that may arise due to integration of components.

h. PIA shall ensure that the OEMs supply equipment/components including associated accessories and software
required and shall support PIA in the installation, commissioning, integration and maintenance of these
components during the entire period of contract. PIA shall ensure that the COTS OEMs supply the software
applications and shall support PIA in the installation/deployment, integration, roll-out and maintenance of these
applications during the entire period of contract. It must clearly be understood by PIA that warranty and O&M of
the system, products and services incorporated as part of system would commence as defined in section 3. PIA
would be required to explicitly display that he/they have a back to back arrangement for provisioning of
warranty/O&M support till the end of contract period with the relevant OEMs. The annual maintenance support
shall include patches and updates the software, hardware components and other devices.

i. All the software licenses that PIA proposes should be perpetual software licenses. The software licenses shall not
be restricted based on location and the APSFL should have the flexibility to use the software licenses for other
requirements if required.

j. The APSFL reserves the right to review the terms of the Warranty and Annual Maintenance agreements entered
into between PIA and OEMs and no such agreement/contract shall be executed, amended, modified and/or
terminated without the prior written consent of the APSFL. An executed copy of each of such
agreements/contracts shall, immediately upon execution be submitted by PIA to the APSFL.

k. PIA shall ensure that none of the components and sub-components is declared end-of-sale or end-of-support by
the respective OEM at the time of submission of bid. If the OEM declares any of the products/solutions end-of-sale
subsequently, the PIA shall ensure that the same is supported by the respective OEM for contract period.

l. If a product is de-supported by the OEM for any reason whatsoever, from the date of Acceptance of the System till
the end of contract, PIA should replace the products/solutions with an alternate that is acceptable to the APSFL at
no additional cost to the APSFL and without causing any performance degradation.

m. The Licenses will be in the name of APSFL only.

n. PIA shall ensure that the OEMs provide the support and assistance to PIA in case of any problems/issues arising
due to integration of components supplied by him with any other component(s)/product(s) under the purview of
the overall solution. If the same is not resolved for any reason whatsoever, PIA shall replace the required
component(s) with an equivalent or better substitute that is acceptable to APSFL without any additional cost to
the APSFL and without impacting the performance of the solution in any manner whatsoever.

o. PIA shall ensure that the OEMs for hardware servers/equipment supply and/or install all type of updates, patches,
fixes and/or bug fixes for the firmware or software from time to time at no additional cost to the APSFL.

p. PIA shall ensure that the OEMs for hardware servers/equipment or Bidder's trained engineers conduct the
preventive maintenance on a Quarterly basis and break-fix maintenance in accordance with the best practices
followed in the industry. PIA shall ensure that the documentation and training services associated with the
components shall be provided by the OEM partner or OEM’s certified training partner without any additional cost
to the APSFL.

q. The training has to be conducted using official OEM course curriculum mapped with the hardware/Software
Product’s to be implemented in the project.

r. PIA and their personnel/representative shall not alter/change/replace any hardware component proprietary to
the APSFL and/or under warranty or O&M of third party without prior consent of the APSFL.
137 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

s. PIA shall provision the required critical spares/components at the designated Datacenter Sites/office locations of
the APSFL for meeting the uptime commitment of the components supplied by him.

t. PIA’s representative(s) shall have all the powers requisite for the execution of scope of work and performance of
services under this contract. PIA’s representative(s) shall liaise with the APSFL’s representative for the proper
coordination and timely completion of the works and on any other matters pertaining to the works. PIA shall
extend full co-operation to APSFL’s representative in the manner required by them for supervision / inspection /
observation of the equipment/goods/material, procedures, performance, progress, reports and records pertaining
to the works. He shall also have complete charge of PIA’s personnel engaged in the performance of the works and
to ensure compliance of rules, regulations and safety practice. He shall also cooperate with the other Service
Providers/Vendors of the APSFL working at the APSFL’s office locations & field locations and DC & DR sites. Such
Bidder’s representative(s) shall be available to the APSFL’s Representative at respective Datacenter during the
execution of works.

u. PIA shall be responsible on an ongoing basis for coordination with other vendors and agencies of the APSFL in
order to resolve issues and oversee implementation of the same. PIA shall also be responsible for resolving
conflicts between vendors in case of borderline integration issues.

v. PIA is expected to set up a project office in AP. The technical manpower deployed on the project should work from
the same office. However, some resources may be required to work from the client office during the contract
period.

Access to Sites

a. Sites would include NOC, GP, BSNL Exchange, APSFL Mandal POPs
b. The APSFL’s representative upon receipt of request from PIA intimating commencement of activities at various
locations shall give to PIA access to as much of the Sites as may be necessary to enable PIA to commence and
proceed with the installation of the works in accordance with the program of work. Any reasonable proposal of
PIA for access to Site to proceed with the installation of work in accordance with the program of work shall be
considered for approval and shall not be unreasonably withheld by the APSFL. Such requests shall be made to the
APSFL’s representative in writing at least 7 days prior to start of the work.
c. At the site locations, the APSFL’s representative shall give to PIA access to as much as may be necessary to enable
PIA to commence and proceed with the installation of the works in accordance with the program of work or for
performance of Facilities Management Services.

Start of Installation

a. Bidder shall co-ordinate with the APSFL and stakeholders for the complete setup of sites before commencement
of installation of other areas.
b. The plan and design documents developed shall be submitted by PIA for approval by the APSFL.
c. After obtaining the approval from the APSFL, PIA shall commence the installation.

Reporting Progress.

a. PIA shall monitor progress of all the activities related to the execution of this contract and shall submit to the
APSFL, progress reports with reference to all related work, milestones and their progress during the
implementation phase.

b. Formats for all above mentioned reports and their dissemination mechanism shall be discussed and finalized
along with project plan. The APSFL on mutual agreement between both parties may change the formats,
periodicity and dissemination mechanism for such reports.

c. Periodic meetings shall be held between the representatives of the APSFL and PIA once in every 15 days during
the implementation phase to discuss the progress of implementation. After the implementation phase is over, the
meeting shall be held as an ongoing basis, as desired by APSFL, to discuss the performance of the contract.

d. PIA shall ensure that the respective solution teams involved in the execution of work are part of such meetings.

e. Several review committees involving representative of the APSFL and senior officials of PIA shall be formed for
the purpose of this project. These committees shall meet at intervals, as decided by the APSFL later, to oversee the
progress of the implementation.

138 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

f. All the goods, services and manpower to be provided/deployed by PIA under the Contract and the manner and
speed of execution and maintenance of the work and services are to be conducted in a manner to the satisfaction
of APSFL’s representative in accordance with the Contract.

g. The APSFL reserves the right to inspect and monitor/assess the progress/performance of the work/services at
any time during the course of the Contract. The APSFL may demand and upon such demand being made, PIA shall
provide documents, data, material or any other information which the APSFL may require, to enable it to assess
the progress/performance of the work/service.

h. At any time during the course of the Contract, the APSFL shall also have the right to conduct, either itself or
through another agency as it may deem fit, an audit to monitor the performance by PIA of its
obligations/functions in accordance with the standards committed to or required by the APSFL and PIA
undertakes to cooperate with and provide to the APSFL/any other agency appointed by the APSFL, all Documents
and other details as may be required by them for this purpose. Such audit shall not include Bidder's books of
accounts.

i. Should the rate of progress of the works or any part of them at any time fall behind the stipulated time for
completion or is found to be too slow to ensure completion of the works by the stipulated time, or is in deviation
to Tender requirements/standards, the APSFL’s representative shall so notify PIA in writing.

j. PIA shall reply to the written notice giving details of the measures he proposes to take to expedite the progress so
as to complete the works by the prescribed time or to ensure compliance to RFP requirements. PIA shall not be
entitled to any additional payment for taking such steps. If at any time it should appear to the APSFL or APSFL’s
representative that the actual progress of work does not conform to the approved plan PIA shall produce at the
request of the APSFL’s representative a revised plan showing the modification to the approved plan necessary to
ensure completion of the works within the time for completion or steps initiated to ensure compliance to the
stipulated requirements.

k. The submission seeking approval by the APSFL or APSFL’s representative of such plan shall not relieve PIA of any
of his duties or responsibilities under the Contract.

l. In case during execution of works, the progress falls behind schedule or does not meet the Tender requirements,
PIA shall deploy extra manpower/resources to make up the progress or to meet the RFP requirements. Plan for
deployment of extra man power/resources shall be submitted to the APSFL for its review and approval. All time
and cost effect in this respect shall be borne, by PIA within the contract value.

m. Knowledge of Server Room, Command and Control Center, City Operation Center

n. PIA shall be granted access to the NOC, BSNL Exchange, GPs for inspection by the APSFL before commencement of
installation. The plan shall be drawn mutually at a later stage.

o. PIA shall be deemed to have knowledge of the NOC, BSNL Exchange, GPs and its surroundings and information
available in connection therewith and to have satisfied itself the form and nature thereof including, the data
contained in the Bidding Documents, the physical and climatic conditions, the quantities and nature of the works
and materials necessary for the completion of the works, the means of access, etc. and in general to have obtained
itself all necessary information of all risks, contingencies and circumstances affecting his obligations and
responsibilities therewith under the Contract and his ability to perform it. However, if during pre-installation
survey/during delivery or installation, PIA detects physical conditions and/or obstructions affecting the work, PIA
shall take all measures to overcome them.

Project Plan

Within 15 calendar days of effective date of the contract/Issuance of LOI, PIA shall submit to the APSFL for its approval a
detailed Project Plan with details of the Project showing the sequence, procedure and method in which he proposes to
carry out the works. The Plan so submitted by PIA shall conform to the requirements and time lines specified in the
Contract. The APSFL and PIA shall discuss and agree upon the work procedures to be followed for effective execution of
the works, which PIA intends to deploy and shall be clearly specified. The Project Plan shall include but not limited to
project organization, communication structure, proposed staffing, roles and responsibilities, processes and tool sets to be
used for quality assurance, security and confidentiality practices in accordance with industry best practices, project plan
and delivery schedule in accordance with the Contract. Approval by the APSFL’s Representative of the Project Plan shall
not relieve PIA of any of his duties or responsibilities under the Contract.

139 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

If PIA’s work plans necessitate a disruption/shutdown in APSFL’s operation, the plan shall be mutually discussed and
developed so as to keep such disruption/shutdown to the barest unavoidable minimum. Any time and cost arising due to
failure of PIA to develop/adhere such a work plan shall be to his account.

Adherence to safety procedures, rules regulations and restriction

a. PIA’s Team shall comply with the provision of all laws including labor laws, rules, regulations and notifications
issued there under from time to time. All safety and labor laws enforced by statutory agencies and by APSFL shall
be applicable in the performance of this Contract and Bidder’s Team shall abide by these laws.
b. Access to the Server Room, Command and Communications Center shall be strictly restricted. No access to any
person except the essential members of PIA’s Team who are authorized by the APSFL and are genuinely required
for execution of work or for carrying out management/maintenance shall be allowed entry. Even if allowed, access
shall be restricted to the pertaining equipment of the APSFL only. PIA shall maintain a log of all activities carried
out by each of its team personnel.
c. No access to any staff of bidder, except the essential staff who has genuine work-related need, should be given. All
such access should be logged in a loss free manner for permanent record of the staff to avoid misrepresentations
or mistakes
d. PIA shall take all measures necessary or proper to protect the personnel, work and facilities and shall observe all
reasonable safety rules and instructions. PIA’s Team shall adhere to all security requirement/regulations of the
APSFL during the execution of the work. APSFL’s employee also shall comply with safety procedures/policy.
e. PIA shall report as soon as possible any evidence, which may indicate or is likely to lead to an abnormal or
dangerous situation and shall take all necessary emergency control steps to avoid such abnormal situations.

Statutory Requirements

During the tenure of this Contract nothing shall be done by PIA or his team including consortium in contravention of any
law, act and/or rules/regulations, there under or any amendment thereof governing inter-alia customs, stowaways,
foreign exchange etc. and shall keep APSFL indemnified in this regard.

APSFL’s Obligations

a. APSFL or his/her nominated representative shall act as the nodal point for implementation of the contract and for
issuing necessary instructions, approvals, commissioning, acceptance certificates, payments etc. to PIA.
b. APSFL shall ensure that timely approval is provided to PIA as and when required, which may include approval of
project plans, implementation methodology, design documents, specifications, or any other document necessary
in fulfillment of this contract.
c. The APSFL’s representative shall interface with PIA, to provide the required information, clarifications, and to
resolve any issues as may arise during the execution of the Contract. APSFL shall provide adequate cooperation in
providing details, coordinating and obtaining of approvals from various governmental agencies, in cases, where
the intervention of the APSFL is proper and necessary.
d. APSFL may provide on Bidder’s request, particulars/information/or documentation that may be required by PIA
for proper planning and execution of work and for providing services covered under this contract and for which
PIA may have to coordinate with respective vendors.
e. APSFL shall provide to PIA only sitting space and basic infrastructure not including, stationery and other
consumables at the APSFL’s office locations.
f. APSFL reserves the right to procure the hardware including devices on quarterly basis in first year based on
actual deployment and O&M shall be applicable whenever the devices are procured and deployed till end of the
contract.
g. Site Not Ready: APSFL hereby agrees to make the project sites ready as per the agreed specifications, within the
agreed timelines. APSFL agrees that PIA shall not be in any manner liable for any delay arising out of APSFL’s
failure to make the site ready within the stipulated period.

Payments

a. APSFL shall make payments to PIA at the times and in the manner set out in the Payment Schedule as specified
Payment Milestones in RFP APSFL shall make all efforts to make payments to PIA within 30 days of receipt of
invoice(s) and all necessary supporting documents.
b. All payments agreed to be made by APSFL to PIA in accordance with the Bid shall be inclusive of all statutory
levies, duties, taxes and other charges whenever levied/applicable, if any, and APSFL shall not be liable to pay any
such levies/other charges under or in relation to this Contract and/or the Services.
c. No invoice for extra work/change order on account of change order shall be submitted by PIA unless the said
extra work/change order has been authorized/approved by the APSFL.
d. In the event of APSFL noticing at any time that any amount has been disbursed wrongly to PIA or any other
amount is due from PIA to the APSFL, the APSFL may without prejudice to its rights recover such amounts by
140 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

other means after notifying PIA or deduct such amount from any payment falling due to PIA. The details of such
recovery, if any, shall be intimated to PIA. PIA shall receive the payment of undisputed amount under subsequent
invoice for any amount that has been omitted in previous invoice by mistake on the part of the APSFL or PIA.
e. All payments to PIA shall be subject to the deductions of tax at source under Income Tax Act, and other taxes and
deductions as provided for under any law, rule or regulation. All costs, damages or expenses which APSFL may
have paid or incurred, for which under the provisions of the Contract, PIA is liable, the same shall be deducted by
APSFL from any dues to PIA. All payments to PIA shall be made after making necessary deductions as per terms of
the Contract and recoveries towards facilities, if any, provided by the APSFL to PIA on chargeable basis.

Intellectual Property Rights

a. Retention of Ownership except for the rights expressly granted to the Licensee under this Agreement, the Licensor
shall retain all right, title and interest in and to the Licensed Technology, including all worldwide Technology and
intellectual property and proprietary rights.

b. Preservation of Notice Licensee shall not remove, efface or obscure any copyright notices or other proprietary
notices or legends from any Licensed Technology or materials provided under this Agreement, and shall
reproduce all such notices and legends when incorporating Licensed Technology or materials into any Integrated
Products.

c. RFP for PIA must ensure that while using any software, hardware, processes, document or material in the course
of performing the Services, it does not infringe the Intellectual Property Rights of any person/Company. PIA shall
keep the APSFL indemnified against all costs, expenses and liabilities howsoever, arising out any illegal or
unauthorized use (piracy) or in connection with any claim or proceedings relating to any breach or violation of
any permission/license terms or infringement of any Intellectual Property Rights by PIA or PIA’s Team during the
course of performance of the Services. PIA’s liability is excluded regarding any claim based on any of the following
(a) anything APSFL provides which is incorporated into the Solution; (b) the APSFL’s modification of the solution;
(c) the combination, operation, or use of the solution with other materials, if the third party claim has been caused
by the combination, operation or use of the solution

d. APSFL shall own and have a right in perpetuity to use all newly created Intellectual Property Rights which have
been developed solely during execution of this Contract, including but not limited to all processes, products,
specifications, reports and other documents which have been newly created and developed by PIA solely during
the performance of Services and for the purposes of inter-alia use or sub-license of such Services under this
Contract. PIA undertakes to disclose all such Intellectual Property Rights arising in performance of the Services to
the APSFL, execute all such agreements/documents and obtain all permits and approvals that may be necessary in
regard to the Intellectual Property Rights of the APSFL.

e. If APSFL desires, PIA shall be obliged to ensure that all approvals, registrations, licenses, permits and rights etc.
which are inter-alia necessary for use of the goods supplied/installed by PIA, the same shall be acquired in the
name of the APSFL, prior to termination of this Contract and which may be assigned by the APSFL to PIA for the
purpose of execution of any of its obligations under the terms of the Bid, Tender or this Contract. However,
subsequent to the term of this Contract, such approvals, registrations, licenses, permits and rights etc. shall
endure to the exclusive benefit of the APSFL.

f. PIA shall not copy, reproduce, translate, adapt, vary, modify, disassemble, decompile or reverse engineer or
otherwise deal with or cause to reduce the value of the Materials except as expressly authorized by APSFL in
writing.

Warranty

a. A comprehensive warranty applicable on goods supplied under this contract shall be provided for the period of 7
Years from the date of supply of respective system by the Authority.
b. Technical Support for Software applications shall be provided by the respective OEMs for the period of contract.
The Technical Support should include all upgrades, updates and patches to the respective Software applications.
c. The PIA warrants that the Goods supplied under the Contract are new, non-refurbished, unused and recently
manufactured; shall not be nearing End of sale/End of support; and shall be supported by the PIA and respective
OEM along with service and spares support to ensure its efficient and effective operation for the entire duration of
the contract.
d. The PIA warrants that the goods supplied under this contract shall be of the highest grade and quality and
consisted with the established and generally accepted standards for materials of this type. The goods shall be in
full conformity with the specifications and shall operate properly and safely. All recent design improvements in
goods, unless provided otherwise in the Contract, shall also be made available.

141 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

e. The PIA further warrants that the Goods supplied under this Contract shall be free from all encumbrances and
defects/faults arising from design, material, manufacture or workmanship (except insofar as the design or
material is required by the Authority's Specifications) or from any act or omission of the PIA, that may develop
under normal use of the supplied Goods in the conditions prevailing at the respective Data centre/Server Room
Sites.
f. The Authority shall promptly notify the PIA in writing of any claims arising under this warranty.

Taxes

a. PIA shall bear all personnel taxes levied or imposed on its personnel, or any other member of PIA’s Team, etc. on
account of payment received under this Contract. PIA shall bear all corporate taxes, levied or imposed on PIA on
account of payments received by it from the APSFL for the work done under this Contract.

b. PIA shall bear all taxes and duties etc. levied or imposed on PIA under the Contract including but not limited to
GST and all Income Tax levied under Indian Income Tax Act – 1961 or any amendment thereof during the entire
contract period, i.e., on account of material supplied and services rendered and payments received by him from
the APSFL under the Contract. It shall be the responsibility of PIA to submit to the concerned Indian authorities
the returns and all other connected documents required for this purpose. PIA shall also provide the APSFL such
information, as it may be required in regard to PIA’s details of payment made by the APSFL under the Contract for
proper assessment of taxes and duties. The amount of tax withheld by the APSFL shall at all times be in
accordance with Indian Tax Law and the APSFL shall promptly furnish to PIA original certificates for tax
deduction at source and paid to the Tax Authorities.

c. PIA agrees that he shall comply with the Indian Income Tax Act in force from time to time and pay Indian Income
Tax, as may be imposed/levied on them by the Indian Income Tax Authorities, for the payments received by them
for the works under the Contract

d. PIAs shall fully familiarize themselves about the applicable domestic taxes (such as value added or sales tax,
service tax, income taxes, duties, fees, levies, etc.) on amounts payable by the APSFL under the Agreement. All such
taxes must be included by Bidders in the financial proposal. (Bidder to find out applicable taxes for the
components being proposed.)

e. Should PIA fail to submit returns/pay taxes in times as stipulated under applicable Indian/State Tax Laws and
consequently any interest or penalty is imposed by the concerned authority, PIA shall pay the same. PIA shall
indemnify APSFL against any and all liabilities or claims arising out of this Contract for such taxes including
interest and penalty by any such Tax APSFL may assess or levy against the APSFL/Prime Bidder.

f. Supplies of materials from abroad are exempted from levy of Sales Tax/VAT on works/works Contract tax
(Central or state). However, the Sales Tax/VAT on works (central or state) if levied on supplies made from
indigenous vendors for the works shall be borne by PIA within the Contract Price. Service Tax/Terminal Sales
Tax/Works Contract Tax, etc., if any applicable, shall be payable extra, at actuals by the APSFL in accordance with
the conditions of the Contract and upon submission of proof of payment of such taxes.

g. The APSFL shall if so required by applicable laws in force, at the time of payment, deduct income tax payable by
PIA at the rates in force, from the amount due to PIA and pay to the concerned tax authority directly.

Indemnity

a. PIA shall indemnify the APSFL from and against any costs, loss, damages, expense, claims including those from
third parties or liabilities of any kind howsoever suffered, arising or incurred inter alia during and after the
Contract period out of:
b. any negligence or wrongful act or omission by PIA or any third party associated with PIA in connection with or
incidental to this Contract; or
c. any breach of any of the terms of SI’s did as agreed, the RFP and this Contract by SI
d. any infringement of patent, trademark/copyright or industrial design rights arising from the use of the supplied
goods and related services or any part thereof
e. SI shall also indemnify the Authority against any privilege, claim or assertion made by a third party with respect to
right or interest in, ownership, mortgage or disposal of any asset, property etc.
f. Regardless of anything contained (except for SI's liability for bodily injury and/or damage to tangible and real
property for which it is legally liable and it's liability for patent and copyright infringement in accordance with the
terms of this Agreement) the total liability of SI, is restricted to the total value of the contract and SI is not
responsible for any third party claims

Performance Security
142 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

PIA shall furnish Performance Security to the APSFL at the time of signing the Contract which shall be equal to 10% of the
value of the Contract and shall be in the form of a Bank Guarantee Bond from a Nationalized/Scheduled Bank in the
Performa given Section within 15 days after issuance of letter of intent (LOI) or Letter of Award (LoA) which would be
valid up to a period of six months after the contract completion period.

Liquidated Damages

a. If PIA fails to supply, install or maintain any or all of the goods as per the contract, within the time period(s)
specified in Section 3, the APSFL without prejudice to its other rights and remedies under the Contract, deduct
from the Contract price, as liquidated damages, a sum equivalent to 0.1 % per week or part thereof of contract
value for a milestone/quarter.

b. The deduction shall not in any case exceed 10 % of the contract value.

c. The APSFL may without prejudice to its right to effect recovery by any other method, deduct the amount of
liquidated damages from any money belonging to PIA in its hands under intimation (which includes the APSFL’s
right to claim such amount against PIA’s Bank Guarantee) or which may become due to PIA. Any such recovery or
liquidated damages shall not in any way relieve PIA from any of its obligations to complete the Work or from any
other obligations and liabilities under the Contract.

d. Delay not attributable to PIA shall be considered for exclusion for the purpose of computing liquidated damages.

Limitation of Liability

Limitation of Bidder’s Liability towards the APSFL:

a. Neither Party shall be liable to the other Party for any indirect or consequential loss or damage (including loss of
revenue and profits) arising out of or relating to the Contract.
b. Except in case of gross negligence or wilful misconduct on the part of PIA or on the part of any person or company
acting on behalf of PIA in carrying out the Services, PIA, with respect to damage caused by PIA to APSFL’s
property, shall not be liable to APSFL:
c. for any indirect or consequential loss or damage; and
d. For any direct loss or damage that exceeds (A) the total payments payable under the Contract to PIA hereunder, or
(B) the proceeds PIA may be entitled to receive from any insurance maintained by PIA to cover such a liability,
whichever of (A) or (B) is higher.
e. This limitation of liability shall not affect PIA liability, if any, for damage to Third Parties caused by PIA or any
person or company acting on behalf of PIA in carrying out the Services.

Ownership and Retention of Documents

The APSFL shall own the Documents, prepared by or for PIA arising out of or about the Contract.

Forthwith upon expiry or earlier termination of this Contract and at any other time on demand by the APSFL, PIA shall
deliver to the APSFL all documents provided by or originating from the APSFL and all documents produced by or for PIA in
the course of performing the Services, unless otherwise directed in writing by the APSFL at no additional cost. PIA shall
not, without the prior written consent of the APSFL store, copy, distribute or retain any such documents.

Information Security

a. PIA shall not carry any written/printed document, layout diagrams, CD, hard disk, storage tapes, other storage
devices or any other goods/material proprietary to APSFL into/out of any location without written permission
from the APSFL.

b. PIA shall not destroy any unwanted documents, defective tapes/media present at any location on their own. All
such documents, tapes/media shall be handed over to the APSFL.

c. All documentation and media at any location shall be properly identified, labelled and numbered by PIA. PIA shall
keep track of all such items and provide a summary report of these items to the APSFL whenever asked for.

d. Access to APSFL’s data and systems, Internet facility by PIA at any location shall be in accordance with the written
permission by the APSFL. The APSFL shall allow PIA to use facility in a limited manner subject to availability. It is
the responsibility of PIA to prepare and equip himself in order to meet the requirements. PIA must acknowledge
that APSFL’s business data and other APSFL proprietary information or materials, whether developed by APSFL
or being used by APSFL pursuant to a license agreement with a third party (the foregoing collectively referred to
143 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

herein as “proprietary information”) are confidential and proprietary to APSFL; and PIA along with its team
agrees to use reasonable care to safeguard the proprietary information and to prevent the unauthorized use or
disclosure thereof, which care shall not be less than that used by PIA to protect its own proprietary information.
PIA recognizes that the goodwill of APSFL depends, among other things, upon PIA keeping such proprietary
information confidential and that unauthorized disclosure of the same by PIA or its team could damage the
goodwill of APSFL, and that by reason of PIA’s duties hereunder. PIA may come into possession of such
proprietary information, even though PIA does not take any direct part in or furnish the services performed for
the creation of said proprietary information and shall limit access thereto to employees with a need to such access
to perform the services required by this agreement. PIA shall use such information only for the purpose of
performing the said services.

e. PIA shall, upon termination of this agreement for any reason, or upon demand by APSFL, whichever is earliest,
return any and all information provided to PIA by APSFL, including any copies or reproductions, both hardcopy
and electronic.

f. By virtue of the Contract, PIA team may have access to personal information of the APSFL and/or a third party.
The APSFL has the sole ownership of and the right to use, all such data in perpetuity including any data or other
information pertaining to the citizens that may be in the possession of PIA team in the course of performing the
Services under the Contract

Records of Contract Documents

PIA shall at all-time make and keep sufficient copies of the process manuals, operating procedures, specifications, Contract
documents and any other documentation for him to fulfil his duties under the Contract.

PIA shall keep on the Site at least three copies of each and every specification and Contract Document, in excess of his own
requirement and those copies shall be available at all times for use by the APSFL’s Representative and by any other person
authorized by the APSFL’s Representative.

Security and Safety

PIA shall comply with the directions issued from time to time by the APSFL and the standards related to the security and
safety, in so far as it applies to the provision of the Services.

PIA shall upon reasonable request by the APSFL, or its nominee(s) participate in regular meetings when safety and
information technology security matters are reviewed.

Confidentiality

a. PIA shall not, either during the term or after expiration of this Contract, disclose any proprietary or confidential
information relating to the Services/Contract and/or APSFL’s business/operations, information,
Application/software, hardware, business data, architecture schematics, designs, storage media and other
information/documents without the prior written consent of the APSFL.
b. The APSFL reserves the right to adopt legal proceedings, civil or criminal, against PIA in relation to a dispute
arising out of breach of obligation by PIA under this clause.
c. PIA shall do everything reasonably possible to preserve the confidentiality of the Confidential Information
including execution of a confidentiality agreement with the APSFL to the satisfaction of the APSFL.
d. PIA shall notify the APSFL promptly if it is aware of any disclosure of the Confidential Information otherwise than
as permitted by the Contract or with the authority of the APSFL.
e. PIA shall be liable to fully recompense the APSFL for any loss of revenue arising from breach of confidentiality.

Events of Default by PIA

The failure on the part of PIA to perform any of its obligations or comply with any of the terms of this Contract shall
constitute an Event of Default on the part of PIA. The events of default are but not limited to:

a. PIA/Bidder’s Team has failed to perform any instructions or directives issued by the APSFL which it deems proper
and necessary to execute the scope of work or provide services under the Contract, or
b. PIA/Bidder’s Team has failed to confirm/adhere to any of the key performance indicators as laid down in the Key
Performance Measures/Service Levels, or if PIA has fallen short of matching such standards/benchmarks/targets
as the APSFL may have designated with respect to the system or any goods, task or service, necessary for the
execution of the scope of work and performance of services under this Contract. The above-mentioned failure on

144 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

the part of PIA may be in terms of failure to adhere to performance, quality, timelines, specifications,
requirements or any other criteria as defined by the APSFL;
c. PIA has failed to remedy a defect or failure to perform its obligations in accordance with the specifications issued
by the APSFL, despite being served with served a default notice which laid down the specific deviance on the part
of PIA/PIA’s Team to comply with any stipulations or standards as laid down by the APSFL; or
d. PIA/PIA’s Team has failed to adhere to any amended direction, instruction, modification or clarification as issued
by the APSFL during the term of this Contract and which the APSFL deems proper and necessary for the execution
of the scope of work under this Contract.
e. PIA/PIA’s Team has failed to demonstrate or sustain any representation or warranty made by it in this Contract,
with respect to any of the terms of its Bid, the RFP and this Contract.
f. There is a proceeding for bankruptcy, insolvency, winding up or there is an appointment of receiver, liquidator,
assignee, or similar official against or in relation to PIA.
g. PIA/Bidder’s Team has failed to comply with or is in breach or contravention of any applicable laws.
h. Where there has been an occurrence of such defaults inter alia as stated above, the APSFL shall issue a notice of
default to PIA, setting out specific defaults/deviances/omissions/non-compliances/non-performances and
providing a notice of thirty (30) days to enable such defaulting party to remedy the default committed.
i. Where despite the issuance of a default notice to PIA by the APSFL, PIAPIA fails to remedy the default to the
satisfaction of the APSFL, the APSFL may, where it deems fit, issue to the defaulting party another default notice or
proceed to contract termination.

Termination

The APSFL may, terminate this Contract in whole or in part by giving PIA a prior and written notice indicating its intention
to terminate the Contract under the following circumstances:

a. Where the APSFL is of the opinion that there has been such Event of Default on the part of PIA/PIA’s Team which
would make it proper and necessary to terminate this Contract and may include failure on the part of PIA to
respect any of its commitments with regard to any part of its obligations under its Bid, the RFP or under this
Contract.
b. Where it comes to the APSFL’s attention that PIA (or PIA’s Team) is in a position of actual conflict of interest with
the interests of the APSFL, in relation to any of terms of PIA’s Bid, the RFP or this Contract.
c. Where PIA’s ability to survive as an independent corporate entity is threatened or is lost owing to any reason
whatsoever, including inter-alia the filing of any bankruptcy proceedings against PIA, any failure by PIA to pay any
of its dues to its creditors, the institution of any winding up proceedings against PIA or the happening of any such
events that are averse to the commercial viability of PIA. In the event of the happening of any events of the above
nature, the APSFL shall reserve the right to take any steps as are necessary, to ensure the effective transition of
the sites pilot site to a successor agency, and to ensure business continuity.

Termination for Insolvency: The APSFL may at any time terminate the Contract by giving written notice to PIA, if PIA
becomes bankrupt or otherwise insolvent, provided that such termination shall not prejudice or affect any right of action
or remedy which has accrued or shall accrue thereafter to the APSFL.

PIA may, subject to approval by the APSFL, terminate this Contract before the expiry of the term by giving the APSFL a
prior and written notice at least 3 months in advance indicating its intention to terminate the Contract.

Consequence of Termination

In the event of termination of the Contract due to any cause whatsoever, whether consequent to the stipulated Term of the
Contract or otherwise the APSFL shall be entitled to impose any such obligations and conditions and issue any
clarifications as may be necessary to ensure an efficient transition and effective business continuity of the project which
PIA shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach,
and further allow and provide all such assistance to the APSFL and/or the successor agency/service provider, as may be
required, to take over the obligations of PIA in relation to the execution/continued execution of the requirements of the
Contract.

Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of PIA or due to the
fact that the survival of PIA as an independent corporate entity is threatened/has ceased, or for any other reason,
whatsoever, the APSFL, through unilateral re-determination of the consideration payable to PIA, shall pay PIA for that part
of the Services which have been authorized by the APSFL and satisfactorily performed by PIA up to the date of
termination. Without prejudice to any other rights, the APSFL may retain such amounts from the payment due and payable
by the APSFL to PIA as may be required to offset any losses caused to the APSFL as a result of any act/omissions of PIA. In
145 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

case of any loss or damage due to default on the part of PIA in performing any of its obligations with regard to executing
the Schedule of Requirements under the contract, PIA shall compensate the APSFL for any such loss, damages or other
costs, incurred by the APSFL. Additionally, members of its team shall perform all its obligations and responsibilities under
the Contract in an identical manner as were being performed before the collapse of PIA as described above in order to
execute an effective transition and to maintain business continuity. All third parties shall continue to perform all/any
functions as stipulated by the APSFL and as may be proper and necessary to execute the Schedule of Requirements under
the Contract in terms of PIA’s Bid, the Bid Document and the Contract

Nothing herein shall restrict the right of the APSFL to invoke the Bank Guarantee and other Guarantees furnished
hereunder and pursue such other rights and/or remedies that may be available to the APSFL under law.

The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the
provisions of the Contract that are expressly or by implication intended to come into or continue in force on or after such
termination.

Change Control Note (CCN)

This applies to and describes the procedure to be followed in the event of any proposed change to contract, site
Implementation, and Service levels. Such change shall include, but shall not be limited to, changes in the scope of services
provided by PIA and changes to the terms of payment.

Change requests in respect of the contract, the site implementation, or the Service levels shall emanate from the Parties'
representative who shall be responsible for obtaining approval for the change and who shall act as its sponsor throughout
the Change Control Process and shall complete Part A of the CCNs shall be presented to the other Party's representative
who shall acknowledge receipt by signature of the authorized representative of the APSFL.

PIA and the APSFL while preparing the CCN, shall consider the change in the context of whether the change is beyond the
scope of Services including ancillary and concomitant services required The CCN shall be applicable for the items which
are beyond the stated/implied scope of work as per the RFP document.

PIA shall assess the CCN and complete Part B of the CCN. In completing Part B of the CCN PIA/Lead Bidder shall provide as
a minimum:

a. a description of the change;


b. a list of deliverables required for implementing the change;
c. a timetable for implementation;
d. an estimate of any proposed change; o any relevant acceptance criteria;
e. an assessment of the value of the proposed change;

Material evidence to prove that the proposed change is not already covered within the scope of the RFP, Agreement and
Service Levels.

Prior to submission of the completed CCN to the APSFL or its nominated agencies, PIA shall undertake its own internal
review of the proposal and obtain all necessary internal approvals. As a part of this internal review process, PIA shall
consider the materiality of the proposed change in the context of the Agreement, the sites, Service levels affected by the
change and the total effect that may arise from implementation of the change.

Each Party shall be responsible for its own costs incurred in the quotation, preparation of CCNs and in the completion of
its obligations described in this process provided PIA meets the obligations as set in the CCN. In the event PIA is unable to
meet the obligations as defined in the CCN then the cost of getting it done by third party shall be borne by PIA. Change
requests and CCNs shall be reported monthly to each Party's representative who shall prioritize and review progress.

Purpose of Service Level

The purpose is to define the levels of service provided by PIA to the APSFL for the duration of the contract. The benefits of
this are:

a. Start a process that applies to APSFL and PIA attention to some aspect of performance, only when that aspect
drops below the threshold defined by the APSFL.
b. Help the APSFL control the levels and performance of PIA’s services.
c. The Service Levels are between the APSFL and PIA.

Service Level Agreements & Targets

146 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

This section is agreed to by APSFL and PIA as the key performance indicator for the project.

The following section reflects the measurements to be used to track and report system’s performance on a regular basis.
The targets shown in the following tables are for the period of contact.

The procedures shall be used if there is a dispute between APSFL and PIA on what the permanent targets should be.

General principles of Service Level Agreements

The Service Level agreements have been logically segregated in the following categories:

1. Liquidated Damages

The liquidated damages shall come into effect once the notification of Award has been issued by the APSFL. It would be
mainly applicable on the implementation phase of the project.

2. Service Level Agreements

Service Level Agreement (SLA) shall become the part of contract between APSFL and the successful bidder. SLA defines the
terms of the successful bidder’s responsibility in ensuring the timely delivery of the deliverables and the correctness of the
same based on the agreed Performance Indicators as detailed in this section.

The successful bidder has to comply with service level requirements to ensure adherence to project timelines, quality and
availability of services, throughout the period of this contract i.e. during implementation phase and for a period of Seven
(7) years. The successful bidder has to supply appropriate software/hardware/automated tools as may be required to
monitor and submit reports of all the SLAs mentioned in this section.

For purposes of the SLA, the Definitions and Terms as specified in the document along with the following terms shall
have the meanings set forth below:

a. “Total Time” - Total number of hours in the quarter (or the concerned period) being considered for evaluation of
SLA performance.
b. "Uptime" – Time period for which the specified services/outcomes are available in the period being considered for
evaluation of SLA. Formulae for calculation of Uptime: Uptime (%) = {1-[(Downtime)/(Total time-scheduled
maintenance time)]}*100
c. “Downtime”- Time period for which the specified services/components/outcomes are not available in the
concerned period, being considered for evaluation of SLA, which would exclude downtime owing to Force Majeure
& Reasons beyond control of the successful bidder.
d. “Scheduled Maintenance Time” - Time period for which the specified services/components with specified
technical and service standards are not available due to scheduled maintenance activity. The successful bidder is
required to take at least 10 days prior approval from APSFL for any such activity. The scheduled maintenance
should be carried out during non-peak hours (like post mid-night, and should not be for more than 4 hours. Such
planned downtime would be granted max 4 times a year.
e. “Incident” - Any event/abnormalities in the service being rendered, that may lead to disruption in normal
operations and services to the end user.
f. “Response Time” - Time elapsed from the moment an incident is reported in the Helpdesk over phone or by any
applicable mode of communication, to the time when a resource is assigned for the resolution of the same.
g. “Resolution Time” - Time elapsed from the moment incident is reported to Helpdesk either in person or
automatically through system, to the time by which the incident is resolved completely and services as promised
are restored.

3. Pre-Implementation SLAs

Assumptions:

a. A Segment in the SLA is defined as a length from POI to splitter or one splitter to the next splitter or splitter to GP.
Details will be mentioned in the work order.
b. PIA shall follow APSFL in house Trouble Ticket Module for capturing the fault status which will in turn be used for
SLA calculation through the SLA module.
c. SLA violations and penalties arising due to site conditions like continuous power failures or any other conditions
beyond control of PIA shall be excluded from SLA and penalty calculations.
d. Hours for restoration should be calculated based on working hours starting 8 AM to 8 PM

Percentage of non-compliance to approved network changes as per process


147 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

KPI Value Penalty


2 Nil
3 INR 2000
4 Additional INR 500
5 and above Additional INR 1000

Percentage of non-compliance to approved network uptime for each PoPs for reasons other than route failure due
to optical fiber network

Value on monthly basis Penalty


Upto 98% Nil
Below 98% INR 10000 per instance
Below 96% INR 25000 per instance
94% and Below INR 50000 per instance

Conditions for No Penalties

Penalties shall not be levied on the Bidder in the following cases:

a. There is a force majeure event effecting the SLA which is beyond the control of the successful bidder. Force
Majeure events shall be considered in line with the clause duly mentioned in the RFP.
b. The non-compliance to the SLA has been due to reasons beyond the control of the successful bidder.

Reporting Procedures

PIA representative shall prepare and distribute Service level performance reports in a mutually agreed format by the 5th
working day of subsequent month. The reports shall include “actual versus target” Service Level Performance, a variance
analysis and discussion of appropriate issues or significant events. Performance reports shall be distributed to APSFL
management personnel as directed by APSFL.

Also, PIA may be required to get the Service Level performance report audited by a third-party Auditor appointed by the
APSFL.

Issue Management Procedures

General

This process provides an appropriate management structure for the orderly consideration and resolution of business and
operational issues in the event that quick consensus is not reached between APSFL and Bidder.

Implementing such a process at the beginning of the outsourcing engagement significantly improves the probability of
successful issue resolution. It is expected that this pre-defined process shall only be used on an exception basis if issues are
not resolved at lower management levels.

Issue Management Process

Either APSFL or PIA may raise an issue by documenting the business or technical problem, which presents a reasonably
objective summary of both points of view and identifies specific points of disagreement with possible solutions.

Any unresolved issues/disputes concerning the Project/Contract between the Parties shall first be referred in writing to
the Project Manager for his consideration and resolution. If the Project Manager is unable to resolve any issue/dispute
within 5 days of reference to them, the Project Manager shall refer the matter to the Program Management Committee. If
the Program Management Committee is unable to resolve the issues/disputes referred to them within 15 days the
unresolved issue/dispute shall be referred to Steering Committee/high powered committee/Project Implementation
Committee for resolution. The Steering Committee within 30 days of reference to them shall try to resolve the
issue/dispute.

If the Steering Committee fails to resolve a dispute as per the above clause, the same shall be referred to arbitration. The
arbitration proceedings shall be carried out as per the Arbitration procedures mentioned in Section 2 of this section of
RFP.

Service Level Change Control

148 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

General: It is acknowledged that this Service levels may change as APSFL’s business needs evolve over the course of the
contract period. As such, this document also defines the following management procedures:

a. A process for negotiating changes to the Service Levels


b. An issue management process for documenting and resolving particularly difficult issues.
c. APSFL and Bidder management escalation process to be used in the event that an issue is not being resolved in a
timely manner by the lowest possible level of management.
d. Any changes to the levels of service provided during the term of this Agreement shall be requested, documented
and negotiated in good faith by both parties. Either party can request a change.

Service Level Change Process: The parties may amend Service Level by mutual agreement in accordance. Changes can be
proposed by either party. Unresolved issues shall also be addressed. PIA’s representative shall maintain and distribute
current copies of the Service Level document as directed by APSFL. Additional copies of the current Service Levels shall be
available at all times to authorized parties.

Version Control/Release Management: All negotiated changes shall require changing the version control number. As
appropriate, minor changes may be accumulated for periodic release or for release when a critical threshold of change has
occurred.

Exit Management Plan

An Exit Management plan shall be furnished by SI in writing to the Authority within 90 days from the date of signing the
Contract, which shall deal with at least the following aspects of exit management in relation to the contract as a whole and
in relation to the Project Implementation, and Service Level monitoring.

a. A detailed program of the transfer process that could be used in conjunction with a Replacement Service Provider
including details of the means to be used to ensure continuing provision of the services throughout the transfer
process or until the cessation of the services and of the management structure to be used during the transfer;
b. Plans for provision of contingent support to Project and Replacement Service Provider for a reasonable period
after transfer.
c. Exit Management plan in case of normal termination of Contract period
d. Exit Management plan in case of any eventuality due to which Project is terminated before the contract period.
e. Exit Management plan in case of termination of SI

Exit Management plan at the minimum adhere to the following:

a. Three (3) months of the support to Replacement Service Provider post termination of the Contract.
b. Complete handover of the Planning documents, bill of materials, functional requirements specification, technical
specifications of all equipment, change requests if any, sources codes, wherever applicable, reports, documents
and other relevant items to the Replacement Service Provider/Authority
c. Certificate of Acceptance from authorized representative of Replacement Service Provider issued to SI on
successful completion of handover and knowledge transfer
d. In the event of termination or expiry of the contract, Project Implementation, or Service Level monitoring, both
Bidder and Authority shall comply with the Exit Management Plan.
e. During the exit management period, SI shall use its best efforts to deliver the services.

Payment Schedule

Terms of Payment:

Mobilization advance of 10% of the PO value will be given to the vendor, on its request, against submission of Bank
Guarantee of equivalent amount.

The bills will be submitted by the vendor on the monthly basis block-wise. This will include bills of material supplied and
services rendered (such as survey, GPs commissioned, etc.) during the previous month.

Further Payments shall be released only on satisfactory acceptance of the deliverables for each Task as per the following
schedule:

a. First Milestone

149 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

i. Supply of materials: vendor can submit claim relating to supply of materials during previous month (PO wise) of
materials required for commissioning of GPs as per schedule in that PO. The timelines for completion of supplies
will be as defined in PO.
ii. The first bill for payment against supplies shall be restricted to 70% of the eligible claim. The remaining claim
towards supply of material will be admitted by APSFL along with commissioning of GPs pertaining to that PO.

b. Second Milestone

The vendor can submit his claim for second milestones towards commissioning of the GPs on GP-wise i.e. for each GP
commissioned the vendor can submit his claim towards remaining 15% of the material supplied and 85% claim towards
services.

c. Third Milestone

Balance 5 % payment of the cost towards supply of material and services will be made after start of O&M and submission
of O&M PBG.

Payments shall be released only on satisfactory acceptance of the deliverables for each task as per the following schedule:

S. No. Milestone Payment against Payment against Documentary evidence


material services
1 Mobilization 10% of PO value 10% of PO value Against submission of BG of 110%
advance against supplies against services of mobilization advance
2 Supply of all the 70% payment of N.A. Delivery of material: Copy of
material required supply made during duly signed and stamped
to commission the previous month delivery challan
GPs in a particular
Month
3 Commissioning of 15% payment of 85% payment of Delivery of material: Copy of
GPs in a month supplied material service, i.e. GPs duly signed and stamped
consumed in commissioned delivery challan Services:
commissioning in during previous Copy of Duly Signed and Stamped
previous month month Installation report, Commissioning
and testing report approved by
State, OTDR link test reports,
power on, FAT report approved
and certificate issued along with
configuration reports by state, As-
Built Diagram (ABD report) and
Monthly Progress Report.
4 After start of 5% payment of 5% payment of Delivery of material: Copy of
Operations and supplied material services, i.e. GPs duly signed and stamped
Maintenance consumed in commissioned in the delivery challan Services:
(O&M) on commissioning of block Copy of Duly Signed and Stamped
submission of GPs. Installation report, Commissioning
O&M Performance and testing report approved by
Bank Guarantee State, OTDR link test reports,
(PBG) power on, FAT report approved
and certificate issued along with
configuration reports by state, As-
Built Diagram (ABD report) and
Monthly Progress Report.
5 Operation and Payment shall be made GP wise after SLA report duly certified by state
Maintenance completion of every quarter arrears (based on
(inclusive of SLA parameters)
services levels
agreement)

Note 1: All payments shall be released after certification of delivery and implementation milestones by APSFL/PMA.

Note 2: All payment shall be made in Indian rupees only.

Note 3: Payment shall be released against the invoices raised by PIA on providing all relevant documents timely and are
completing in all references.
150 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Note 4: Payment shall be subject to deductions of any amount for which the PIA is liable under the RFP conditions. Further
all payments shall be made subject to deduction of TDS (Tax deduction at source) asper the current Income-Tax Act.

Form of Agreement- Annexure II

THIS Agreement made the …………. date of …………. 2018, between Project Implementing Agency (hereinafter referred to as
the “PIA”) of the one part and Andhra Pradesh State Fibrenet Limited (hereinafter called the “APSFL”) of the other part.

WHEREAS PIA has the required professional skills, personnel and technical resources, has agreed to provide the Services
on the terms and conditions set forth in this Contract and is about to perform services as specified in this RFP
…………………..(hereinafter called “works”) mentioned, enumerated or referred to in certain Contract conditions,
specification, scope of work, other sections of the RFP, covering letter and schedule of prices which, for the purpose of
identification, have been signed by ………………. on behalf of the …………..

PIA and Andhra Pradesh State FibreNet Limited (the APSFL) on behalf of the APSFL and all of which are deemed to form
part of the Contract as though separately set out herein and are included in the expression “Contract” whenever herein
used.

NOW, THEREFORE, IT IS HEREBY AGREED between the parties as follows:

The APSFL has accepted the tender of PIA for the provision and execution of the said works for the sum of
……………………………. upon the terms laid out in this RFP.

PIA hereby agrees to provide Services to APSFL, conforming to the specified Service Levels and conditions mentioned

The following documents attached hereto shall be deemed to form an integral part of this Agreement:

Complete Request for Proposal (RFP) Document RFP and corrigendum and addendum, if any

Break-up of cost components Bidder’s Commercial bid

The APSFL’s Letter of Intent dated <<>> To be issued later by the APSFL

PIA’s Letter of acceptance dated <<>> To be issued later by the PIA

Bid submitted by PIA as per file No. <<>> Bidder’s Technical bid

The mutual rights and obligations of the “APSFL” and PIA shall be as set forth in the Agreement, in particular:

PIA shall carry out and complete the Services in accordance with the provisions of the Agreement; and

The “APSFL” shall make payments to PIA in accordance with the provisions of the Agreement.

NOW THESE PRESENTS WITNESS and the parties hereto hereby agree and declare as follows, that is to say, in
consideration of the payments to be made to PIA by the APSFL as hereinafter mentioned, PIA shall deliver the services for
the said works and shall do and perform all other works and things in the Contract mentioned or described or which are
implied there from or there in respectively or may be reasonably necessary for the completion of the said works within
and at the times and in the manner and subject to the terms, conditions and stipulations mentioned in the said Contract.

AND in consideration of services and milestones, the APSFL shall pay to PIA the said sum of ……………………or such other
sums as may become payable to PIA under the provisions of this Contract, such payments to be made at such time and in
such manner as is provided by the Contract.

IN WITNESS WHEREOF the parties hereto have signed this deed hereunder on the dates respectively mentioned against
the signature of each.

Signed Signed

Name: _________________ Name: __________

Designation: _________________ Designation: ___________

151 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

Date: Date:

Place: Place:

in the presence of: in the presence of:

Signed Signed

Name: _________________ Name: ____________

Designation: _________________ Designation: _________________

Date: Date:

Place: Place:

152 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

11.8 Annexure H: List of Abbreviations / Acronyms

AMC Annual Maintenance Contract


APO Advance Purchase Order
ABD As-Built Drawing
AT Acceptance Testing
ASTM American Society for Testing and materials
BG Bank Guarantee
BOM Bill of Material
BBNL Bharat Broadband Network Limited
BHARATNET National Optical Fibre Network
BSNL Bharat Sanchar Nigam Limited
BOQ Bill of Quantity
CACT Component Approval Centre for Telecom
C-DoT Centre for Development of Telematics
CPSU Central Public-Sector Unit
DoT Department of Telecommunications
FMS Enterprise Management System
EMD Earnest Money Deposit
EPC Engineering, Procurement and Construction
ETS Electronic Tendering System
FDF Fibre Distribution Frame
FPOI Fibre Point of Interconnect
FRP Fibre Reinforced Plastic
GIS Geographical Information System
GOI Government of India
GP Gram Panchayat
GPON Gigabit Passive Optical Network
GR Generic Requirement
HDD Horizontal Directional Drilling
IEEE Institute of Electrical and Electronics Engineers
ISO International Organization for Standardization
ITIL Information Technology Infrastructure Library
INR Indian National Rupees
IT Information Technology
LAN Local Area Network
LD Liquidated Damages
MPLS Multi-Protocol Label Switching
MTBF Mean Time Between Failures
NGN Next Generation Network
NIC National Informatics Centre
NIT Notice Inviting Tender
FMS Network Management System
NOC Network Operations Centre
OEM Original Equipment Manufacturer
OFC Optical Fibre Cable
OLT Optical Line Terminal
ONT Optical Network Terminal
PON OTDR Passive Optical Network Optical time-domain reflectometer
OSS Operations support systems
PBG Performance Bank Guarantee
PIA Project Implementation Agency
PMA Project Management Agency
PMU Program Management Unit
PO Purchase Order
PGCIL Power Grid Corporation of India
PLB HDPE Permanently Lubricated High Density Polyethylene
PM Preventive Maintenance
QA Quality Assurance
QC Quality Control
RCC Reinforced Cement Concrete

153 | P a g e
Appointment of Project Implementation Agencies (PIA) for BharatNet Phase-II to establish IPMPLS Network

ROW Right of Way


SLA Service Level Agreement
SPOC Single Point of Contact
TOE Tender Opening Event
TRAI Telecom Regulatory Authority of India
UAT User Acceptance Testing
VAT Value Added Tax
VPN Virtual Private Network
WAN Wide Area Network

154 | P a g e

Potrebbero piacerti anche